Loading...
Design/Build Agreement with David Mancini & Sons, Inc. DESIGN/BUILD AGREEMENT by and between The City of Miami Beach, Florida and David Mancini & Sons, Inc. for Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood TABLE OF 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 4 32 CITY'S DUTIES AND RESPONSIBILITIES ARTICLE 5 35 EMPLOYMENT CONDITIONS ARTICLE 6 37 PROJECT SCHEDULE AND BREAKDOWN OF PROJECT COSTS ARTICLE 7 47 DESIGN/BUILDER'S COMPENSATION ARTICLE 8 49 APPLICATIONS FOR PAYMENT ARTICLE 9 56 PROTECTION OF PERSONS AND PROPERTY ARTICLE 10 59 BONDS AND INSURANCE ARTICLE 11 60 CHANGES IN THE WORK ARTICLE 12 63 NO DAMAGES FOR DELAY; EXTENSIONS TO THE CONTRACT TIME ARTICLE 13 68 CORRECTION OF WORK ARTICLE 14 70 INDEMNIFICATION ARTICLE 15 70 CLAIMS, DISPUTE AVOIDANCE AND RESOLUTION ARTICLE 16 72 TERMINATION ARTICLE 17 78 SEPARATE CONTRACTS ARTICLE 18 79 GUARANTEES AND WARRANTIES ARTICLE 19 80 PRODUCT REQUIREMENTS/SUBSTITUTIONS ARTICLE 20 80 PUBLIC INFORMATION ARTICLE 21 80 QUALITY CONTROL/QUALITY ASSURANCE 81 ARTICLE 22 ADDITIONAL TERMS &CONDITIONS APPENDIX A 91 PROJECT DESCRIPTION AND PROJECT SITE APPENDIX B 92 LIST OF REPORTS AND PROJECT PLANS APPENDIX C 96 FORM OF FINAL CERTIFICATE OF PAYMENT APPENDIX D 98 PROJECT SCHEDULE 99 APPENDIX E QUALITY CONTROL/QUALITY ASSURANCE i APPENDIX F 106 DEFERRED ITEMS AND UPDATED SCHEDULE OF VALUES 107 APPENDIX G DESIGN/BUILDER'S INSURANCE AND BONDING REQUIREMENTS 111 APPENDIX H DESIGN CRITERIA PACKAGE (DCP) RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 112 APPENDIX I 112 FORM OF PERFORMANCE BOND AND PAYMENT BOND 117 FORM OF CERTIFICATE OF SUBSTANTIAL COMPLETION FORM OF CHANGE ORDER 119 1 APPENDIX J -PERMITS 1210 APPENDIX K-CONCEPTUAL PLANS ii 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 David Mancini & Sons, 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) in the area more particularly described in Appendix "A" attached hereto (the "Project Site"); and WHEREAS, pursuant to a Request for Proposals RFP No. 2016-205-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 five million seven hundred thirty thousand two hundred eighty four dollars and fifty six cents ($5,730,284.56) with 10% owner's contingency in the amount of five hundred seventy three thousand twenty eight dollars and forty six cents ($573,028.46) for a total amount of six million three hundred and three thousand three hundred thirteen dollars and one cent ($6,303,313.01), as determined pursuant to 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 I 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 A&P Consulting Transportation Engineers, Corp., 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 $573,028.46, 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 not obligated to immediately issue NTP for the Construction Phase on the date Design/Builder obtains all requisite permits and/or satisfies the specified conditions precedent for issuance of NTP for the Construction Phase. The date of issuance of NTP for the Construction Phase shall be determined at the City's sole discretion once Design/Builder has obtained all required permits and otherwise satisfied all conditions precedent to issuance of NTP for the Construction Phase. "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 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 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, the number of 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 to any 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 Work on 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 may be amended by Change Order. 6 "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 David Mancini & Sons, 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 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 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, traffic signals, landscape, irrigation, final lift of asphalt, final striping and signage and related Work, including, without limitation, DCP Section 1.04 "WORK COVERED BY CONTRACT DOCUMENTS" Pages DCP-7, 8, 9, 10 ("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, 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 14 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 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. 15 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. 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. 16 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 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 17 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 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. Desiqn/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. 18 d. 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 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. 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. 19 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 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 20 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. 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 21 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 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: 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. 22 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. 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: 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 23 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 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 24 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 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 25 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 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. 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 26 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. 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. 27 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 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 28 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) 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. 29 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 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. 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 30 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, 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, provided, however, that with respect to the Consultant, any such substitution pursuant to this Subsection may only apply after issuance of NTP1 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 31 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, 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. 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 32 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. 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 33 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 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; 34 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 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. 35 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. 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. 36 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. 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. THERE WILL BE TWO NOTICES TO PROCEED (NTP1 AND NTP2) ISSUED 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. 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 two hundred fifteen (215) 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. 37 a. Notice to Proceed. NTP for the Design Phase will be issued soon 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 NTP for the Design Phase or NTP for the Construction Phase. The issuance of NTP shall be in the City's sole discretion. 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. b. NTP for Construction Phase. The NTP for the Construction Phase (NTP2) shall be the second Notice to Proceed to Design/Builder authorizing commencement of the balance of the Work (other than 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 two hundred and fifteen (215) calendar days from the first issuance of NTP 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, 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; 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 38 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 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: 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" 39 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 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, 40 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, 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; 41 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. 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; 42 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 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); 43 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: 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. 44 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: 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; 45 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; 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 $3,500 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 46 liquidated amount assessed daily until Final Completion, in the amount of $2,000 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 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 five million seven hundred and thirty thousand two hundred eighty four dollars and fifty six cents ($5,730,284.56), with a 10% owner's contingency for the project in the amount of five hundred seventy three thousand 47 twenty eight dollars and forty six cents ($573,028.46) for a total contract value of six million three hundred and three thousand three hundred thirteen dollars and one cent ($6,303,313.01) ("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 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 48 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 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: 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; 49 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 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 50 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: 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; 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. 51 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; 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. 52 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 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. 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 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 53 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. 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 54 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. 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 55 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. 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 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 56 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. 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 57 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 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, 58 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. 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 Ave., 3rd 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 59 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. 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; 60 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 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 61 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 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, 62 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 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. 11.6.1. 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 $962,435.45with 10% owners contingency of $96,243.55 for the total amount of $1,058,679.00, with an associated 179 additional day extension to the time for Substantial Completion specified in Section 6.2. If the Change Order is awarded on or prior to May 1st 2018, Contractor shall complete the Above-Ground Improvements Work at the price (and time for completion) stipulated herein. 11.6.2. 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 2017-29837, 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. 63 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 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 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 that it 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. 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 64 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 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. 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 65 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 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. 66 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 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 67 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 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 68 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 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 69 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. 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 Design Criteria Professional 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. 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 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. 70 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 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 71 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. 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 72 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; 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 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 73 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 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; 74 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; 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, 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. 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 75 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; 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: 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 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 76 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 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 77 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 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 78 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. 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 79 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 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 80 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 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; 81 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 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 82 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 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 83 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 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, 84 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. 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 85 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. 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 (NTP2) 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 NTP2 for the Construction Phase. 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 86 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. 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. 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 under this Agreement shall be in writing and may be delivered personally, by recognized overnight courier (such as 87 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: City EngineerClP 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: David Mancini & Sons, Inc., 2601 Wiles Rd, Pompano Beach, FL 33073. 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 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. 88 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] 89 IN WITNESS WHEREOF, the parties have executed this Agreement on the date first written above. Attest: CITY OF MIAMI BEACH, FL• -IDA / / he v 8 V) ,- , ' Rafa Granado, City Clerk Ph..-p Levf ayor yea% ��NKIPq.4.,, Attest: AT\ s A tr'.i,oi AA y I & SONS, INC. O. , = , S %Signature % tUre,,O)A �M6t0 uV► tru , ) 'A 4x1&J Q t€c ekir Name/Title PA,A1364 Varrie/Title APPROVED AS TO FORM&LANGUAGE &FOR EXECUTION igcl,4\----N q\i,5 \9 City Attorney a „ Date 90 APPENDIX A PROJECT DESCRIPTION AND PROJECT SITE Refer to the RFP and DCP for project description. 91 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, 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 92 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 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 Management 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 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 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 93 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: • 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 94 • 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. 95 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 96 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 97 APPENDIX D PROJECT SCHEDULE 98 • O ID W V 011 ,n A W N N O LID Co V.01 Ut A W A N N I O 10 100 J col. A�W 01 IO OO J 01 A ,1„, r 11 1® al ®mma ® maim m®a ®®a ©t0 0® MO 3 K N p v „ c v N m x N * A A m = Q O T I d U D 00 _ 3 W Q Q = a Y 0- 0-.° p 0- O 0- o" a 0, Q 0l a 00 CM 0 0 -D A ' * £ 0• 3 Cr m N -I 31 m 3 . A 3. z 3. 3 0 N 3 3 0, x 3 r, 3 3 m A 3. a 02 . 3..2 O1 Z a 01 0 01i m m' � p o 5. * o p o A m o N fI F m � , m 0 A rP o m' o p o O. o 3 o m ? f N f o N 0 0 3 f o f o 0 0 3 co D v, D O . N < 3 3 3 D. D O - - u, ..,-A-a m ^ o . A $ = a A 0, ,pc cu ° 3.s A o a 0 3 p , o K / < '2 a Cay' r2. fD m f v N n P o ? n ? c 12 < * m ° mJ,N d n.K K,n 3w m o- o.O §- 1: m e m m m v m "1 m ..T ." o KK m „oA x m 0.mo * m 0 7 o ' m m Q, Q.1:0 0c ? m <-. * ? m f <. £ ; n M O f 0 m §. o g g < 3 3 ao r 5. D.. A c m S 2 o z 3 3 F R� F ¢o F 9. -, f IN ? co a. 3 3 3 o £ . 0 0 = £ ° 3 o m O. � o -° v_ 3 � 3 Q0 o o ° z 3 ma oa 0 o w .n 0 = s n w z ,730, c o R� p O .... 2. n c a'-° 3 m 3 = m co 3 vO1+ O 0 7 J O J vmi Crli. co A 0 < W o '^ v n CD O <vi n O O N - 000 O a 0 K 3 ' K m ° 3 0 3 n C 3 3 -3o o LO m m "• o .. w v c. 00 3 3 T . W n r 0 d ni C a La o 5 o< oa 3 .<3 0<i o °O n 0 o m a 3 3 3 0 3 3 r, m na' a 0 3 3 CO o o m .m'. 3 N c 3 0 v rD < ..P,1" 3I - u, lD C- - `+ a, 1-' — - 00 Co 1- A V V 1-, - 10 CO 1-, - CO LO r` 1-, N 00 W F' 1-, N W 00 w 0 0_ 0. 0. a a " o0 c., a s 00 ^' a a a a a N a a a a a a u 0a, v a a A w ,D O O O W CO 00 lD I 0, 0, m a a n m Cu a m Cu 0, m d a a a a d re w a w a 1 C < N N < < N H < < < 0 N H < < < 0 < < r ..5., < H ` < < N ..%., Y 0 '.0 „ N a ..< d d 1 o A N N CI c 0 I t v T T -I - d N --I T T -1 --i C - -� N 3 z c - T c 3 3 s . c 3 c o 3 3 3 3 0 0 c 3 0 0 c 2 .e O .d. -' C 7 - C C m ^ Y m m c m m O E C tD m 5 m m m O D O D O O ° m ° � 0 0 0 TI .n 1-' lO a ,D a a J a a 7 0. 7 0 0 0 > > > r \ O\\\O O\ N \\ ON N00 �N \ 0o \\ J \ J � �� � \ O1 � 01 \\1O\1 y\ T � \ \ 5 N N ,... 'i N \ 7,-...,. -Y.,' 00 :I 1-� w ..... N N ...0......) \ N "' 00 ..„...01 \ 3 W \\ F\' F' \ N V W t0 J v. w V. \ \\ \ IN+ \O O N \\ \ ut .,j \ \ J V \ 1_, v. V V.V O 1\+ V J F+ fs V F-� - V V 1-,v. 1. V 1\-' V F+ -4 V 0~0 1\+ �, V v A Z C1 - V - V V V V V V V V V V V J V V V V V V V V V C O ri m v, r v1 „ -I v1 -1 - CC -1 GC .n - --i -1 << cc -i --a ,, -i T H C < C v, ,, ,,, N r, T 71 a O 0 .Ye C .. S 0 0, S S < C 0, =. C 3 S 0- < C . - -T. < c 3 S C C - - C G G ^ C -. w .d. C 9 T T O 1-, c n rt C C a m O. l0 m c C c a m 7 a m c c 0, m 0 ❑ �D V m0_ a C. m y \ 7o a 3 'q .,- O - O - LOO l\O l0 CO Co Co CO J V J O\1 0\1 V. 0, 1.0 ,✓ "� 3 m A W � 1\' � O W FN' FN+ � F\' 1+ v. N.\N F\+ CO 1\+ � � N \ 1\- \ N N � � \\...\I .V V \"Vr \ y V. N \ , O O \ N V \ W \\ DI-'1 \\ V F\' \\ \O L.0 O N LD W V W A A \. w 1-' J 00 W 7 T21 _ 3 2 CM '4 -.1: V J V V V V J V V V V V V J J J V V V V V V V ' V V V V 0 = a V = C C 0 Z m W W W W W W W W W W N N NJ NJ NJ NJ NJ NJ FJ 1� F' 1-' 1-, F' F' F' W W W Z S lD Co V Ol In A W 1-+ F, O V 01 01 A W N O 0O CO V 01 N A N N N N N NI'2'131 0 CD 13 00 G o I o G) I I 3 I 1 '3 Y I Ii 7C 1 ° D a m 3 e PI i I. fit a n CI 1--' milil i-'N3 c v I z s A 1P n < < CC== T IUUh11IiIiifli 3 'an4-' '" Q ° Ii - ° '"N�� c~o o m x x a3 E w °3 � rF � llhi � 1 II1 ii .T W x 7 A ; o p F 3 3 Y . S W 3 n yr jW N O W X ; A . tot 1 : 9 f 1 S 7 MOM .9 3 9 m 0 3 O 1= .-. T W a0 pr ? RF3 3o 3 W N 00 3 3 Y E 'T T Re e N O p a 3 w 13 9 v3 3 3 T m n 3 3 8 p re o 3 9 a la 9 1° 3 D I°, 40 ' flfl 3 o 3 I§ ?- PP u t [ j0I m70 Ig° _ J e 4. 10 • • II V 1 V V V m m m! I m mol 0 I m to N I A A V A `a A w N N p mi V m!. AIw N `+ o t0 00 VIT .lo iN I0 t0�00 V 010111Nn A�w NIH OI tO O° m A I l� 'i o- OT 00 3 .0 C fa a- , '� 0T Z . 3 3 m m 3. c 3 m m 3. _. 3_ c m N 3. 3_v o 3 3..m a i m 3..3. , m m:3. 3. ,' m 3. . ; °n 3. X7. 7. -0 o "^ 2 -c ,. o? m •* mao 72 - c az v `. 1190- 8 < $ m " m -9 ,7, 8 S o t'... °-- I', 'm " m o n O )3> o 3 r° O o - 2 2 m o o m o m o p o a m o J _. _K 0 D 0, f ° ° D o _ 0 O O x n F N , A * 0 o . g 0, O oo < J aJ330A00 osv °oArR° mz ° oFe'eri5 , 98, -0E '4' . . 02, - o, o °mAo0 o'.0d °' N.epmi » U LU n.3 3- � 3 » n ? u 0 0 ,- m ' ° n a o a m n a m m m 0 v. v,:" w z °' 5. 5 2 3O g o v °°, �-- F _ m n.E ,.£ D a a e m o ? J z m 3 - 5' w s < o V �,3, , T, w <..1 n f a 0 p 0 o° 0 m m 1. <_ a '.5.. ., <-. <_ n m v, m R° 0w w .3 ww. F mgw3• w F °° g J �\ 3 J .m 3.m o < xos o < 30 F p J � ° 3. 3I, 3 R° R° m w w 0 w w w 3 A. 3 g 9 0 z m m m '< m p 0 m 2. ---0 .5 3 5 3 R° R° z v 1 6 v c 3 3 R° R° ° R° 00 R. •"*. S m, m .° '° 3 ,m., v w F,_ o m 3 m y A R. <. S' I n < < °'° v w' o R° 'c a m <-. S o d en = o ' 0 0° ° K m 1 ° m m w 3 3 w 00 m ,, N J z °° �.m 'v w a m o J v F _.1 0 3 3.E R° < R° v `m w m m F 3.� < m m cw " m p 'y m mo ,, m m.0° c 3 v 3 < N zM. o °° ° . as ' N °° SI 0 3 0 3 3 m 3 3 > 0 v.0 ., s n.3'.a.3:0 z '0 3 0 ° °o• = •n J 31 3 3 3 3 3 3 3 3 0 3 0 o n � 3 K o ° :n v O n o ° n m * x x .m', » F m » x m Co, o n m ,i » m w 3 m 0 0 el m 0 3 3 T 3 F 3 °, . > 3 3 01 o .` - m .0 0 v a ^ v I w w v , = w 2 .. * _ o I --,o',m w x w n'm a o '0 00 p to-< 3 m > > 3N °3° �•.ww N '.• o' a - s a '3 3 NI v v a °+ W 0 ' v 0 0 = 3 0. _ 0 = 0 0° o 3 0 r?H D o m o 0 0 m 3 1 11. 3 �. 3 o o w o o mo 3 O o s n 0 3 0 3 o z m w _ < . . N t0 -% - L t0 FU - V h` co w w Ui L . - ut L t0 LD N . F+ N t0 FU F+ N N w F+ N .1 O a s s a a 0a 0- a a a a a a a a a 0. a a a a a 0a a a a d w'w a 0 a a w a a a wI 'o, , < N N < < .< < < < N < N < < 3 < N N `G < < < ..%) < < < .. °i H < N 0, - 1 r, N1 N 0 � 0 N 0 0 0 1 N .' K ° -" -I C T -' --1 N N v, -I N r N r, T T T g g N r EI W 1 .N. c .°. ". 3- - 3- s d 0 c c :3 c .d. 3 3 , K - = J- 3. 3- 3- r ^ �. 0 c c 3 c z J O '-, - C C G: m L to =° ( ° 3 . ° N 8 C = = m0_ \ U 0 N = J T C T ,_,,.‘ ,o - o, ,_. ,_,- O 3 o, 0 O O N \0 N ..\ J o 0 0 - 0\ O O O 0 N:t_O w to N N . ~ . . O /YD�1 Y `-- N O_ - W N �' \\ F, NJ F� \ FU N \ NJ N W L. , -\\ N NJ U\ N \ O n-' El 3 N N N J V NJ !\-� O V V O \\ O N W 1\+ N N V V N O V v O N N OL. \ z V " v v V V J " v v r V v N V v V V V V V J , V v C 61 70 V V V V V q O O vi v, - v, T - m ' -{ -1 -1 * r2 c m K c .' „ 3 to N -I * w g g * 8 `t * v, v. 3 v, r C O C » J. C =. S S J' m N m J ...O 3 .+ J' O j = ,-' ` G m . = =C C m N m j .,+ ° , 70 a 311 9 3 J C '� C C Z. p O _O "O ~O a to tt) to ".Le a \ r__, O \O _O 3 O O O O O O W . - d r: r N O S T m N N N.\N O N T. N tD N F� \N N N N W w . V _O V N 0 1-,' F, N N z D A N t_D N V N V F+ \ V V V O V N\N w \LU L v -_V - J V ,.. U V V V O V \\N W \ 1-, 0 0 1T1 J V V V V J V J V V V V V V J V J VI < = To C 3700132 Z � V V V V V V V V 01 m m w m m 01 m m to to to Ln Ln w In to N (xi A A W A A aa A 0 z O V m N A w N ," 0 00 00 V A W N FU O t0 m V In A U, N 0 00 00 L.1 A W N O 3 10 ID 0 'V O A N70 0 01 0 GI I O 3 1 Id I`3 I-- r_ T7.4-,4--, --„,-. r �..1_'N rel 4-,, *F. V b I �_.A4-74 m 3 Q FL 's C N N fl c 3 3 C Y '.a 74,4.-. 3 Q n : N s a ���� ;711 ,1 3 GG0 $ A g w g N A I p i� g v��~ 3 g L<-: - :r g a 1 I l 9. °� p C 3 3 � E S �° a S M m ^ A g� m ° � � `c 3 d 6 - 3 ° w n c a d gra c ma a i x o2. % S 8 n 2 A l f a m 3. F. m , .1" a E & ri I c C 'eke. w " .z E E w $ 9 . ^ o >o n < s m < m $ o < mi. � �° C.E � ° w �' N E N X Qg O � sen 3 E EE �� E � � � p F r-m N N m e 5. Ee w E. jy = g +t i 70 m n m 4 O O G N N 'e " 6. w .S. E g. w e.w w ! mgg 2 i� a ' i Z Evmg �gg G E p sE > > > c ? ? y PIL- E w w 3 aa - N Ni if 3 v v re S .1< 1 a A y Z 3 Y e°' a mm o m UUi g y�ffl Fb m 3 a IP m r » w w oIM � IE. 3 E 3 I el es ,, � X 01 ; WI r- ti11iii' ': 1V ' S n v11111 o m 'o I`-'^ Ai^ a,D^�0 0, ......3 o m s C o > $$7 3 m o 7.1„,.'m 1 I o y m o 3 3 3' L S 3 Sip I > [ W g 3 9 s `S s S o� 0 0 0 0 0 0 0 0 0 1 0 ' A ✓ O i co W v Obi vii co w Nco!co V O W V " N A w N N O 1D 0 V 0 to I A w .11 O V' N .1c3 10 I 1 I I I ®M®oMa�� ®® ®®� La®®alm� 7 I d z In v1 v v1 v > n n v1 v n v n . n o c v, v+ v 3 3 D D D D D m m m r° E,‘, ° ,. w m g_ c o a m c v o v Q m m 1,.., ,on -iv, p1 o a o 0 0 0 a a C n 5- 5--05- 7,, = A 3 3 . v., 3. 3 2,- -82' 3 3 a 2 a c'21 S 74 S m o a ' ' ' Qa n o: zr fD E v 1 <Po• v o ^ e =. o.m m z r ' °c o� m ^ °v°, < °l'. rT �.m` �, IV I `2 * * w.* \.n 3 d e N 7 D 0,g , D g „ v e, e o • - > >. rN0 o 3 S N TO. 3 rl S S S T N 67 N -0 0 7 o ° a p a d p , G N r t- o v-° .7n r"1 < 3 z " ' ocro < m o 0 w = 0 0 0 00 a°o 00 w n a a - , - 3 a w m < a a v v S. v n 0 - v 1 ( 0 x rN° e, m m g m m °<<= °CCo g > > > > 2-o v 3 To „s.: p, N a f _ � 7 � f -IT � N FF g =. A rt .i =. G G D0 -I D_ 00 n „ - O N '< 0, O y 00 v i 0,l1; n w aa. '^ 0 3 °'o 3 3 n a << ^,w. z ° 3 °: v ' o ^ F, ?'.°°n, .. 5 1 m ^..'<^ ro H ° -° On .. j < < O Ol CFI.-0 ro O a ao = ' S ^ j O °a 0, < g m ,tA <' ° ' n°0 3 3 = = 3 .750 z . -0o o 13 o.0 o o (2o R0 ro 3 3 D z m o z > > n o m 'o F <L. 0 z 0 0 n m O Q 3 0 £ o rD w °__° o ° N n % 317 ° '. o o n 00 3 3 w' ». n n 3 ° 0 3 o ° 0 3 a o 5 o r°, F ° o g n w n o ° m v 3 3 \iw -0 au v1 o _ ' = 1 3 ro ° 3 i. N ' o ^ ' o 3 1 'O 0• 0 1 ' A W A IP N I-+ 01 W 01 W W U1 W F' In F-, 01 F' ID ID F� F' F' F' l0 F. F+ F' F' W F' Ul , 0 O. a a a ° a'.° ° a a a ° a 0n a'O a a a a a a'a a a a a ” a s a a 00 $ n a s �'1 cu cu cu cu a v a a m a a v m D m D a w D a m m al 1 * 1 T Ei T N 3 E N v1 < In T -I V1 g T In g g T T j- to T g -1 N r E a c =. c c K c 0 c 0 0 - c - c 3 = - - = 7 ,d, 3 c c 3 1 2 N ° F- > o IO > n 3 o LD j LO ID ,» 0 .. ? ? .. .. F' F' C 7 F. ID c c a LD b 3 I'+ 3 I 94.r = T O O H LD F' N. \ l\0 I' \ N F. F. O O ID LD b N. IA {[y/"1 N N.N N. N N O N. \ LD \ \\ \ O ~O O O F\+ " N N N N. F' F. O N\ F\+ \ \ \O A ~ lNl1 I-' \o N tv F' , F' N W W N A A Al W N IA N FF. N F0 A. \ F' I\- F' F\+ V V J V V N. H F\„ Al F\' N F\' F\' \ V V Fes' F\' N V V O N.A 0 1 p Z n V V J V V J V V V V V v V V F_, V V V V V V V V N V V N. C GI V V V a O -4 o •K -1 3 , v1 -i 3 -r 3 E v '^.�..E- 5,_ K 3 7 g v 7 K.v, v, 7 7 31 * m j- g * N ut „ s c c c c CC c c s s c ,'. c - 0 1 C O O ' C o C ,- = r0 J I I^D J a = c 0 0 - , ,, ,10 , III c N 3 -,_: ,7_: , G ^ L. C a I a ' F- 3 �. a s T T y I. F' F� F' ~O N ID F' LO ID LD N N _q = ,- . 00 ,- ,.. ID I\D ID \ I-' S m X 3 W ° ° O \ F' ° w IN \D.\\ LIA ID N \ N N F. IA .. W LD \ V F' \ F' Z N \ N \ N W\O ID \W O \ N \ A N \N N N \\ N N \\N N ° F+IN N N l0 IA \\ F' F' \ T ' Z W 0 O\1 W Do H 1\, \ . \ V F' F\' N 1\+ \ \ V 1-' WN. V;1--, F\+ F\' F' 1- 1�N.. \ V F, N N . N N„ FA 13 W F' F\+ J F' J F+ V V V V F' F' V J V J V J V V J V V V .-4- J V V V V V V V V V V V J O = G In C T X In 3Onern F' 1 F' O F' 0 0 0 0 0 0 0 0 0 00 DO CO V D1 w A N F. O O ID 00 W V1 In A CO Co CoW O LD 0a•Co 00 v Vv Z V 01 V1 A 01 F' 01 N Co V 01 WA W N 1 a 1 0v, in0 ATi ++ 1 O co 00 00 O CL a I o AOLn LnA 3 1 3 .!c'' c` p F- c` I 1- id Ia' • • r- , T o a 1. o o = a a a a T� 5 N0 w S F • o o .. ° e mi 1wrmi111flT1Ui e mI�LI ! J n 'Z « tIhm1Y" I 3 gDpy11 O l tIrIIIIii np ►' aA 27, ta UpC1 R !� 7ac mYn UIIi iixcsaeo = n Eii o5. l a ' m ? ° a s $ Y N ° y 3 R a 'aaao' 'a 0 $ I� q 12 0°0a S' g' E n 3 3 i 3 f 3 UHIIUUIIII Ufli 4N2AAHo ! I } 1h Y.. I 's ae' oo 'D 3 8 ° ° o I N. • S A e 3 a o• N.o s w = .c, '. ° w < m ° a^ 3 ?n, .. . 3.4 „ 10 . ..> '� M y 2 N a e > > > o °° w' m• I 3 k ° w 0 0 Ro Q° E J o , ' 3 A ^ S 3 ; G ° o g 3 M -5,3, 0 m 1 - o o 6. 330 m 0 3 n m n 3 ° %- ti • ° n 9 3 �°13 3 m 3 g • o m ? •�� l o S o c a d m m D 1 3 3 a7 m p 3 lit 3 I A A A Aid wN AjA �W O 10 0o V A :+ O �O:Ca V p1 to L'7',1,.'7; w N l N O lD Q1 tli A w(N O lD �1 Ilk x C40; Z IA cu ,,a> :>a WI . 3 In mm m m m m m m In D D D D D D DD D > > 5 d d v 0 - C n n n n n n n n n C 0 00000000 d = o 0 n A N w m a: a a a n a n o_ a J = = = o > > > > = 1.m m o 0 0 0 0 0 0 0 0 o O O x ,. O O O o 0 0 0 0 0 3 m -o ,1,,' D ar * F *.� *.* L 1 m` '.' m r`0 Th m T T d ,a v a c S; 7a-o -o +'1 n '''''= § n a m a, m m ' _. m % 00 ., fl o' ,.,7= \ rt .. N , O D 3 J J 5 5 O 5 3 0 0 0 0 O 0 0 O 0 N O ,V I on o y m ll' -a 00 00 00 00 00 00 00 00 w g o o 0 0 0 0 o 2 o D J 3 . 1 .'. - 2 0< ,-F.,. O o 0 0 0 0 0 0 0 r ' 0 N 2.! DJ o 3 n 0 - J J J > > J J J J ^ y . 00 c) a M c.' C 3 a ' o cg l .. A o ? an d :..s S � N N -o., D 0 d 0'0:< d .T O:Ro R_ O a) ;N 1 3 0, P_ U' _ 3 '3'1'h e�t, 0 0 0 o ' _ m I,oO O ro `\1' I 3 ': s'''' i N R` N 01 ' ll1 N :- N N N In N W H lA :-+ N l!1 :l!1 N VI N 2c- W N N O a O s IL' a L." O O O aO a lln a '7_:,,,-' n v o 0 a ina Oa O O o .a o na a a a n a 'Cr.' a n a. a a s d d < N ^iis.......:a' tin ''EL HCd 'Cd < d "a' C 1:5' n .ev1 -{ � � -I < In � N << � << T � � v1 ri; C -i � Ttot � -�GCCCCGCSD:2 < S < �. SC3CCS �. 33dSCZ" Na) mtoN C N C NWC " JONNC \ 0OCfa : TIn In tli In a A W \ a W a \ N :co.!' AJ a\\ a J ' N `NO '.\ \ \ \ \ W \ WlD \N '2:9 N� 00 NWOo 00NN \ N \ N 0\0 DNN \ \ N \ �J\ �' t\O lD \ F' v \ ...'-'.2 A Ni� �' :io, 0\o A \ A00 �\\ Oo \ ACO 00 W 00 00 : 00 Oo00 00WVV 'VV0piTco Do 0v " ' v3 (0 '^ a `0 -iC v13InIn, ` C o > o o o - :61g aC ,+ O N N O N 0 .* N N C d 6 a) O N C OJ N = amT \ lli N ' a to J A.A a\ W aWWA \ aWW ' n NF. N aSmd 01 \.V NIP \ \ W N \ W \\ N . 1\+ F\-. \\N.\ N \ 1-.A ro \ W \\A\ W \\\ Oo . W \N F-• \\ W \\ N N\ H\ y�. I\-• m ^m o0 00 ,- �. 00 \ 00 0o N 00 00 a 00 0o m O0 V A 2 00 co w o0 00.00 00 00 00 m m t.V%'. N 0 = CO a COCIM ,;; m 07 C A A A A A A A A A A UJ NJ W W W NJ IN W W W NJ NJ NJ NJ NJ NJ NJ N k�,;:- lD W V:01 lli W W N - 0 lD CO V 01 lli V W N - 0 l0 CO V 01 N W NJ O P 7.lD CO 0 O � , 0 >,a I Ig0 C` IN illZ (0' O C1 0=1< 1g 2 A 1n E. d 1.1,— T ° Gs 0'O 7 » d m T T g n •) ear ' g A N n T C i1ilUflutU • F . U gli �"�T3lne nn N w S Y S 7 s O a g 7 7 t. F Re g. ,.co 2 -� 1. ° " u I 0 1 ♦ r 3 d f = 5 14 O m. °.9 o Af it 3 3 r .. ., 0....B. 1"... '4 ,,, `:: T Y N 7 g . G W a.R sr = ONTO w ,“ Y a* 3 C a o N f x 40 w m w E in = .T a �, i iF n °ag a m= V Sl I O 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. 99 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, 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 verification 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 Design/Builder 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. 100 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. 101 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) 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. 102 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, 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. 103 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. 104 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. 105 APPENDIX F DEFERRED ITEMS AND UPDATED SCHEDULE OF VALUES 106 Page 1 of 3 DESIGN-BUILD SERVICES FOR THE RIGHT OF WAY INFRASTRUCUTRE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (RFP NO.: 2016-205-KB) Underground ITEM DESCRIPTION OF WORK BID UNITS BID UNIT BID VALUE NO. QTY PRICE 1 Mobilization/General Conditions 1.00 LS $ 734,664.00 $ 734,664.00 2 MOT 1.00 LS $ 55,000.00 $ 55,000.00 3 Engineering 1.00 LS $ 450,000.00 $ 450,000.00 4 Clearing&Grubbing 1.00 LS $ 74,600.00 $ 74,600.00 5 Embankment 1.00 LS $ 168,610.00 $ 168,610.00 6 GeoFabric 1.00 LS $ 23,680.00 $ 23,680.00 7 Type B Stabilization 1.00 LS $ 30,130.80 $ 30,130.80 8 Optional Base Group 6(8"Limerock) 1.00 LS $ 112,243.20 $ 112,243.20 9 Portion of Landscaping Underground 1.00 LS $ 92,326.79 $ 92,326.79 10 Other Items not Mentioned Above 1.00 LS $ 151,000.00 $ 151,000.00 11 Curb&Valley Gutter Inlets 1.00 LS $ 163,800.00 $ 163,800.00 12 Manholes 1.00 LS $ 124,176.00 $ 124,176.00 13 Conflict Structures 1.00 LS $ - $ - 14 Yard Drains 1.00 LS $ 36,788.00 $ 36,788.00 15 12" Pipe For Property Drainage 1.00 LS $ 124,440.00 $ 124,440.00 16 18"Pipe 1.00 LS $ 93,090.00 $ 93,090.00 17 24" Pipe 1.00 LS $ 3,870.00 $ 3,870.00 18 Trench Drain 1.00 LS $ 12,840.00 $ 12,840.00 19 Other Items not Mentioned Above 1.00 LS $ 310,265.00 $ 310,265.00 20 Service Connections with new AMR 1.00 LS $ 8,470.00 $ 8,470.00 21 8-12"DIP w/Fittings 1.00 LS $ 311,260.00 $ 311,260.00 22 Remove Exist WM 1.00 LS $ 26,000.00 $ 26,000.00 23 8-12"Gate Valves 1.00 LS $ 8,768.00 $ 8,768.00 24 Fire Hydrants 1.00 LS $ 16,722.00 $ 16,722.00 25 Rem Exist W M 1.00 LS $ 47,823.00 $ 47,823.00 26 Other Items Not Mentioned Above 1.00 LS $ 278,000.00 $ 278,000.00 27 Service Connections Include Cleanouts 1.00 LS $ - $ - 28 8-10" PVC 1.00 LS $ - $ - 29 12" PVC 1.00 LS $ - $ - 30 15-18" PVC 1.00 LS $ 176,860.00 $ 176,860.00 31 Rem Exist Gravity Lines 1.00 LS $ 51,143.00 $ 51,143.00 32 Sanitary Manholes 1.00 LS $ 72,540.00 $ 72,540.00 33 Force Main Extension/Connection 1.00 LS $ 293,000.00 $ 293,000.00 Page 2 of 3 DESIGN-BUILD SERVICES FOR THE RIGHT OF WAY INFRASTRUCUTRE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (RFP NO.: 2016-205-KB) ITEM DESCRIPTION OF WORK BID UNITS BID UNIT BID VALUE NO. QTY PRICE 34 6"Sanitary Sewer Srevice Leads w/Cleanouts 1.00 LS $ - $ - 35 Other Sewer related Items Not Mentioned Above 1.00 LS $ 321,988.00 $ 321,988.00 36 All required Signs 1.00 LS $ 2,508.00 $ 2,508.00 37 Reflective Pavement Markings 1.00 LS $ 813.00 $ 813.00 38 Solid Traf Stripe 6" 1.00 LS $ 3,612.00 $ 3,612.00 39 Solid Traf Stripe 12" 1.00 LS $ 2,728.00 $ 2,728.00 40 Solid Traf Stripe 24" 1.00 LS $ 470.00 $ 470.00 41 Skip Traf Stripe 1.00 LS $ 2,600.00 $ 2,600.00 42 Pavement Message 1.00 LS $ 2,445.00 $ 2,445.00 43 Directional Arrows 1.00 LS $ 753.00 $ 753.00 44 Solid Traf Stripe Yellow 1.00 LS $ 572.00 $ 572.00 45 Other Item Not Mentioned Above 1.00 LS $ 2,132.00 $ 2,132.00 46 Grounding Electrode 1.00 LS $ 1.25 $ 1.25 47 Conduit Underground 1.00 LS $ 31,348.00 $ 31,348.00 48 Pull Box&Splice Box 1.00 LS $ 19,310.00 $ 19,310.00 49 Electrcial Power Svc 1.00 LS $ 5,300.00 $ 5,300.00 50 Electrical Service Wire 1.00 LS $ 1,970.00 $ 1,970.00 51 Signals Poles,Pedestal 1.00 LS $ 5,520.00 $ 5,520.00 52 Mast Arms Black 1.00 LS $ 133,000.00 $ 133,000.00 53 Mast Arm Removal Complete 1.00 LS $ 10,532.00 $ 10,532.00 54 Signal 12"STD 1.00 LS $ 7,021.00 $ 7,021.00 55 Ped Signal 1.00 LS $ 1.25 $ 1.25 56 Back Plates 1.00 LS $ 1.25 $ 1.25 57 Tunnel Visors 1.00 LS $ 690.00 $ 690.00 58 Loop Assy Type A 1.00 LS $ 3,510.00 $ 3,510.00 59 Controller Solid 1.00 LS $ 31,347.00 $ 31,347.00 60 Rem Misc Signal Equip 1.00 LS $ 1,254.00 $ 1,254.00 61 Signal Overhead 1.00 LS $ 22,571.00 $ 22,571.00 62 Other Items Not Mentioned 1.00 LS $ 165,000.00 $ 165,000.00 63 Conduit Underground Lighting&Communication 1.00 LS $ 124,000.00 $ 124,000.00 64 Pull Box&Splice Box 1.00 LS $ 14,200.00 $ 14,200.00 65 Conductors Lighting&Communication 1.00 LS $ 26,777.00 $ 26,777.00 66 Load Center 1.00 LS $ 15,050.00 $ 15,050.00 Page 3 of 3 DESIGN-BUILD SERVICES FOR THE RIGHT OF WAY INFRASTRUCUTRE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (RFP NO.: 2016-205-KB) ITEM DESCRIPTION OF WORK BID UNITS BID UNIT BID VALUE NO. QTY PRICE 67 Photo Electric Ctrl Assy 1.00 LS $ 0.01 $ 0.01 68 Street Light Complete 1.00 LS $ 167,000.00 $ 167,000.00 69 Pedestrian Light Complete 1.00 LS $ 0.01 $ 0.01 70 Other Item Not Mentioned Abive 1.00 LS $ 21,150.00 $ 21,150.00 71 Bonds& Insurance 1.00 LS $ 331,000.00 $ 331,000.00 72 Allowance for Permit Fees 1.00 AL $ 100,000.00 $ 100,000.00 73 Allowance for Testing 1.00 AL $ 100,000.00 $ 100,000.00 Subtotal Underground 5,730,284.56 Above the Ground ITEM DESCRIPTION OF WORK BID UNITS BID UNIT BID VALUE NO. QTY PRICE 74 Asphalt Ty S-3 Driveways 1.00 LS $ 186,543.00 $ 186,543.00 75 Type SP 9.5 Structural 1" 1.00 LS $ 56,420.00 $ 56,420.00 76 Type SP 9.5 Surface 1" 1.00 LS $ 56,420.00 $ 56,420.00 77 Gravity Wall 1.00 LS $ 139,806.45 $ 139,806.45 78 Handrail 1.00 LS $ 50,152.79 $ 50,152.79 79 Type F Curb 1.00 LS $ 105,732.00 $ 105,732.00 80 4"Sidewalk 1.00 LS $ 200,538.00 $ 200,538.00 81 6"Sidewalk 1.00 LS $ 50,500.00 $ 50,500.00 82 Brick and Pavers 1.00 LS $ 94,150.00 $ 94,150.00 83 Portion of Landscaping above the ground 1.00 LS $ 22,173.21 $ 22,173.21 Subtotal Above the Ground 962,435.45 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 107 $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. 108 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 refect. 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 109 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. 110 APPENDIX H DESIGN CRITERIA PACKAGE (DCP) RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 111 DESIGN CRITERIA PACKAGE (DCP) 11TH STREET INFRASTRUCTURE IMPROVEMENTS FROM ALTON ROAD TO JEFFERSON AVENUE AND FROM EUCLID AVENUE TO WASHINGTON AVENUE 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 (DBF) 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 11TH STREET INFRASTRUCTURE IMPROVEMENTS FROM ALTON ROAD TO JEFFERSON AVENUE AND FROM EUCLID AVENUE TO WASHINGTON AVENUE. 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 DBF 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 DBF. 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 DBF shall interact with the CITY and or City's Representative. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-1 11th St Improvements F. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 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 multi-volume document including the following items: Volume 1: - Request for Proposal Volume 2: - Design Criteria Volume 3: - Attachments Attachment 1: Topographical Survey Attachment 2: Typical Cross-Section Attachment 3: Master Specifications This document and the Technical Specifications include Project requirements to be adhered to by the DBF. 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. In addition, the Consultant shall apply and obtain all regulatory permits for this project. 1.03 SCOPE OF WORK A. The DBF shall review all laws, regulations, codes and rules applicable to the development, design and construction of the Project, correlate all such codes, rules, regulations and laws with the City's requirements, and advise the City of any program requirements that may cause a violation of such codes, rules, regulations and laws. B. The DBF shall make the necessary changes, revisions, modifications, etc. to prepare a signed and sealed contract document set that incorporates the intent of the master specifications (Divisions 1 through 16), and the conceptual design plans. In this capacity, the DBF shall make all requisite changes and revisions required by the CITY and/or jurisdictional agencies at no additional cost. C. The DBF shall assist the City in filing documents required to obtain all necessary approvals of Permitting Authorities having jurisdiction over the Project. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-2 11th St Improvements D. The DBF shall coordinate the design and construction requirements with any Permitting Authorities, utilities and all Project stakeholders. E. Information regarding existing conditions for the project has been developed and is included as Volume 3 in this design criteria package as follows: 1. The DBF shall prepare geotechnical soil survey, or review and amend the existing geotechnical soil surveys, as needed, to meet the requirements of the scope of work and the Public Work Manual, Part I Geotechnical Considerations. The DESIGN / BUILD FIRM shall verify/update the information presented to the extent necessary to ensure that the project can be designed to meet all required criteria. The DBF shall include in its proposal additional geotechnical data that is deemed necessary to properly design and construct the roadway and underground utilities. 2. Topographic Survey: A topographic survey is provided as existing information with this DCP. The survey is provided for information only. The DBF shall verify / update the information presented to the extent necessary to ensure that the project can be designed to meet all required criteria. The DBF shall review and amend the existing topographic survey, as needed, to meet the requirements of the scope of work and the Public Works Manual, Part 1, Section 1, standard Design and Plan Production Criteria, Survey and Mapping Standards. The DBF shall include in its proposal additional survey data that is deemed necessary to design and construct the roadway and underground utilities. The Survey is included in Volume 3 attachment 1 and was used to develop the Conceptual Plans. F. The DBF shall prepare signed and sealed contract documents for the CITY's review to verify that the Project intent is complied with. The DBF shall also utilize the City of Miami Beach Public Works Manual (PWM), current version with all updates to supplement any details required to complete the Project. G. Contract Document Preparation (Drawings / Specifications): The DBF shall review the Design Criteria Package, Master Specifications (Divisions 1 through 16) and Plans provided in Volumes 1, 2 and 3. The DBF shall make the necessary changes, revisions, modifications, etc. to prepare its contract document set that incorporates the intent of the master specifications, conceptual plans and the requirements of Division 1 , of the Master Specifications. The DBF's contract document set shall be submitted to the CITY to verify that the Project intent is complied with at the 60%, 90% and 100% design milestones. The DBF shall also utilize the City of Miami Beach Public Works Manual, and any updates to supplement any details required to complete the Project. The Public Works Manual is provided to the DBF as a basis to develop contract documents that meet the intent of the scope of work. The following is a list of items that the DBF shall incorporate into its Contract Documents: RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-3 11th St Improvements 1. Relocation of Existing Underground Utilities: It is the DBF's responsibility to coordinate the relocation of any and all existing utilities that are in conflict with the proposed improvements as depicted in the DBF's contract documents. These include but are not necessarily limited to: FPL, BellSouth, Charter Communications, Level 3 Communications, Adelphia Communications, Atlantic Broadband, AT&T, Teco-Peoples Gas, NUI-City Gas Company, Florida Gas Transmission, MCI WorldCom, M-D WASD, M- D PWD and City of Miami Beach, etc. It is the responsibility of the DBF to verify that the final contract documents are free of utility conflicts. The DBF shall be responsible for the identification, coordination with the private utility owner for the relocation of any private utility in conflict with the proposed work at the cost of the private utility owner. 2. Existing Utility Verification: The DBF shall include in its proposal any required underground utility investigation that is deemed necessary to fully identify the exact location of the existing utility and coordinate with the utility owner for the relocation at the utility owner's expense. During design, the DBF shall submit its contract documents to each utility owner and request that they identify / verify the horizontal and vertical location of their utilities. The DBF shall forward correspondence and its contract documents to each utility owner with a copy to the CITY and the PROJECT MANAGER. The DBF is strongly recommended to field verify each utility and / or manhole excavation, utility crossing, utility tie-in and excavation greater than 12-inches in depth to field verify the location and depth of identified utilities. Methods to be considered by the DBF shall include but not be necessarily limited to subsurface utility exploration in accordance with ASCE 38-02 Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data (Quality Level A), vacuum extraction, water extraction, ground penetrating radar, magnetic survey, potholing, or other method deemed appropriate by the DBF. The DBF shall also verify its design of the proposed improvements with respect to conflicts with identified existing utilities. This effort shall include, as a minimum, the identification and resolution of conflicts between proposed improvements and existing below ground utilities, structures, footings, foundations, and landscaping, etc. and existing above-ground improvements. The CITY reserves the right to request that the DBF provide documentation of utility verification requests and subsequent responses from utilities during analyses of unforeseen condition claims. 3. Construction Sequencing Plan: The DBF shall incorporate the construction sequencing restrictions presented in this document into its contract documents. The CITY will consider minor, non-substantial deviations from the construction sequencing restrictions on a case-by-case basis. Major events held by the Convention Center including but not limited to Art Basel requires all traffic lanes for all the roads in the vicinity to be opened and the contractor demobilized. The DBF shall anticipate construction restrictions RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-4 11th St Improvements on such events unless it is clearly demonstrated that no impact to those events will be created as a result of this project construction activities. H. Contract Document Permitting: The DBF shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over the Project as represented in its contract documents. The DBF shall consider the impact of permit fees in its construction opinions of probable cost. DBF shall be responsible for meetings, submissions, resubmissions and negotiations with such authorities. CITY will attend meetings with governmental authorities as deemed necessary by CITY. DBF shall respond to comments by such authorities within ten (10) working days of receipt of comments. It is recognized by the CITY that the time period for obtaining permits is beyond the control of the DBF except for issues concerning the permitability of the design and the DBF's ability to respond to permitting agency requests for information. The DBF shall be responsible for monitoring and tracking progress on the preparation and review of permits and subsequent requests for information. The DBF shall correspond with noted jurisdictional authorities to establish permitting requirements, revise its documents and respond to permitting inquiries as required. The DBF shall copy the CITY on all correspondence and also attend meetings with the CITY staff to review and discuss permitting status. The following governmental authorities that have or may have jurisdiction over the Project have been identified: 1. City of Miami Beach Building Department. 2. City of Miami Beach Design Review Board. 3. City of Miami Beach Historical Preservation Board. 4. City of Miami Beach Planning Department. 5. City of Miami Beach Public Works Department. 6. Miami-Dade County Department of Regulatory and Economic Resources (RER) (formerly DERM). The City is in the process of applying for the Class I and Class II permits. The DBF shall assume that this permit will be obtained by the City prior to beginning construction. 7. Miami-Dade County Water and Sewer Department. 8. Miami-Dade County Public Works Department. 9. Miami-Dade Department of Health and Rehabilitative Services. Failure to identify governmental authorities that have jurisdiction over the Project at the time of permitting does not relieve DBF from responsibility to pursue the permit as described above. Note that this effort includes the procurement of permit extensions, whether existing or new. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-5 11th St Improvements I. Construction Certifications: The DBF shall make certification to the City at the end of the project that the project was constructed in accordance with all approved plans and applicable codes. The DBF shall provide all certifications, inspection reports and project information necessary to close out all permits for the project. It should be noted that phasing of the project shall require multiple phased certifications to put some partial systems in to service during construction. J. Submittal of Contract Documents to the CITY for Review: The DBF shall submit three (3) hard copies and a digital copy (CD, Thumb Drive, etc.) of the design documents in digital format (pdf and native format -AutoCAD, word, etc.) to the CITY for review and comments, the contract documents at the 60%, 90% and 100% completion stages. The submittal of the progress review contract documents shall be in compliance with the requirements of the PUBLIC WORKS MANUAL (PWM) for each completion stage. All review comments generated by the CITY shall be addressed and included in the subsequent submittal. K. CAD files shall accompany all the as-built and record drawings for review by the City, and be included in all pay requests. As-built drawings shall be consistent with current CITY surveying and GIS standards as required in the PWM. L. The DBF shall attend weekly design and construction meetings with the CITY to review the project progress. The DBF is responsible for preparation and updating the project schedule for these meetings and provide, one (1) day prior to the meeting, a list of items and issues to discuss and address during these meetings. M. Time Frames and constrictions: 1. Notice to Proceed (NTP1) is expected to be issued soon after the contract has been executed by all parties. 2. Time is of the essence to substantially complete this project within 250 calendar days after Notice to Proceed (NTP) is issued. Substantial completion shall be reached when partial completion of the proposed street improvements is placed into operation. All required testing, installation certification and acceptance by the City shall be performed prior to substantial completion. The City and the DBF agree that Liquidated Damages #1 for delay are set in the amount of$2,500 per calendar day and shall be deducted from monies due to the contractor for each calendar day that expires after the time specified for substantial completion date. 3. Final completion shall be 60 calendar days after the issuance of substantial completion. The City and the Contractor agree that Liquidated Damages #2 for delay are set in the amount of $1,000 per calendar day and shall be deducted from monies due to the contractor for each calendar day that expires after the time specified for final completion of the entire project. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-6 11th St Improvements 1.04 WORK COVERED BY CONTRACT DOCUMENTS The work under the proposed contract comprises the design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR NEIGHBORHOOD Flamingo Park Neighborhood — 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. The work will include but not limited to site preparation; earthwork, roadway reconstruction, water main installation and water services relocation; sanitary sewer force main installation, sanitary sewer relining/replacement, storm drainage infrastructure installation, street lighting, pedestrian lighting, signalization, landscaping and streetscape improvements. In addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. The general location of the work is as follows: The Flamingo Park Neighborhood more specifically described as 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. The scope of the work incorporates the following activities as well as all miscellaneous construction necessary to accomplish these major goals. A. Water main improvements consist of the removal of the existing old water mains and fire hydrants and installation of new 8" to 12" diameter water mains and minimum 2" services including new water meters with automated meter reading technology. Service lines will be relocated to the front of the properties within existing City right-of-Way in areas where the service lines are in easements at the back of properties. Water service must be maintained at all times. All valves shall be gate valves. 1. Coordinate and install landscape irrigation where necessary. 2. Viton F or Viton Extreme gaskets in areas where "contamination" is discovered. New standard EDPM gaskets to be used everywhere else. B. 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 to 3.7 NAVD, and harmonization of driveways. Utilizing an updated survey containing finished floor elevation (FFE) data, all road right-of-ways within the limits of the project shall be reconstructed RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-7 11th St Improvements to newly targeted elevations. Additional design considerations will be made to maintain positive drainage away from the private lots. 1. Enhanced bulb-outs will be constructed at each intersection. The design and landscaping of the enhanced bulb-outs to be similar to that prepared on the current 11th Street (Jefferson Avenue to Euclid Avenue) project. Reference drawings prepared by APCTE (file name APC1604 Neighborhood 10A — 11th St.052316 6.dwg). For the intersections of 11th Street at Lenox Avenue and Michigan Avenue, the north side bulb out design shall be similar to the proposed section under construction at the intersection of 11th Street and Jefferson Avenue. Reference drawings prepared by APCTE (file name APC1604 Neighborhood 10A — 11th St.052316 4.dwg) 2. DBF to coordinate with MBPD on the extent of the proposed parking and bulb-out design along the north side of 11th Street from Pennsylvania Avenue to Washington Avenue. 3. DBF to coordinate with City and adjacent property owner of 1050 Washington Avenue to reconstruct the pull-out and sidewalk on the south side of 11th Street at Washington Avenue. 4. All sidewalks shall be reconstructed to a minimum of 6' wide (Miami Beach Red) and raised to the maximum extent practicable allowing for harmonization to adjacent properties. 5. Cross walks shall be constructed at each leg of each intersection in the Project consisting of brick pavers in a piano key pattern. 6. Mid-block cross walks shall be constructed at the intersections of 11th Street at Lennox Avenue and Michigan Avenue with appropriate signage. 7. Significant adjustment and/or relocation of the existing fencing along the north side of 11th Street across the frontage of Flamingo Park (Jefferson Avenue to Alton Road) will be necessary to maximize the sidewalk width. Note that the sidewalk on the north side of 11th Street from Jefferson Avenue to Meridian Avenue is being constructed at a 10' width. This cross section will be continued west from the end of the project to Alton Road to the maximum extent practicable. 8. Landscaping from private property that is to remain adjacent to the public right-of-way shall be trimmed so as not to impede pedestrian/non-motorized travel. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-8 11th St Improvements C. Street/Traffic lighting improvements and enhanced signage along 11th Street will be required. A photometric plan will be developed by the DBF to install new pedestrian level and street level lighting. Reference lighting standard ANSI/IES RP-8-14. 1. The DBF shall coordinate the removal and relocation of the existing Cobra Head fixtures with Florida Power and Light, the DESIGN CRITERIA PROFESSIONAL and the City. The design of the lighting system shall meet the City's illumination design standard of 0.6 foot-candles for residential areas. Also, the minimum lights distribution model to minimize shading by trees shall not exceed a ratio of 4:1. It shall be the responsibility of the DBF to review, revise and finalize the design of the proposed improvements to meet the intent of the scope of work and budget and all requirements of the PWM. 2. New traffic signals and mast arms to be installed at each signalized intersection within the Project. Each shall be built to black mast arm standards with pedestrian signals. 3. Three each 2" diameter PVC conduits to be installed throughout the length of the project for traffic signal and communication purposes. 4. All pedestrian level street lights to be black Granville II classic LED design with cap and finial. Lights to be 100W maximum 3000-degree K. 5. All lighting shall be arranged and installed to minimize glare onto adjacent private property. 6. All street level street lights to be black Tapered Aluminum Fluted Pole design with Decorative Pole Cap. Consideration will be given to mount the street level street lights to the traffic signal mast arms. 7. Street signage to be coordinated with City Departments and Miami Dade County. Mount signage to utility/street light poles to the maximum extent practicable. Signage and sign poles should not be located within the sidewalks. D. 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, the connecting to existing outfalls and the installation of a new 36" storm sewer system. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-9 11th St Improvements E. Gravity sanitary sewer improvements consist of the evaluation of the system to determine if the system segments should be replaced or repaired by lining or grouting. DBF to televise each segment of the system including service lines. Sanitary sewer service shall be maintained at all times. 1. Sanitary sewer manholes to be inspected to verify integrity. Manholes not in "like-new" condition shall be lined/replaced and/or repaired at the discretion of the City. Where brick risers are noted, they shall be replaced with concrete rings. Manhole castings to be replaced with "like-new" castings. 2. Verify the integrity of the sanitary sewer service leads from the main line to the property line. Service leads that are not in "like-new" condition shall be removed and replaced. 3. Cleanouts to be installed if not existing at the property line on all sanitary sewer services. F. Sanitary sewer force main improvements will consist of continuing the recently constructed force main from the pump station area and connecting to the existing 42" force main will be required. G. Utility pole relocation/replacement shall be coordinated with the appropriate utilities. Secondary service lines that pass overhead across 11 th Street shall be buried underground to the maximum extent practicable. Guy wires for utility poles shall be removed and attached pole to pole to the maximum extent practicable. Secondary utility poles that are next to new utility poles where the transmission/distribution power lines have been relocated to the new pole and the secondary pole attachments have not, shall be coordinated with the appropriate utility and the old poles removed as part of this project. 1.05 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the latest editions of the following publications: 1. Miami-Dade County Public Works manual "Design and Construction Standards"; 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements; RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-10 11th St Improvements 3. The Florida Department of Transportation "Roadway and Traffic Design Standards"; 4. The Florida Department of Transportation "Structures Standards," 5. Miami-Dade Water and Sewer Department "Design and Construction Standard Specification and Details". 6. City of Miami Beach Public Works Manual. 1.06 SITE INVESTIGATION A. The DESIGN / BUILD FIRM, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials, availability of water and electric power; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the DBF to completely or properly evaluate the site conditions shall not be grounds for additional compensation. Failure by the DBF to acquaint itself with all available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the WORK. The CITY assumes no responsibility for any conclusions or interpretations made by the DBF on the basis of the information made available by the CITY. B. Soil boring information may be furnished to the DBF for its general information. Such data is not warranted to be correct; the DBF, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the DBF because of differences between actual conditions and those shown by the boring logs. 1.07 WORK BY OTHERS A. Concurrent work by Other Contractors. The DBF's attention is directed to the fact that work may be conducted at the site by other Contractors during the performance of the WORK under this Contract. The DBF shall conduct its operations to cause little or no delay to work of such other Contractors, and shall cooperate fully with such Contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work on Utilities. The DBF shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-11 11th St Improvements relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.08 WORK SEQUENCE AND PHASING A. The DBF shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage structures, ditches and canals, gas, electric, internet, television and telephone. Prior to commencing with the WORK, the DBF shall perform a location investigation of existing underground utilities and facilities in accordance with this section and Section 01530 — "Protection of Existing Facilities" and shall have obtained all required permits and permissions. The DBF shall provide a schedule to the CITY's Public Works Department at least two (2) weeks prior to each planned disruption to the roadway, sidewalks, driveways, and utilities for notification of the residents. City and City's PIO will prepare the notices with assistance from the DBF. The DBF shall provide the information for the preparation of the notices in a timely manner for distribution to the residents seventy-two (72) hours in advance of the disruption. B. The DBF shall sequence the WORK so as to minimize impact on residents. C. The WORK shall be sequenced so that the existing utilities prone to damage are replaced first followed by other deeper, more disruptive work. The work sequence is expected to be as follows: 1. Install sanitary sewer gravity line and force main, include new leads and clean outs at property lines, 2. Install proposed water mains and new service connections, 3. Install new storm water drainage system, 4. Surface improvements including asphalt pavements (first lift), curbs, gutters and traffic calming devices, 5. Traffic signals and street lighting, 6. Sidewalks and harmonization with adjacent property owners, 7. Final lift of asphalt, signing and pavement marking, 8. Landscaping, irrigation and street planting, D. It is expected that the DBF will employ multiple crews so that construction can be carried on concurrently. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-12 11th St Improvements E. The WORK shall be sequenced so all testing are performed and "Certification to Place into Operation" are obtained for the proposed sanitary sewer system, water distribution system and stormwater management system prior to the construction of the proposed roadway improvements. In addition to the above, the following restrictions shall be maintained: 1. The DBF shall provide a detailed phasing and Maintenance of Traffic plans, for review and acceptance by the CITY prior to the commencement of any construction activities. The DBF shall notify the City's Fire and Police Department, and the Post Office fourteen (14) days prior to planned disruptions. 2. The DBF's phasing plans shall clearly illustrate the DBF's work intent. Each phase shall be broken down into sub-phases that allow work on different areas simultaneously. The DBF's phasing plan shall be linked to the Project's Construction Schedule. 3. The DBF shall make necessary provisions to provide access to driveways at the end of the working day. 4. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and travelers are only disrupted for one time period. 5. All affected residents shall be notified a minimum of seventy-two (72) hours prior to a shut off of water supply. Any water supply interruptions shall be scheduled to be as short as possible and not exceed four (4) hours. For multi-family apartments or condominium complexes, written notice of planned disruptions maybe directed to Condominium Association's Management Companies, Condominium Association's Board of Directors, Apartment Property Managers or other property managing companies or individuals via certified mail; for single family residences written notices shall be directed to the residents via door hangers. ALL Notifications of planned disruptions shall be coordinated with the City of Miami Beach Public Works Department. 6. The DBF shall submit a written request to the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department for shut- off of potable water or fire main supply, a minimum of seventy-two (72- hours), prior to the scheduled shut-off. The DBF shall obtain written confirmation from the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department and schedule it work accordingly. ONLY the City of Miami Beach Public Works Department is authorized to shut-off any potable water or fire main supply. 7. Access for emergency vehicles shall be maintained at all times to all homes or businesses. Excavation must be back-filled or barricaded at the end of each workday to prevent hazardous conditions. If a trench, excavation or RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-13 11th St Improvements structure is to be left open, it must be covered with a steel plate and made accessible to residents at the end of each workday or when work will be suspended for more than eight (8) hours. 8. The DBF shall coordinate with the appropriate local agencies and private companies, which provide services to the residents, as required to provide uninterrupted bus, school bus, garbage collection, mail delivery and other service during the WORK period. A Maintenance of Traffic Plan indicating proposed street closings, schedules, and alternate routes, which have been approved by the applicable jurisdictional agency, should be submitted to all affected agencies and companies for coordination and routing purposes. 9. Transportation provisions for handicapped or disabled residents shall be made by the DBF if construction prevents access to homes. 10. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipe and material shall not be strung out along installation routes for more than one workday. DBF shall store minimal amount of material on site within the City's approved staging area. 11. Traffic Signals, Street and Park lighting shall be maintained in operation at all times during construction. DBF shall provide temporary power supply and/or temporary lighting when necessary, to maintain lighting conditions meeting the existing lighting conditions. 12. The DBF shall develop a staging plan for review and acceptance by the CITY. The plan shall provide for the staging of necessary equipment, material and field operation trailers. The DBF shall restrict parking for its employees and sub-contractors within the staging areas and/or swales adjacent to the work area. If necessary, the DBF shall provide additional off- site storage, staging and parking as necessary at no additional cost to the contract. DBF shall maintain all staging areas until the project is completed. 13. The DBF shall limit the number of non-essential vehicles on the project area. The DBF is responsible to provide public parking for its staff and sub- contractors offsite and arrange for group transportation to and from the project area in order to eliminate the need for personnel vehicles to be brought to the project area. 1.09 TRAFFIC CONTROL A. The DBF shall submit a conceptual Maintenance of Traffic Control Plan at the Pre-Construction Conference. This preliminary plan shall identify the phases of construction that the DBF intend to utilize to identify the traffic flows during each phase. The DBF will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-14 11th St Improvements B. The DBF shall submit a weekly Traffic Impact Plan to the CITY by Wednesday of each week to allow for notification of anticipated road closures to public entities located in and doing business in the project area. The Traffic Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. C. The Maintenance of Traffic Plans shall be prepared in accordance with the Current Edition of the Florida Department of Transportation Standard Specification for Road and Bridge Construction, Florida Department of Transportation Design Standard for Road and Bridge Construction, and the Miami-Dade County Public Works Department Manual for Design and Construction. D. The "Maintenance of Traffic" plan shall address pedestrian traffic as well as vehicular traffic. E. The DBF, at all times, shall conduct the WORK in such a manner as to ensure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. F. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. G. All existing stop signs and traffic signalization shall be maintained in operating conditions at all times during construction. A complete inventory of all existing signage and traffic control features shall be provided to the CITY prior to the commencement of construction activities. H. When permission has been granted by the City of Miami Beach Public Works Department to close an existing roadway, the DBF shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The DBF shall furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional agency may direct. Signage shall be affected one week before closure. I. The DBF shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shutdown of the work until the DBF provides the necessary protection. J. In areas where there are existing pavement markings, the DBF shall install temporary pavement markings any time traffic is diverted for a period of time that will exceed one work day or as allowed by the City of Miami Beach Public Works Department. Existing pavement markings that conflict with the new work RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-15 11th St Improvements zone traffic pattern must be obliterated. Painting over existing pavement markings (black out) shall not be permitted. 1.10 WORK SCHEDULE A. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within 200 calendar days from the Notice-to-Proceed. B. Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within 120 calendar days from the issuance of substantial completion. C. Time is of the essence in completing this project. Because time is of the essence, the DBF shall commit the necessary resources to this project to complete it in a timely manner. Note that a typical workday will be based on hours between 8:30 am and 5:00 pm, Monday through Friday, excluding holidays. If the DBF wish to work longer hours than those specified herein, it shall request so, in writing, a minimum of 72-hours (3-business days) of each week. Work completed at other than regular working hours should be easily observable by CITY on the subsequent day. If the DBF propose to complete work that will be "covered up" after normal working hours, it shall reimburse CITY for costs associated with the observation of such work. D. The Construction progress will be measured with the construction schedule submitted by the DBF. If the CITY determines that the DBF do not meet the Critical Path Method (CPM) as specified in the Section entitled "Schedules and Reports", the DBF will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in timely manner will be borne by the DBF. E. SCHEDULE TRACKING 1. DBF shall submit scheduling information for the WORK as required in the Section entitled "Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.11 COMPUTATION OF CONTRACT TIME It is the DBF's responsibility to provide clear and convincing documentation to the CITY as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. The DBF is obligated to provide documentation to the CITY if additional elements of WORK affect the critical path of the project. If WORK set RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-16 11th St Improvements forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the DBF may be granted, time to suspend WORK operations for vacations or holidays, contract time will not be suspended. During suspensions, the DBF shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. In addition, DBF shall comply with timely notice requirements as specified in the General Conditions. 1.12 PRE-CONSTRUCTION CONFERENCE Thirty (30) days prior to the start of construction activities, a Pre-Construction Conference will be held between the DBF, CITY, other interested agencies, representatives of utility companies and others affected by the WORK. The time and place of this conference will be set by the CITY. The DBF shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the CITY. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.13 UTILITY LOCATIONS A. To the extent possible, some existing utility lines in the project area have been shown on the topographical survey. However, the CITY guarantees neither that all lines are shown, nor that said lines are in their true location. It shall be the DBF's responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the DBF because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof of lines shown on the plans. B. The DBF shall notify each utility company involved at least thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. The DBF shall pay for relocation of water mains or other utilities for the convenience of the DBF. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the DBF and the utility company involved. C. The DBF shall schedule and coordinate its WORK in such a manner that the utility companies relocating or supporting their utilities do not delay project construction activities. No compensation will be paid to the DBF for any loss of time or delay. D. All overhead, surface or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-17 11th St Improvements damage by ordering outside parties to make repairs at the expense of the DBF. All repairs made by the DBF are to be made to the satisfaction of the Utility Owner and shall be inspected by a representative of the Utility Owner and the CITY. E. Within forty-eight (48) hours before excavating, the DBF should call the CITY, for assistance with locating City-owned utilities. The DBF shall contact Sunshine State One Call of Florida (*811 or 1-800-432-4770) for free locating service for utilities for contractors and excavators. Within forty-eight (48) hours before excavating, the DBF should call Sunshine State One Call of Florida Inc., and a locator will be dispatched to the WORK location. The DESIGN / BUILD FIRM shall coordinate with the utility companies not included in the Sunshine State One Call of Florida, Inc. location service. 1.14 CONSTRUCTION LAYOUT SURVEY A. The DBF surveyor shall provide vertical and horizontal control for layout of the WORK in the form of benchmarks and control points located adjacent to the WORK. From these controls provided, the DBF shall develop and make all detailed surveys needed for construction and shall establish all working points, lines and elevations necessary to perform the WORK. The surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida and meet the requirements of the Public works Manual, Part I, Section 1 Standard Design and Plan Production Criteria. 1.15 PROTECTION AND RESTORATION OF SURVEY POINTS A. The DBF shall carefully protect from disturbance all survey points, stakes, bench marks, etc., whether or not established by it, and shall not remove or destroy any survey point until it has been properly referenced referenced/ tied- in by the DBF Surveyor. Surveyor All survey points that have been damaged by the DBF such as section corners, 1/4 section corners, property corners or block control points, including centerline of road Right of Ways such as the points of curve, tangent and intersection, shall be replaced at the DBF's expense with markers of a size and type as required by Florida State Statues. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The DBF Surveyor shall document survey monuments prior to construction and submit the location and type of all markers to the CITY. All survey points on the topographic, construction layout and as-built/record surveys perform through the duration of the project. 1.16 EQUIPMENT A. All equipment necessary and required for the proper construction of all work shall be on the construction site, in first-class working condition. 1.17 OWNERSHIP OF EXISTING MATERIALS RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-18 11th St Improvements A. All materials removed or excavated from the job site shall remain the property of the CITY until released by the CITY, at which time it shall become the property of the DBF, who shall dispose of it in a manner, complying with all applicable jurisdictional requirements. 1.18 EXCESS MATERIAL A. All vegetation, debris, concrete or other unsuitable materials shall be disposed of off-site in approved areas provided by the DBF. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. The DBF shall deliver any excess material desired to be retained by the CITY to a designated area within a 5-mile radius of the project, at no extra cost to the CITY. 1.19 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the DBF's responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, to meet all final grades, unless otherwise instructed by the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the conceptual plans does not relieve the DBF from making such adjustments as may be deemed necessary. 1.20 ENVIRONMENTAL PROTECTION A. The DBF shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents, which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. B. The DBF shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the CITY. Silt screens shall not be removed until the turbidity of the affected waters is equal to or lowers than the ambient turbidity of undisturbed segments of adjacent surface waters. C. The DBF shall implement a Stormwater Pollution Prevention Plan in accordance with the Florida Department of Environmental Protection minimum requirements. The DBF shall obtain and prepare all documents necessary to RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-19 11th St Improvements obtain a Florida Department of Environmental Protection National Pollution Discharge Elimination System Permit for Construction Activities. D. All protection requirements covered by this subsection shall comply with all applicable jurisdictional agency requirements. 1.21 BASIS OF PAYMENT A. The DBF's during the design the pay request shall contain updated project schedule and a written status report providing the status of each discipline under design and permitting. During construction Professional Land Surveyor will prepare "As-built record" Survey monthly to support the payment request. In the event of disputes, the CITY shall make the final determination; no additional compensation will be made for surveying services. A Florida Licensed Registered Professional Land Surveyor and meet the requirement of the Public works Manual, Part I, Section 1 Standard Design and Plan Criteria, Construction Layout Surveys shall supervise this WORK. B. The DBF shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by CITY as complete without the following: 1. Certificate of payment to subcontractors. 2. Updated Construction Schedule 3. Release of Liens from subcontractors 1.22 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. The DBF is advised that the CITY will not pay for stored materials. 1.23 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of roadways only. If approved in writing by the CITY larger vibratory compaction equipment may be allowed if operated in a static mode only. The DBF shall be responsible for all damages/claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.24 REPORTING OF DAMAGE CLAIMS A. The DBF shall keep the CITY informed of any damage claims made against the DBF during the construction period. All claims for automobile damage, property damage and/or bodily injury will be reported to the CITY within 24 hours of receipt of notice. DBF will conduct a timely investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-20 11th St Improvements provide periodic updates, each quarter, until final disposition of claims. The DBF will advise the CITY in writing of its decision/referral to carrier. 1.25 PERMITS A. It shall be the DBF's responsibility to secure all permits of every description required to initiate and complete the work under this Contract, except for permits obtained by the CITY. B. The DBF shall furnish signed and sealed sets of Contract Documents for permit use as required. C. The DBF shall furnish to the DESIGN CRITERIA PROFESSIONAL and CITY copies of all permits prior to commencement of work requiring permits. D. The DBF shall be responsible for procuring extension permits as required throughout the duration of the project. An allowance for Permit Fees is included in the Schedule of Price Bid. 1.26 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the DBF shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2 - PRODUCTS (Not Applicable) PART 3 - PART 3 - EXECUTION (Not Applicable) - END OF SECTION - RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-21 11th St Improvements 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/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood, RFP No. 2016-205-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. 112 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 113 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.: 114 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/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood, RFP No. 2016-205-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 115 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.: 116 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 117 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: 118 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: 119 APPENDIX J - PERMITS 120 1Z r a„ F ' • .". EC 3 vi ce ui O.-- 1, ,,, ., -,--iit— '27 , ‘ 4.ttfa.:1 ‘a' 2 EL -.!•;4,----'-,-, ,.,,,,, <, 1 .:,, .,..4,..i,:i Its III L o O vi' w OO3 mE C d ° lvAc 1` N7m WAO« �(a3, v ,oTmll v m . 0 d FT• To 0 0 m JV °C Em o m'va v , n o m p Zv m Y EoV w DB' m ° c v .- mQ'^EaY v m8 . . c o¥ °-' 3 o Hc c 7N owo =, .va? s U E Ec 3 r© 5 �'mo o °_ a c Ymom o_. m W F Fs 8 8- ° i ''':47::t ' ''' '' ' :,,, n ''' 1 1 4!4.- -- ;71 ...-ity lb 'a'- 'Z','1! 82 Qit co o EC cv t E O V> V go 15 Z -1' , ik „ ,,,i,,:iii,-0., ilt ft l 2,;.2.-.sE mwi _any � a =f-• U EA ZEV a dma Y N v oma° mv w E3vat av •.;' `oYa = m ° c a °' ., Y . c — t* 45 it rill I' 4 r, �• J mx• wm. y 3$3 3�..v,,�$:,t'`•°�` .,`h€'�� a 4�C oEoullualili o•3o c p 3 mc C 7o aE V ar ovc•E m?c▪ Eo' ▪ m E> o3 E= g 3.`oF.,- - ,,m R 12 w E w ao co c c ',11111 - i: 31 iiill :',..:4 it %.: II e -iwiW(unoDapscNE3cv7Qu +- c o > >o cu° cvNw v 3E v a°> m �v w ,u v-. pflrV vmCo vaE yva v . . $aUE $mLE 3• fg • 96 0. ti 0 73 79- cu °aurvaO '. jv , w C wDc w Y O :my o' O _ E3hm � cEv . YaCc C A 7 • > Euv ° >, vtof He •. ma2 =a Ycua ` >.✓, Loo')v r 4 - O ,, Lc. rwv " Ncwo mYoooo ea E °'m M a) c >>' y v 2'e� vc > ccp-p � O' vo ° vYp mE . a13N3FyivL- 03 ` >c m -° .Ecv ,EvE ? nE > •01YYoy o ° - Ec� Yv3vmco2 $ `mv- ,v' t v • : v ` m3 ,- c,. GmONYv 7a. « E EY „ EN33im- ° a Lomry Tm °o o ° m I0 � opvz c. no ' Y mYva ar o.oom iv¢ 2o 4y « v w � N3 m c0v o - cwm . w awvar. > xC ' ' d . `i oYr3Y °-o op % oNEcliflhlil - mw N Cal c23 ¢ Oycm.y• -0a3Epo ‘NNY 4vopc'O ° mam E E > coO'6a° yvo§ O Eyor,3Q S6- vwaD`" -13$.::,;' '''.' ''''' E.% q t'1 1 APPENDIX K-CONCEPTUAL PLANS 121 _ F -i"f y?$ X3 c - �� fl �� �� ,a 17 PLANS � ��� 1 * N ` r .,—,„,...7-4......... '„�„ n ' e;,:4' ,._ 4::4 E .'` " I p.p. .rf :v �,r p ,, _: mow,.14.'' S . • Z. +� .- Viy6F ilk �t a Jr -4„,, - I - il' Sc'i k,,3a.,N I. s ' Cr.- , ' ''\ . .14."'t ' . , c ` 'i><,! a. ` C A C+C .' 'f. 1N ' "tr'-" � ,y1y€� ,mow+ (;. ter, e t' f' k U Ti, - _as" -' .,,,,- *";--"*...;*40N,Y,;; 't-"rt,'":+;"...':' #�s , �r ,.4_ —.T ^.+yo-° a'.: — , ,.... ,-- ,,...„, ,,,.., -...,,,,, . . 1ft_. \ it \'' Yx9 Vii.: FLAMINGO ppRK NEIGHBORHOOD CI-Y OF'v11AMI BEACH RFP NO.:2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS ROADWAY PANS 0 FLAMINGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH j RFP NO.:2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS tE MIAMI BEACH . .^` ,\ — ��! ',, PUBLIC WORKS DEPARTMENT Ali HIGHWAY IMPROVEMENTS `' ' �k FLAMINGO PARK NEIGHBORHOOD r`�+, * �� PROPOSED ROADWAY IMPROVEMENTS ALONG 1 1 th STREET 1.„,,us:r' ,.a.a (FROM EAST OF ALTON RD. TO WEST OF JEFFERSON AVE. AND FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) -- LOCATION OF PROJECT PROJECT LOCATION T LA 811. m ' men W7- =1 vArtobrshk11 . 1111®111111'°' GMit CITY OF MIAMI BEACH = _I 11 0 1U 11'I��11 1 INDEX OF DRAWINGS MAYOR: PHILIP LEVINE Op_� II''LiIII/II'II ( SHEET NO. SHEET DESCRIPTION COMMISSIONERS: RICKY ARRIOLA ��■,�1ULJa1t',�1=111 L KEY SHEET MICHAEL GRIECO _ , 2 ABBREVIATIONS&LEGENDS JOY MALAKOFF MICKY STEINBERG _ 111111 3-7 GENERAL NOTES KRISTEN ROSEN CONZALEZ =_D A-11050 Q 8-10 TYPICAL SECTION JOHN ELIZABETH ALEMAN —i--— ,III CITY MANAGER: JIMMY L. MORALES —_— —0--___ 4iii' 11-/2 PROJECT LAYOUT CITY ATTORNEY: RAUL J. AGUILA -- — ---- l3-23 ROADWAY PLAN ASSISTANT CITY MANAGER/ __—— —_--_— l ^ 24-30 CONSTRUCTION DETAILS DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. T^^ ^^m^^ 31-35 ALUMINUM PIPE GUIDERAIL DETAILS CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. LOCATION MAP N.T.S. 36-39 DRAINAGE DETAILS 40-41 STORMWATER POLLUTION PREVENTION PLAN NOTES INg MP eery C rp Transportation 42-44 TRAFFIC CONTROL DETOUR Engineers 1 Street Stele 10306 N.W.41 reel Suite 115 93- Mleml,FL 33178 (305)592-72831 fox(305)5931594 Vendor No..85-0770583 CA No.:EB-0007797 LEGEND ABBREVIATIONS STORM SEWER LEGEND ® CATCH BASIN TYPE'0' A.C.=ARTISTE CONCRETE FIR=FLOOR RED-REDUCER ® ELECTRICAL MANHOLE ARV=AIR RELEASE VALVE FP(..FLORIDA POWER AND LIGHT COMPANYREINF=REINFORCING 6 PROP.INLET TYPE 9 C—GUT WIRE AND ANCHOR ARCH=ARCHITECTURAL FT=FOOT/FEET RAN,RAY=RIGHT OF WAY B LIGHT POLE LOW LEVEL ASPH=ASPHALT END=FOUND RD=ROOF DRAIN S PROP.INLET TYPE 6 PALM AC=ASPHALTIC CONCRETE GSP=GALVANIZED STEEL PIPE TAN=TANGENT GAS=GAS UNE FTP.=TYPICAL ® PRP.INLET TYPE 5 • PARKING METER AVE=AVENUE GV=GATE CALVE -0-POWER POLE(EXISTING) BV=BALL VALVE GOD=GRADE =CENTRAL ANGLE ® STORM DRAINAGE MANHOLE BL=BASE LINE GRS=GRASS L=ABO LENGTH 0 PROP.STORM MANHOLE(ROUND) ® SANITARY SEWER MANHOLE BOAT=BAY DATUM GTR=GUTTER RCP=REINFORCE CONCRETE PIPE ✓ SIGN BSOUTH=BELLSOUTH HOPE=HIGH DENSITY POLYETHYLENE PIPE PVC=POLYVINYL CHLORIDE 0SIGNAL CONTROL PANEL BY=BENCHMARK HB=HOSE BIBB TS=TAPPING SLEEVE 0° PROP.STORM MANHOLE(SQUARE) 5 SIGNAL PEDESTRIAN BP=BID PACKAGE INV=INVERT P/=TAPPING VALVE IRR=IRRIGATION LINE TEL=TELEPHONE LINE OM B WIRING CPLILU3OX BLT=BLOCK JT=JOINT ® PROP.GRAVITY WELL N---b TRAFFIC SIGNAL,MAST ARM BOT=BOTTOM JB=JUNCTION BOX TEMP=TEMPORARY TEMPORARY - TELEPHONE POLE(EXISTING) BCC=BOTTOM OF CURB LYDSCP-LANDSCAPE TIN BENCHMARK o TELEPHONE MANHOLE BLDG=BUILDING LP=LIGHT POST THK=THICK TREE BEV=BUTTERFLY VALVE LF=LINEAR FOOT TLC=TOP OF CONCRETE 3 EXISTING FIRE HYDRANT CATV=CABLE TELEVISION MR=MANHOLE/MAINTENANCE ACCESS STRUCTURE TCO=TOP OF GRADE • EXISTING GAS VALVE CIP=CAST IRON PIPE MANUF=MANUFACTURER TOP=TOP OF PIPE - EXISTING VALVE CB=LA TCN BASIN MAX=MAXIMUM FM=SANITARY FORCE MAIN ® EXISITHG WATER METER BOX EL=CENTERLINE MhWL=MEAN HIGH WATER UNE SAN,SS=SANITARY SEWER LINE O CLEAN OUT CH.LF.=CHAIN LINK FENCE MOIL=MEAN LOW WATER LINE SECT=SECTION CHRT=CHARTER COYVNKATAJNS MSL=MEAN SEA LEVEL SHWA=5HOULDER (b FLAG POLEMTR=METER S0YK,SOUK=SIDEWALK 9 MAILBOX CO=CLEAN OUT MBOX=METER BOX N=NORTH ® MANHOLE UNKNOWN) C.B.S.=CONCRETE BLOCK STRUCTURE MIN=MINIMUM 5=SOUTH O MONITORING WELL COX.=CONCRETE NOVO=NATIONAL GEODETIC VERTICAL DATUM SE=SOUTH EAST 9 TELEPHONE CONST.=CONSTRUCTION N=NORTH SW=SOUTH WEST • SPRINKLER CONTR.=CONTRACTOR NE=NORTH EAST SPEC=SPECIFICATION STRUCTURE NUMBER CS=CONTROL STRICTURE NW=NORTH WEST STA=STATION SERVICE CABINET CMB=CORRUGATED METAL PIPE NC=NOT IN CONTRACT SWL=WALEe CABLE TV BOX ORB=CURB NTS=NOT CO SCALE WM=WATER MAIN ® BRICK CT=CCIRT No=NUMBER WWF=WELDED WIRE FABRIC DET=DETAIL OC=ON CENTER W=WEST r.,,.{CONCRETE DIA=DIAMETER OPNG=OPENING W/=WITH ®R//LUNG DIM=DIMENSION OH=OVERHEAD W/0=WITHOUT EXISTING GAS LINE OW=DRAINAGE WELL PVYT=PAVEMENT WP=WOOD POLE EXISTING ELECTRICAL LINE DAG=DRAWING RV=PER PLAT EXISTING FENCE LINE DIP=DUCTILE IRON PIPE TYP.=TYPICAL EA=EACH WF.=141100 FENCE ESYT=EASEMENT IF.=WROUGHT IRON FENCE E=EAST PC=POINT OF CURVATURE EOP=EWE OF PAVEMENT EL,ELEV.ELEVATION PRC=POINT OF REVERSE CURVE EGF=ENGINEER PT=POINT OF TANGENCY EQUIP A.EQUIPMENT PL.=PLANTER EXIST=EXISTING PEP=POLYETHYLENE PIPE EXP=EXPANSION ACCP=PRECAST CONCRETE CILINDER PIPE EXT CLT=EXTENSION COUAR P/(=PROPERTY LINE FIN=FINISH RAD=RADIUS FG=FINISH GRADE FEL=FINISH FLOOR ELEVATION FH=FIRE HYDRANT FTG=FITTING mEq pp. m44 ammo'mama..amaamet Ann L mamas 0;004 Ery...E1, No tllmu mMIAMIBEACH�� FLAMINGO PARK wP E _ � YET 2011 IN rwNW PU!LI eWORKS CQAR*IOR ABBREVASTONS&LEGENDS `n Io:.%fie�w arceu®e suMAwx,r. r -'- o,, Wr MIS 2°I M 01* 10 ,M n,r,M(XNW H lmWSlrnw yymrkeef •rfKW/TWNelov SURVEYOR'S NOTES&REPORT ARTICLE I MAP/REPORT OF TOPOGRAPHIC SURVEY: NO EXCAVATION OR DETERMINATION WAS MADE AS TO HON THE PROJECT AREA IS SEWED BY SEE SURVEY MAP/REPORT INCORPORATED HEREIN AND MADE A PART HEREOF Al REFERENCE.THE UTILITIES.SUBSURFACE UTILITIES,INCLUDING,BUT WITHOUT LIYITATMN TO PIPES,WIRES,VAULTS,BOXES, DATE OF COMPLETION OF ORIGINAL FIELD SURVEY(THE'SURVEY DATER IN CONNECTION WITH SAME DRAIN TILES°VOIDS,CABLES AND OTHER MATERIALS ANCILLARY TO THE DELIVERY AND/OR DISPOSAL OF WAS ON MARCH R,200. WATER,WASTEWATER,SEWAGE,ELECTRICITY,GAS,TELEPHONE SERVICE AND CABLE TELEVISION.AS THEY MAY EXIST WITHIN,UPON,ACROSS OR ABUTTING THE PROJECT AREA WERE NOT LOCATED AND ARE NOT ARTICLE II SHOWN.IN ADDITION,THE FOUNDATIONS OF THE EXISTING SURFACE STRUCTURES AS THEY MAY EXIST GENERAL DESCRIPTION OF PROJECT AREA: WITHIN,UPON,ACROSS OR ABUTTING THE PROJECT AREA WERE NOT LOCATED.THIS NOTICE IS REWIRED THE PROJECT AREA CONSISTS OF PUBLC RIGHTS OF WAY IN A GEOGRAPHIC AREA DESIGNATED AS BY THE'MINIMUM TECHNICAL STANDARDS FOR LAND SURVEYING IN THE STATE OF FLORIDA:PURSUANT THE'FLAMINGO COMMUNITY'BT THE CITY OF MIAMI BEACH.THESE RIGHTS OF WAY ARE CONTAINED IN SECTION 3,TOWNSHIP 53 SOUTH,RANGE 42 EAST,IN THE CITY OF MIAMI BEACH,MIAMI-DADE COUNTY, TO RULE 600-6 OF THE FLORIDA ADMINISTRATIVE CODE. FLORIDA,AND ARE GENERALLY DESCRIBED AS FOLLOWS: SUBSURFACE SOIL CONDITIONS WERE NOT DETERMINED,AS THIS FALLS OUTSIDE THE PURVIEW OF THIS INA STREET,FROM JEFFERSON AVE.TO EUCLID AVE. SURVEY.THESE CONDITIONS MAY INCLUDE THE DETERMINATION OF WETLANDS,FILLED-IN AREAS, GEOLCG1CAL/ARCHEOLCGICAL CONDITIONS OR POSSIBLE CONTAMINATION BY HAZARDOUS LIQUID OR SOLID ART&yF III WASTE THAT MAY OCCUR WITHIN,UPON,ACROSS,ABUTTING OR ADJACENT TO THE PROJECT AREA. SOURCES OF DATA: THE GENERAL DESCRIPTOR OF THE PROJECT AREA WAS GENERATED FROM THE UNDERLYING PLATS WELL-IDENTIFIED FEATURES AS DEPICTED ON THE SURVEY MAP WERE MEASURED TO AN ESTIMATED OF RECORD AND IS TO BE USED FOR REFERENCE ONLY.IN ADDITION,THE FOLLOWING SOURCES OF HORIZONTAL POSITIONAL ACCURACY OF I/O FOOT. DATA WERE USED TO THE EXTENT REWIRED TO COMPLETE THIS SURVEY IN A DEFENSIBLE MATTER,THAT IS TO SAY: THE ELEVATIONS OF WELL-IDENTIFIED FEATURES AS DEPICTED ON THE SURVEY MAP WERE MEASURED THE FOLLOWING PLATS OF RECORD ON FILE WITH THE OFFICE OF THE CLERK OF THE CIRCUIT TO AN ESTIMATED VERTICAL POSITIONAL ACCURACY OF 1/10 FOOT FOR NATURAL GROUND SURFACES AND COURT OF MIAMI-DACE COUNTY,FLORIDA) I/IW FOOT FOR HAROSCAPE SURFACES. 'OCEAN BEACH,FLORIDA ADDITION No.3'RECORDED IN PUT BOOK 2 AT PAGE W. NOTICE IS HEREBY GIVEN THAT SUNSHINE STATE ONE CALL OF FLORIDA,INC.MUST BE CONTACTED AT I-800-432-4770 AT LEAST 48 HOURS IN ADVANCE OF ANY CONSTRUCTION,EXCAVATION OR DEMOLITION BEARINGS AS SHOWN HEREON REFER TO A CALCULATED BEARING OF NORTH 88 DEGREES W MINUTES ACTIVITY WITHIN,UPON,ABUTTING OR ADJACENT TO THE PROJECT AREA.THIS NOTICE IS GIVEN IN 48 SECONDS EAST ALONG THE CENTERLINE 9 STREET.FOR THE PURPOSE OF THIS SURVEY,THIS COMPLIANCE WITH THE'UNDERGROUND FACILITY DAMAGE PREVENTION AND SAFETY ACT:PURSUANT TO MAY BE CONSIDERED A WELL-MONUMENTED AND IDENTIFIED LINE AS DELINEATED ON THE SURVEY CHAPTER 556JO1-IIIOF THE FLORIDA STATUTES. MAP. THE FOLLOWING BENCHMARKS WERE USED FOR VERTICAL CONTROL OF THE PROJECT: AS THE SURVEY WAS LIMITED TO THE LOCATION OF SURFACE TOPOGRAPHY WITHIN THE PROJECT AREA, THE ABUTTING INTERIOR LOTS CREATED BY THE PLATS THAT FELL OUTSIDE THE RIGHT OF WAY ARE BENCHMARK,SET NAIL 8 DISC,LB1166B0,EL.=I4B9, SHOWN FOR INFORMATIONAL PURPOSES ONLY. N:527282.495 E:939618477 ARTICLE V BENCHMARK,SET NAIL 8 DISC,0346680,EL.I918, BOUNDARY INCONSISTENCIES: N:527354475 E:940012453 THIS SURVEY AND THE RESULTING SURVEY MAP THEREFROM WAS PREPARED FOR THE TOPOGRAPHIC N ,SET NAIL 0 DISC,!846680.EL=2226. DEPICTION AND THE CAPTURE OF HORIZONTAL AND VERTICAL SPATIAL DATA WITHIN THE PROJECT AREA. N::52HMARK59365.902 Et 9903509DEPICTIONA5 SUCH,SAID SURVEY GOES REPRESENT A FIELD TOPOGRAPHIC SURVEY OF THE TRACTS,BLOCKS, BENCHMARK,SET NAIL 8 DISC,L846680,EL.=2520, RIGHT-OF-WAYS AND OTHER JURISDICTIONAL LINES THAT MAY LIE WITHIN,UPON,ACROSS,ABUTTING OR N:52732495 Er 940783.215 ADJACENT TO THE PROJECT AREA.ALTHOUGH A BOUNDARY SURVEY WAS NOT PERFORMED.CLOSED GEOMETRIC FIGURES WERE MEASURED IN THE FIELD AND MATHEMATICALLY VERIFIED IN A MANNER BENCHMARK,SET NAIL 8 DISC,LB46680,EL.=2.760, CONSISTENT WITH SURVEYS FOR COMMERCIAL/HIGH RISK URBAN AREAS. N:526876.02£:940740.295 ARTICLE VI ELEVATIONS AS SHOWN ON THE BENCHMARK REFERENCES ABOVE,TOGETHER WITH THE SPOT APPARENT PHYSICAL USE: ELEVATIONS SHOWN ON THE SURVEY MAPS ARE BASED ON THE NORTH AMERICAN VERTICAL DATUM 588(NAND 19881 THE PROJECT AREA CONSISTS OF A POBLCALLY USED ROADWAY,AND CONTAINS PAVEMENTS°WALKWAYS, THE PROJECT AREA APPEARS TO LIE WITHIN FOOD ZONE'AE:BASE FLOOD ELEVATION+8.0 FEET, UTILITIES AND OTHER FACILITIES COW:CBE TO PUBLIC TRAFFIC,PEDESTRIAN AND UTILITY USE.THE AS DEFINED BY THE UNITED STATES FEDERAL EMERGENCY MANAGEMENT AGENCY FLOOD INSURANCE CHARACTER,LOCATION AND RELATIONSHIP OF THE FACILITIES WITHIN THE PROJECT AREA ARE AS MORE RATE MAPS,COMMUNITY PANEL NUMBER 1D065I-0319-L,INDEX LAST REVISED SEPTEMBER II,2009. FULLY SHOW ON THE SURVEY MAP. ARTICLE IV THESE MEASUREMENTS AND EXAMINATIONS WERE PERFORMED UNDER MY DIRECT SUPERVISION AND IN MY LIMITATIONS: PROFESSIONAL JUDGMENT°EVERY ATTEMPT WAS MADE TO LOCATE THE DATA IN QUESTION USING THE STANDARD OF CARE FOR SURVEYING AND MAPPING IN THESE MATTERS.SUBJECT TO THE LIMITATIONS AS SINCE NO OTHER INFORMATION OTHER THAN WHAT IS CITED IN THE SOURCES OF DATA WERE SET FORTH IN THIS SURVEY MAP AND REPORT. FURNISHED,THE CLIENT IS HEREBY ADVISED THAT THERE MAY BE LEGAL RESTRICTIONS ON THE PROJECT AREA THAT ARE NOT SHOWN ON THE SURVEY MAP OR CONTAINED WITHIN THIS REPORT THAT MAY BE FOUND IN THE PUBLIC RECORDS OF MIAMI-DADE COUNTY,THE CITY OF MIAMI BEACH,OR THE RECORDS OF ANY OTHER PUBLIC AND PRIVATE ENTITIES AS THEIR JURISDICTIONS MAY APPEAR.THE SURVEYOR MAKES NO REPRESENTATION AS TO OWNERSHIP OR POSSESSION OF THE PROJECT AREA BY ANY ENTITY OR INDIVIDUAL WHO MAY APPEAR OF PUBLIC RECORD. •MIAMIBEACH 1n00. APS ,,, °` _ ff 1. ..FLAMINGO PARK .... to regvn- I, !MMC worn OQ4[TnR" GENERAL NOTES `n�1.'"a®�..r"y��M rac am NNW ease I° 44 u.+ s°lr !]4117 2.A1.11 IN M.N..n.,4001::strat-sunings N.NN.H WMrIWW101)np ARTICLE VII GENERAL PAVING&GRADING NOTES: EASEMENTS AND ENCUMBRANCES: I.ALL APPLICABLE PERMITS MUST BE OBTAINED PRIOR TO COMMENCEMENT OF CONSTRUCTION. NO INFORMATION WAS PROVIDED AS TO THE EXISTENCE OF ANY EASEMENTS OR OPERATING 2.ALL MATERIALS AND CONSTRUCTOR UNDER THIS PROJECT SHALL BE IN STRICT ACCORDANCE WITH THE RESTRICTIONS WITHIN THE PROJECT AREA.PLEASE REFER TO THE LIMITATIONS PORTION REQUIREMENTS OF THE CITY OF MIAMI BEACH,PUBLIC WORKS DEPARTMENT. IARTICLE MOF THIS REPORT WITH RESPECT TO POSSIBLE RESTRICTIONS OF RECORD AND UTILITY SERVICES. 3.THE LOCATIONS AND ELEVATIONS OF EXISTING UTILITIES AS SHOWN ON THE APPROVED PLANS ARE TO BE VERIFIED ARTICLE VIII IN THE FIELD BY THE CONTRACTOR.THE CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANY DISCREPANCY OR CLIENT INFORMATION: VARIATION FROM THE APPROVED DRAWINGS. THIS TOPOGRAPHIC SURVEY AND THE SURVEY MAP AND REPORT RESULTING THEREFROM WERE PREPARED AT THE INSISTENCE OF AND ARE CERTIFIED.TO: 4.THE CONTRACTOR SHALL BE RESPONSIBLE AT ALL TIMES THROUGHOUT THE DURATION OF CONSTRUCTION FOR THE PROTECTION OF EXISTING AND NEWLY INSTALLED UTILITIES AND IMPROVEMENTS FROM DAMAGE,DISRUPTION OF AAP CONSULTING SERVICE,OR DESTRUCTION.THE CONTRACTOR SHALL BE RESPONSIBLE FOR TAKING NECESSARY MEASURES TO PROTECT TRANSPORTATION ENGINEERS THE HEALTH,SAFETY,AND WELFARE OF THOSE PERSONS HAVING ACCESS TO THE WORK SITE. /0305 N.W.NSI STREET,SUITE NN.IIS LORAL,FLORIDA 33178 PHONEX3051592-7283 FAX0J051593-1591 5.THE CONTRACTOR SHALL MAINTAIN A CURRENT APPROVED SET OF CONSTRUCTION PLANS ON SITE.THE PLANS ARE TO BE MADE AVAILABLE TO THE ENGINEERING INSPECTOR OF THE CITY OF MIAMI BEACH OR HIS DESIGNEE UPON ARTICLE IX REQUEST. SURVEYORNOTES: 6.THE CONTRACTOR SHALL PROVIDE ACCESS AND ASSISTANCE TO THE CITY ENGINEER OR HIS DESIGNEE TO MAKE -THIS ISNOT A BOUNDARY SOWER -CROSS-SECTION ELEVATIONS WERE PERFORMED. INSPECTIONS,AS NECESSARY.CORING CONSTRUCTOR. -RIGHT-CF-WAY,BLOCKS,LOTS AND STREET CENTERLINES WERE NOT FIELD VERIFIED. -THE PURPOSE OF THIS TOPOGRAPHIC SURVEY IS TO DEPICT THE ACTUAL CONDITIONS OF T.NO DEVIATION FROM APPROVED PLANS SHALL BE PERMITTED WITHOUT THE WRITTEN CONSENT OF THE ENGINEER OR THE SITE AS THEY EXIST AS OF MARCH IT,200. HIS DESIGNEE. NOTICE:NOT VALID WITHOUT THE SIGNATURE AND ORIGINAL RAISED SEAL OF A FLORIDA LICENSED SURVEYOR AND MAPPER.ADDITIONS OR DELETIONS TO SURVEY MAPS AND REPORTS B.CONTRACTOR MUST CALL CITY OF MIAMI BEACH,PUBLIC WORKS DEPARTMENT TO OBTAIN A RIGHT OF WAY PERMIT AND BY OTHER THAN THE SIGNING PARTY OR PARTIES ARE PROHIBITED WITHOUT THE WRITTEN ARRANGE A PRE-CONSTRUCTION MEETING 48 HORS PRIOR TO START ON CONSTRUCTION. CONSENT OF THE SIGNING PARTY OR PARTIES.THIS SURVEYOR'S REPORT,CERTIFICATE MO SURVEY MAPS CONSISTS OF SHEETS.EACH SHEET AS INCORPORATED THEREIN SHALL NOT 9.ENGINEERING PERSONNEL WILL INSPECT ALL FACILITIES APPROVED BY THEIR OFFICE.ALL OTHER REQUIREMENTS OF BE CONSIDERED FULL,VALID AND COMPLETE UNLESS ATTACHED TO THE OTHERS.THIS THE PERMITTING AGENCIES SHALL BE IN ACCORDANCE WITH THEIR STANDARDS. NOTICE IS REWIRED BY RULE SJ-P.05 OF THE FLORIDA ADMINISTRATIVE CODE. IO.TRENCH EXCAVATIONS IN EXCESS OF 5 FEET DEEP SHALL COMPLY WITH THE TRENCH SAFETY ACT AS PER 0.5.11A. STANDARD 29 CFR 5926.650 SUBPART P IN STATUTES.THE TRENCHES AND DITCHES SHALL BE PROTECTED IN GENERAL DEMOLITION NOTES ACCORDANCE WITH RULE 385 13.02 FAC AND 6A-I1)95)21. I. REMOVE ALL EXISTING HAROSCAPE WITHIN AREAS OF PROPOSED IMPROVEMENTS IDENTIFIED ON PLANS,UNLESS II.ERECTER OR INSTALLATION OF APPROPRIATE SAFETY AND WARNING DEVICES SHALL BE REWIRED CORING THE COURSE OF CONSTRUCTION.SAID DEVICES SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE FLORIDA DEPARTMENT OTHERWISE NOTED. OF TRANSPORTATION'S'MANUAL ON TRAFFIC CONTROL AND SAFETY PRACTICES'AND THE MIAMI-DARE COUNTY PUBLIC 2. REVIEW ALL PLANS IN THIS SET TO DETERMINE SCOPE OF WORK PRIOR TO BEGINNING DEMOLITION. WORKS MANUAL. 3. DEMOLITION SHALL OCCUR ONLY IN LIMITS OF CONTRACT. THE WORD'REMOVE'SHALL NEM THE SAME AS 'REMOVE MATERIAL AND PROPERLY DISPOSE OF OFF-SITE.' 12.PLANS MO SPECIFICATIONS REWIRE THAT COMPACTED BACKFILL BE PLACED ALONGSIDE OF MD OVER ALL UTILITIES. 4. SEE ROADWAY PLAN&PROFILE FOR EXTENT OF SIDEWALKS AND CURBING TO BE REMOVED.SAWCUT ALONG ALL THE ENGINEER REWIRES THAT COMPACTION TESTS BE TAKEN TO VERIFY BACKFILL COMPACTION.THE COST OF SUCH COMPACTION TESTS WILL BE BORNE BY THE CITY.THE RETESTING COST,WE TO FAILURE OF THE COMPACTION TEST, BUILDING FACADES MD WHERE EXISTING FACADE EXTENDS OVER EXISTING CONCRETE. WILL BE PAID BY THE CONTRACTOR. 5. CONTRACTOR TO PROTECT ALL BUILDING FACADES WRING DEMOLITION AND CONSTRUCTION.CONTRACTOR RESPONSIBLE TO REPLACE OR RESTORE ANY WILDING FACADE DAMAGED WRING CONSTRUCTION TO ORIGINAL 13.WORK PERFORMED UNDER THIS PROJECT WILL NOT BE CONSIDERED COMPLETE UNTIL THE FOLLDMING WCUMENTS ARE CONDITION INCLUDING WALLS AND FENCES. RECEIVED BY THE CITY OF MIAMI BEACH,PUBLIC WORKS DEPARTMENT. 6. ALL UTILITIES TO REMAIN UNLESS SPECIFICALLY NOTED OTHERWISE.RELOCATION OF ANY UTIUTY TO BE COORDINATED WITH RESPECTIVE UTILITY COMPANY MO THE CITY OF MIAMI BEACH. A.CONTRACTOR'S,SUBCONTRACTOR'S AND SUPPLIER'S WAIVER AND RELEASE OF LIEN. T. GENERAL CONTRACTOR SHALL REMOVE,STORE,PROTECT,AND RE-INSTALL ALL ITEMS ON PLANS TO BE RE-USED. B.CONTRACTOR'S LETTER OF WARRANTY(I.E.LETTER OF AGREEMENT). C.'AS WILT'-FOUR(410RIGINALS 22'X31'&II"X17.SIGNED AND SEALED BY A FLORIDA REGISTERED LAND 8. ALL UTILITIES,MANHOLES,VALVES,GRATINGS,ELECTRICAL BOXES,METERS,FIRE HYDRANTS,AND DRAINAGE SURVEYOR SHOEING SPECIFIC LLCATON,DEPTH,ETC.O`ALL CITY FACILITIES TOGETHER WITH A DIGITAL COPT IN STRUCTURES TO REMAIN(UNLESS OTHERWISE NOTED),ADJUSTED TO GRADE,UNLESS OTHERWISE NOTED. AUTOCAD LAST VERSION 2016 OF THE'AS-WILT'DRAWINGS USING STATE PLANE FLORIDA EAST F/PS OA]/FEET 9.THE CONTRACTOR SHALL USE A STREET SWEEPER(USING WATERT OR OTHER EWIPMENT CAPABLE OF CONTROLLING MAP 1983(FEET). AND REMOVING DUST.APPROVAL OF THE USE OF SUCH EWIPMENT IS CONTINGENT UPON ITS DEMONSTRATED ABILITY TO CO THE WORK. IA.THESE PLANS ARE PREPARED FROM UTILITY INFORMATION OF PREVIOS AND RECENT AVAILABLE RECORDS.THE 10. THE CONTRACTOR IS RESPONSIBLE FOR KEEPING EXISTING AND NEW INLETS CLEAN OF MILLING MATERIAL,UMEROCK, DESIGNER IS NOT LIABLE FOR ANY UTILITY CONFLICTS AND UNKNOWNS THAT ARE DISCOVERED WRING CONSTRUCTION. DEBRIS,ETC.WRING THE CONSTRUCTION.CONTRACTOR HOST COMPLY WITH STATE AND COUNTY STANDARDS. CONTRACTOR SHALL FIELD VERIFY EXISTING UTILITIES.IN CASE THAT A CONFLICT ARISES,THE ENGINEER OF II. CONTRACTOR TO MAINTAIN ACCESSIBILITY MD UNITERRUPTED SERVICES AT ALL TIME. RECORDS OR HIS DESIGNEE SHALL BE INFORMED TO MAKE THE APPROPRIATE DESIGN CHANGES. mMIAMIBEACH FLAMINGO PARK 444444•44z...*anwnm�r .c =eoa srmn ; VaNsen nm:an was AP= ,.",A ANA ,,. - PUBLIC vwO�R0OI �R GENERAL NOTES �I&r�,v�`.` onwvMsew�wwnr.n.o .K..01 NE� Rama '.vroa+w n.,.,✓.L'IWMre 44,a 44 w IMIW.'ro.nxr w`AlA'Tnro:.ou IS.FOR SPECIFICATIONS,PLEASE REFER TO THE CITY OF MIAMI BEACH PUBLIC WORKS MANUAL. 33.ALL SIGNING MO PAVEMENT MARKINGS INSTALLED AS PART OF THESE PLANS SHALL CONFORM TO THE LATEST EDITION OF (U.WE TO SOIL CONDITIONS,HIGH WATER TABLE MO PROTECTION OF ROA WAY,UTILITIES AND EXISTING LANDSCAPING.SCORING THE FEDERAL HIGHWAY ADMINISTRATION(FRAYA)MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS MO WILL BE REWIRED FOR TRENCH AND STRUCTURE CONSTRUCTION.THE CONTRACTOR SHALL SUBMIT THE PROPOSED METHOD HIGHWAYS,FLORIDA DEPARTMENT OF TRANSPORTATION DESIGN STANDARDS.ALL SIGN PANELS SHALL BE FABRICATED TO OF CONSTRUCTION TO THE ENGINEER FOR APPROVAL AT THE PRECONSTRUCTION MEETING. COMPLY WITH THE LATEST EDITION OF THE FEDERAL HIGHWAY MO ADMINISTRATION STANDARD HIGHWAY SIGNS. IT.CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLING TURBIDITY BARRIER AT ALL OUTFALLS SUBJECT TO POTENTIAL 34.MATCH EXISTING PAVEMENT MARKINGS AT THE BEGINNING AND THE END OF THE PROJECT WITHOUT.OGS OR OFFSETS. DISCHARGE WRING CONSTRUCTION.SEE FOOT INDEX No 104.CONTRACTOR SHALL BE RESPONSIBLE FOR FULL KNOWLEDGE OF ALL APPLICABLE REGULATOR/REQUIREMENTS AND CORRECT ANY SILTATION OR OTHER DAMAGE TO THE DRAINAGE SYSTEM. 35.INCORRECTLY PLACED/THERMOPLASTIC OU PAINT MARKINGS OVER ASPHALT PAVEMENT WILL BE REMOVED BI MILLING AND REPLACING THE ASPHALT PAVEMENT A MINIMUM WIDTH OF lB IN.AT THE CONTRACTOR'S EXPENSE,THE ENGINEER MAY M. CONTRACTOR SHALL PROVIDE MAINTENANCE OF TRAFFIC WRING CONSTRICTION IN ACCORDANCE WITH ALL STATE,COUNTY MD APPROVE AN ALTERNATE METHOD IF IT CAN BE DEMONSTRATED TO COMPLETELY REMOVE THE MARKINGS WITHOUT DAMAGING LOCAL REQUIREMENTS. THE ASPHALT. IS. WHEN POWER POLES ARE ADJACENT TO ANY PROPOSED UTILITY,THE CONTRACTOR SHALL PROVIDE PROPER SHORING OR 36.WHERE NEW PAVEMENT MEETS EXISTING PAVEMENT,SAW WT EXISTING PAVEMENT TO CREATE UNIFORM TRANSITION. OTHER SUITABLE SUPPORT WRING CONSTRUCTION.THE SHORING AND SUPPORT METHODS SHALL BE APPROVED BY THE MATCH EXISTING GRADES FLUSH. UTILITY COMPANY ENGINEERING DEPARTIMENT. 37.ALL CONCRETE SIDEWALKS SHALL BE CAST IN PLACE,AS PER MIAMI BEACH PUBLIC WORKS APPROVED MIX DESIGNS. 20. ALL DEFECTIVE WORK NOT ACCEPTED OR THE ENGINEER OR HIS DESIGNEE,OR BY ANY GOVERNMENT PERMITTING AGENCY SHALL BE IMMEDIATELY REPAIRED BY THE CONTRACTOR AT THE CONTRACTOR'S EXPENSE. 38.THE FINAL LGCATON OF PRIVATE LANDSCAPING HEDGES,PALMS AND TREES ALONG THE PROJECT,WHICH ARE BEING IMPACTED BY CONSTRUCTION ACTIVITIES.WILL BE COORDINATED BY THE CONTRACTOR WITH THE PROPERTY OWNERS. 6. CONTRACTOR SHALL CONTACT PWD TO INSPECT METERS AND SAXES AHEAD OF CONSTRUCTION TO DETERMINE WHETHER REPLACEMENT IS NECESSARY. 39.CONCRETE PAVERS AT CROSSWALKS ARE TO BE BUCK/WHITE BANDED.(REFER TO CITY OF MIAMI BEACH STANDARD DETAILS RS26 AND RS32,PACE 34 or 79 FOR ADDITIONAL DETAILS) 22. ELEVATIONS ON PLANS REFER TO THE NORTH AMERICAN VERTICAL DATUM O.688(NAVW9). 23. THE CONTRACTOR SHALL BE GOVERNED BY THE LATEST APPLICABLE PORTIONS OF THE F.O.O.T.DESIGN STANDARDS,AND TIRI,LI•T I,N ER TION NT . THE F.D.O.T.STANDARD SPECIFICATIONS FOR ROAD AND BRIOGE CONSTRUCTION AND SUPPLEMENTS THERE TO IF NOTED IN I. LOCATORS OF EXISTING UNDERGROUND UTIUTIES WERE OBTAINED FROM AVAILABLE RECORDS.NEITHER THE CITY NOR THE SPECIAL PROVISIONS FOR THIS PROJECT, ENGINEER OF RECORD(EOM ASSUMES ANY RESPONSIBILITY FOR UTILITIES NOT SHORN OR NOT LOCATED WHERE SHOWN.THE EXACT LOCATION SHALL BE DETERMINED BY THE CONTRACTOR.CONTRACTOR SHALL PROVIDE THE CONSULTANT INFORMATION 24. THE CONTRACTOR SHALL NOTIFY THE UTILITY COMPANIES IN THE PROJECT AREA BEFORE THE START OF CONSTRUCTION. ON ALL FIELD VERIFICATION MEASUREMENTS AS SPECIFIED.IF AN EXISTING UTILITY IS FOUND TO CONFLICT WITH THE SEE THE UTILITY CONTACT INFORMATION TABLE FOR CONTACT NUMBERS. PROPOSED CONSTRUCTION UPON EXCAVATION,THE CONTRACTOR SHALL IMMEDIATELY NOTIFY THE ENGINEER OF RECORD SO THAT APPROPRIATE MEASURES CAN BE TAKEN. 25. ANY DAMAGED PUBLIC OR PRIVATE PROPERTY BY THE CONTRACTOR SHALL BE RESTORED TO PREEXISTING CONDITIONS OR BETTER AT NO EXPENSE TO THE OWNER. 2. THE CONTRACTOR SHALL TAKE ALL PRECAUTIONARY MEASURES TO PROTECT EXISTING UTILITIES WHETHER SHORN OR NOT. 26. ALL CONSTRUCTION DEBRIS SHALL BE PROPERLY DISPOSED OF OFFSITE AT THE CONTRACTOR'S EXPENSE. 3. ALL EXISTING UTILITIES SHALL BE MAINTAINED IN SERVICE WRING CONSTRUCTOR UNLESS APPROVED OTHERWISE IN WRITING BY THE UTILITY OWNERS. 27. PRIOR TO THE START OF CONSTRUCTION,THE CONTRACTOR SHALL COMPLY WITH FLORIDA STATUTE 55385)FOR THE PROTECT/ON OF UNDERGROUND GAS LINES. 4. ALL ELEVATIONS SHOWN IN THE CONSTRUCTION DRAWINGS ARE BASED ON NORTH AMERICAN VERTICAL DATUM(NAVD)129, 28.ERECTION OR INSTALLATION OF APPROPRIATE SAFETY MO WARNING DEVICES SHALL BE REWIRED WRING THE COURSE OF UNLESS OTHERWISE SPECIFIED.A COPY OF THE SITE SPECIFIC SURVEY SHORING THE PROJECT BENCHMARKS WILL BE CONSTRUCTION.SAID DEVICES SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE FLORIDA DEPARTMENT OF PROVIDED UPON REQUEST. TRANSPORTATION'S'MANUAL OF TRAFFIC CONTPOL MD SAFETY PRACTICES'AND THE MIAMI-DADS COUNTY PUBLIC WORKS 5. CONTRACTOR SHALL CONTACT ALL UTILITY COMPANIES PRIOR TO CONSTRUCTION.CONTRACTOR SHALL PROTECT ALL UTIUTIES MANUAL. AND OTHER PROPERTY. 29.ALL EXISTING UTIUTIES,MAN HOLE COVERS,ELECTRICAL WOES,VALVE PDXES,METER WOES,DRAINAGE STRUCTURES.ETC. N. ALL DEVIATIONS FROM PLANS ARE TO BE APPROVED BY OR IN WRITING PRIOR TO CONSTRUCTION ANO FOR ALL WITHIN PROPOSED AREAS OF IMPROVEMENTS SHALL BE ADJUSTED TO GRADE ELEVATION,UNLESS OTHERWISE NOTED. INSPECTIONS AND TESTING. 30.CONTRACTOR SHALL REPLACE ALL UTILITY PDXES/COVERS DAMAGED WRING CONSTRICTION.CONTRACTOR SHALL NOTE THE T. THE CONTRACTOR SHALL BE RESPONSIBLE AT ALL TIMES THROUGHOUT THE WRATON OF CONSTRICTION FOR THE CONDITION OF WATER METER WOES BEFORE STARTING WORK.IF EXISTING WATER METER BOXES ARE DAMAGED.CONTACT PROTECTION OF EXISTING AND NEWLY INSTALLED UTILITIES AND IMPROVEMENTS FROM DAMAGES.DISRUPTOR OF SERVICE THE CITY OF MIAMI BEACH FOR REPLACEMENT. OR DESTRUCTION.THE CONTRACTOR SHALL BE RESPONSIBLE FOR TARING SUCH MEASURES AS NECESSARY TO PROTECT THE 3I. CONTRACTOR SHALL USE A STREET SWEEPER RISING WATER)OR OTHER EQUIPMENT CAPABLE OF CONTROLLING AND REMOVING HEALTH,SAFETY AND WELFARE OF THOSE PERSONS HAVING ACCESS TO THE WORK SITE. DUST.APPROVAL OF THE USE OF SUCH EQUIPMENT IS CONTINGENT UPON ITS DEMONSTRATED ABILITY TOW THE WORK. B. EXISTING SECTION CORNERS AND OTHER LAND MARKERS OR MONUMENTS LOCATED WITHIN PROPOSED CONSTRUCTOR ARE TO BE MAINTAINED BY THE CONTRACTOR AND/OR RESET AFTER CONSTRUCTION UNDER CERTIFICATION BI A FLORIDA 32.THE COLOR OF THE DETECTABLE WARNINGS ON CONCRETE OF COLORS OTHER THAN MIAMI BEACH RED.COORDINATE WITH REGISTERED SURVEYOR. THE PUBLIC WORKS DEPARTMENT FOR APPROPRIATE COLOR AND CONTRAST. NOM mMIAMIBEACH � P�W AP AI CrnenoTen•M � E ,�� • "'• 1.22. �..� MUM WON=DEPARTMENT mearnmur �„ 6=I 44,,F Ali Ms/IDLY PAPIJ www✓M.IN.=RR Rr.W+lwryr wWwroanne.N.nscvNroWzow 9. THE EXISTING ELEVATIONS SHOWN HEREIN ARE FOR THE PURPOSE OF INDICATING THE GROUND ELEVATION ONLY AT THE 24.AFTER PIPES.STRUCTURES.AND OTHER APPURTENANCES HAVE BEEN INSTALLED.THE TRENCH OR OPENING SHALL BE POSITION SHORN AND IN NO WAY SHOULD INDICATE ELEVATION AT ANY OTHER POINT OTHER THAN THAT SHOWN. BACKFILLED WITH MATERIAL IN CONFORMANCE WITH THE SPECIFICATIONS AND PROJECTS JURISDK:TIONAL REQUIREMENTS. 10. THE CONTRACTOR SHALL PROVIDE MAINTENANCE OF TRAFFIC(NDTI AND TRAFFIC CONTROL PLANS FOR ANY WORK PERFORMED 25.IN AREAS WHERE NO PAVEMENT IS TO BE CONSTRUCTED.THE BACKFILL ABOVE THE TWELVE INCH ABOVE THE PIPE SHALL ON PUBLIC RIGHT-OF-WAY.NOTIFY TO APPROPRIATE JURISDICTION 49 HOURS PRIOR TO CONSTRUCTION.NOT AND TRAFFIC BE COMPACTED TO A FIRMNESS APPROXIMATELY EQUAL TO THAT OF THE SOIL ADJACENT TO THE PIPE TRENCH. CONTROL PLANS MUST BE APPROVED BY APPLICABLE JURISDICTIONS PRIOR TO CONSTRUCTION. 26.CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING REQUIRED SAFETY BARRIER AND PROTECTIVE STEEL PLATE II. ORI/NAL BOUNOARY AND TOPOGRAPHIC INFORMATION SHOWN ON THE PLANS ARE TAKEN FROM SURVEY PREPARED BY FR. COVERINGS FOR OPEN TRENCHES. ALEMAN ASSOCIATES,INC.TOPOGRAPHIC INFORMATION WAS UPDATED BY RICO FILLIPELLI,P,LS.AND LONGITUDE SURVEYING AFTER THE IMPROVEMENTS ALONG CRESPI BLVD.WAS COMPLETED. 27.SOIL BOR/NG INFORMATION WILL BE PROVIDED TO THE CONTRACTOR.THE SOIL BORING DATA PROVIDED IS FOR THE CONTRACTOR'S INFORMATION.THE EON DOES NOT MAKE ANY REPRESENTATION REGARDING EXISTING SUBSOIL CONDITIONS. 12.ALL WATER BOX,COMMUNICATION BOX,CABLE TV BOX,ETC.DAMAGED BY AND DURING CONSTRUCTION OF PROPOSED IMPROVEMENTS SHALL BE REPLACED WITH IDENTICAL OR BETTER WITH DECONENTED UTILITY OWNER SATISFACTION. 28.REFER TO PROJECT'S GEOTECHNICAL ENGINEERING REPORT(AS PREPARED BY NES,UNCI FOR INFORMATION RELATING TO SUBSURFACE SOIL PROPERTIES WITHIN THE PROJECT LIMITS. 13.THE WORDS'NEW.,'PROPOSED','INSTALL','PROVIDE',OR WORDS WITH SIMILAR NEARING.ON ANT PART OF THESE CONSTRUCTION DOCUMENTS,SHALL BE INTERPRETED,UNLESS OTHERWISE SPECIEICALLY STATED.TO MEAN'FURNISHING AND 29.ALL MATERIALS AND CONSTRICTION UNDER TN/S PROJECT SHALL BE IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF INSTALL COMPLETE IN PLACE AND READ/FOR SERVICE'. THE PUBLIC WORKS DEPARTMENT,CITY OF MIAMI BEACH. 14. THE CONTRACTOR SHALL REMOVE ALL MUCK,YIELDING MATER/AL ROOTS,VEGETATION AND OTHER DEGRADABLE MATERIAL IN 30.THE LOCATIONS AND ELEVATIONS OF EXISTING UTILITIES AS SHOWN ON THE APPROVED PUNS ARE TO BE VERIFIED IN THE ITS ENTIRETY,WITHIN THE EXCAVATED TRENCH WIDTH.SAID MATER/AL SHALL BE REPLACED WITH CLEAN ORGANIC FREE FIELD BY THE CONTRACTOR.THE CONTRACTOR SHALL.NOTIFY EOR ANY DISCREPANCY OR VARIATION FROM THE DRAWINGS. MATER/AL. 3/. THE CONTRACTOR SHALL BE RESPONSIBLE AT ALL TIMES THROUGHOUT THE!%/RATION OF CONSTRUCTION FOR THE IS.WITH ROCKS SMALLER THAN THREE INCHES IN DIAMETER COMPACTED TO NOT LESS THAN 950 DENSITY AT OPTIMUM PROTECTOR OF EXISTING AND NEWLY INSTALLED UTILITIES.STORM DRAINAGE INFRASTRUCTURE AND IMPROVEMENTS FROM MOISTURE.AASHTO-TIDO METHOD'D'WITH MAX/MUM LIFTS OF TWELVE INCHES COMPACTED THICKNESS. DAMAGE,DISRUPTION OF SERVICE,OR DESTRUCTION RESULTING FROM THE CONSTRICTION ACTIVITY OR NEGLIGENCE.THE CONTRACTOR SHALL BE RESPONSIBLE FOR TAKING SUCH MEASURES AS NECESSARY TO PROTECT THE HEALTH,SAFETY AND 16. TRENCH BACKFILL AND COMPACTION SHALL FOLLOW THE CONTRACT SPECIFICATIONS AND GOVERNING JURISDICTIONAL WELFARE OF THOSE PERSONS HAVING ACCESS TO THE WORK SITE. REQUIREMENTS AND STANDARDS. 52.THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING LOCATION OF ALL UTILITIES.AND NOTIFICATION OF SUNSHINE U. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING APPROPRIATE SAFETY PRECAUTIONS DURING EXCAVATION AND STATE ONE CALL,CITY OF MIAMI BEACH PUBLIC WORKS,48 HOURS PRIOR TO CONSTRUCTION. TRENCHING OPERATIONS AS REWIRED BY THE'TRENCH SAFETY ACT'(OSHA). J3.THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE SCHEDULING OF THE TESTS A5 MAY BE DEEMED REQUIRED BY THE 18.THIS WORK SHALL INCLUDE THE EXCAVATION OF WHATEVER SUBSTANCES THAT SHALL BE ENCOUNTERED TO THE DEPTHS CONTRACT DOCUMENTS AND BY GOVERNING SPECIFICATIONS. AS SHOWN ON THE PLANS.EXCAVATED MATERIALS NOT REQUIRED FOR FILL OR BACKFILL SHALL BE REMOVED FROM THE WORK SITE AS DIRECTED BY THE EOR. 34. THE CONTRACTOR SHALL MAINTAIN A CURRENT APPROVED SET OF CONSTRUCTION PLANS ON SITE. 19. IF THE BOTTOM OF THE TRENCH IS ROCK,THE EXCAVATION SHALL BE CARRIED EIGHT INCHES BELOW THE INVERT OF 35.ALL WATER MAIN LINES PARALLEL TO A GRAVITY OF PRESSURE SANITARY SEWER MUST MAINTAIN A MINIMUM 6 FEET(IO THE PIPE AND BACKFILLED WITH THOROUGHLY COMPACTED SHARP SAND,GRAVEL.OR OTHER SUITABLE MATERIAL APPROVED FEET PREFERREOI HORIZONTAL SEPARATOR AND 3 FEET FOR GRAVITY TYPE SANITARY SEWERS WHERE THE BOTTOM OF BY THE CITY OF MIAMI REACH PUBLIC WORKS DEPARTMENT. THE WATER MAIN IS LAID AT LEAST 6 INCHES ABOVE THE TOP OF THE GRAVITY TYPE SANITARY SEWER.WHEN WATER MAIN MUST BE BELOW GRAVITY OR PRESSURE SANITARY SEWER OR WHEN SANITARY SEWER LATERALS CROSS OVER A WATER W.ROCK EXCAVATOR SHALL INCLUDE ANY RICK ENCOUNTERED WHICH CANNOT BE REMOVED WITH A 3/4 YARD BACKHOE UNDER MAIN A/2 INCH MINIMUM VERTICAL SEPARATION WILL BE REWIRED. NORMAL OPERATING CONDITIONS.ROCK EXCAVATION SHALL BC INCIDENTAL TO CONSTRUCTION OF ALL PIPING SYSTEMS. 36.ALL WATER MAIN JOINT SPANS AT A CROSSING MUST MAINTAIN MINIMUM 6 FEET SPACING FROM GRAVITY OR PRESSURE 21. IN THE INTEREST OF SAFETY,BRACING OR SHORING THE SIDES OF THE TRENCH IS REQUIRED. SANITARY SEWER CENTER TO JOINT CENTER. 22.THE CONTRACTOR SHALL FURNISH,NIT IN PLACE AND MAINTAIN SUCH SHEETING.BRACING.AS NAY BE REQUIRED TO 37.ALL WATER MAIN LINES PARALLEL TO A GRAVITY OR PRESSURE STORM SEWER MIST MAINTAIN A MINIMUM 3 FEET SUPPORT THE SIDE OF THE EXCAVATION,AND TO PREVENT ANT MOVEMENT WHICH CAN IN ANY WAY DAMAGE THE WORK OR HORIZONTAL SEPARATION.IF UNABLE TO MAINTAIN MINIMUM SEPARATOR HORIZONTALLY,EACH PIPE SHALL BE SHELVED ENDANGER ADJACENT STRUCTURES. WITH MINIMUM 12 INCHES VERTICAL SEPARATION. 23.IF FIELD CONDITIONS,TYPE OF SHEETING OR CONSTRUCTOR METHODS MAKE REMOVAL OF SHEETING IMPRACTICABLE,THE CONTRACTOR MAY LEAVE ALL SHEETING IN PLACE.UPON APPROVAL OF THE CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT OR THE APPLICABLE PUBLIC RIGHT OF WAY JURISDICTION.THIS MAY REWIRE SHEETING TO BE CUT OFF AT ANY SPECIFIED ELEVATION BUT IN NO CASE WILL ANT SHEETING BE LEFT CLOSER THAN TWO(21FEET BELOW THE NATURAL SURFACE.NOR CUT OFF BELOW THE ELEVATION OF THE TOP OF THE PIPE. pococep co Rama, APS °E , ���met�fMIAMIBEACH FLAMINGO PARK � man wow O0A1R1®R <m -ounsefmiCIr 1XYbdoidec — GENERAL NOTES M ors A4r.Y•n pm...ow...nom/I ro. w..r.c u.ow".vuv MOO .s call 85:two full ba51nes5 days before you dig 38.ALL WATER MAIN SHOULD CROSS ABOVE ANY STORM SEWER PIPE WITH A 6 INCH MINIMUM 112 INCH PREFERRED)VERTICAL SEPARATION,WHEN WATER MAIN MUST BE HEWN STORM SEWER OR WHEN STORM SEWER LATERALS CROSS OVER A WATER MAIN A 12 INCH MINIMUM VERTICAL SEPARATON WILL BE REWIRED. Sunshine8l com 39.ALL WATER MAIN JOINT SPANS AT A CROSSING MUST MAINTAIN MINIMUM 3 FEET SPACING FROM GRAVITY OR PRESSURE _ STORM SEWER CENTER TO JOINT CENTER. NOTE —, NOTE 40.THE CONTRACTOR SHALL PROVIDE ACCESS AND ASSISTANCE TO THE ENGINEER TO MAKE INSPECTIONS,AS NECESSARY, Twtvw6HwAH SAFETY DURING CONSTRUCTION. M.NO DEVIATION FROM APPROVED PLANS SHALL BE PERMITTED WITHOUT THE WRITTEN CONSENT OF THE EOR. umnu rw.v..4, rsa®q,I.rs ® W "s l i 42.TRENCH EXCAVATIONS IN EXCESS OF 5 FEET DEEP SHALL COMPLY WITH THE TRENCH SAFETY ACT AS PER 05J/.A STANDARD 29 CFR 5.926.650 SUBPART P IN STATUTES. THE TRENCHES AND DITCHES SHALL BE PROTECTED IN ACCORDANCE WITH RULE 38c 43.02 TIC AND GA-1,09512) 43.ERECTION OR INSTALLATION OF APPROPRIATE SAFETY AND WARNING DEVICES WILL BE REWIRED DURING THE COURSE OF CONSTRUCTION,SAID DEVICES WILL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE DEPARTMENT OF TRANSPORTATION'S'MANUAL ON TRAFFIC CONTROL AND SAFETY PRACTICES'AND THE DADE COUNTY PUBLIC WORKS MANUAL. UTILITY OWNER 44.PLANS AND SPECIFICATIONS REQUIRE THAT COMPACTED BACKFILL BE PLACED OVER ALL PIPE LINES. THE CITY ENGINEER Alex Roche Phone:954-453-0811 REWIRES THAT COMPACTION TESTS BE TAKEN TO VERIFY BACKFILL COMPACTION.THE COST OF SUCH COMPACTION TESTS Tow People Gas WILL BE BORNE BY THE CITY. Joel Garcia Phlle:305-377-6079 FPL Olslrl/u/Ion 95.ALL EXISTING AND/OR NEW OUTFALLS TO BE CLEAN AND VIDEO TAPED AFTER ALL UNDERGROUND AND ABOVE GROUND CONSTRICTION IS COMPLETED. George J.Beck.PE Phone,SN-904-3604 Florida Prover i L/ON1 Transm/ss/un 46.DETECTOR TAPE SHALL BE INSTALLED WITH EACH NEW PIPE TO ALLOW A METHOD FOR IDENTIFYING LOCATION OF NEW Steve Low Phone:305-222-8745 BURIED UTILITIES. UIII/N Coordinator AT&T Florida 47.EXISTING SANITARY SEWER LATERALS SHOWN ON PLANS MAY NOT ACCURATELY INDICATE VERTICAL OR HORIZONTAL LOCATION Ella Fake Phone:305-673-7028 OF THE EXISTING SANITARY SEWER LINES.THE CONTRACTOR IS TO PERFORM APPROPRIATE UNOERGHUND INVESTIGATION TO Leonardo Francis AVOID ADVERSELY IMPACTING SAID EXISTING SANITARY SEWER LATERALS. MImnl Beach PUMIL Warks Joseph Senche/ Planet 407-638-7171 48.CONTRACTOR MUST SUBMIT SHOP DRAWINGS FOR ALL DRAINAGE STRICTURES.PRIOR TO FABRICATING NON-FOOT Florida Gas Transmisslan STRUCTURES,THEY MUST BE CERTIFIED BY A LICENSED ENGINEER FOR CAPABILITY AND STRUCTURAL ADEQUACY CONSIDERING MIAMI BEACH HIGH WATER CONDITIONS. Edwin Zomarano Phone,305-861-8069 Pe/e Freybe 49.THE CONTRACTOR SHALL CLEAN AND INSPECT THE ENTIRETY OF THE EXISTING STORMIATER COLJECTON,TRANSMISSION,AND Atlantic Broadband DISPOSAL SYSTEM INCLUSIVE CATCH BASINS,MANHOLES.CULVERTS AND OUTFALLS WITHIN THE PROJECT OMITS. Andrew McGinnis Phone:724-416-2867 SmailCMl Asset Spec/al/s1 APPLICABLE CODES Mark Caldwell Phone:30-260-2178 i. ALL CONSTRUCTION.INSTALLATION.TESTING AND MATERIALS SHALL CONFORM TO THE STANDARDS AND SPECIFICATION'S OF Sprin/Norte, THE CITY OF MIAMI BEACH AND ALL OTHER LOCAL.STATE AND NATIONAL CODES WHERE APPLICABLE. Leonard Newell-Newbold Phoney 954-M-6405 2. ALL CONSTRUCTION SHALL BE CONE IN A SAFE MANNER AND IN STRICT COMPLIANCE WITH AIL THE REQUIREMENTS OF Regional Perm"Admin./rater FEDERAL OCCUPATIONAL SAFETY AND APPLICABLE CODES HEALTH ACT OF 1970,AND ALL STATE AND LOCAL SAFETY AND Coerces!COW, HEALTH REGULATIONS. tri nIV, BEACH eoxrr000 FLAMINGO PARK AP mow^33parilen MOON 3.313634 _I amwrre w3iQwxwn+vann —euanas REM. wrs imam wnuolimumSeants ��C n GENERAL NOTES ur"a�Iv rve r N. MUM AproLgv OM ft. T., Mrs mom Msrnrl 241./5 MI 1,1.1.4.1 A"waanVII Ir u.w,f0.1,x.elrnam,...ayWNIMs2ou RPM LINE €CONST.11th STREET RAI/UNEP / BUILDING FACE—►/ STANDARD CLEARING AND GRUBBING / l.3• i 28 WI a I - 37 VW / I 10.33 _ 7.5 _ 13' ' [ 13 [ 7.5 ' A 10.33' r I PARKING ' PARKING / I 1 1 I - FLAMINGO PARK - / // I I 4• - i 8 i 4' / PGP / / 0.02 0.05 0.02 0.02 0.05 002 / vs PrSIMI /-/ /// / /Y / / / // / II `i '� / -.( '\I CONST.TYPE'F ) CONST.TYPE'F `\I / CURB&GUTTER CURB&GUTTER CONCRETE SIDEWALK —17 TYPE B STABILIZATION LBR 40 CONCRETE SIDEWALK ___///// 0B6 6(r UNEROCK PE B STABILIZATION(IS) BASE) UR 40 GUIDERNL 10.33 70.33 00108801) 11th STREET .3.ASPHALTICCONST.TYPE CONST.TYPE•F CURB 6 GUTTERED CURB 6 GUTTER TYPICAL SECTION GRAVE I I :Mr' ALTON RD. TO MICHIGAN AVE. MI��I'A%'� 0.02 OAS D.os J D.B2 1 GRa o STA. 10+00.00 TO STA. 16+53.55 " NM '` LT \` / Ar,... DESIGN SPEED 30 MPH I J£ EIS.BASE 3 SELECT CONCRETE IS TYPE B IS TYPE B CONCRETE �' RO REMAIN) FILL MATERIAL SIDEWALK STABILIZATION STABILIZATION SIDEWALK RECONSTRUCTION GEocRIo(TENAK Ns 330) (BR.o 000 Ao OPTIONAL BASE GROUP 6(B'UMEROCK OPTION) PARTIAL TYPICAL SECTION(LEFT SIDE) PARTIAL TYPICAL SECTION(RIGHT SIDE) WITH TYPE S-III ASPHALTIC CONCRETE(2.) GEOGRID DETAIL GMIAMIBEACH ' ,qp8.16•161....611 T[ — 6� ' '.-- FLAMINGO PARK 'r"LLs' MUG oouFr eMr""E TYPICAL SECTION =Tam.'^.. r..e r as NNN e= w ,..w�' NA/2017 u,.,.w..v,wwn*x„x...-..+ro..«w«..r....ww..s.m,.m ---F/W LINE CONST.17th STREET R/W UNE / BUILDING FACE—>r/ AI STANDARD CLEARING AND GRUBBING / / 5.67' - I R 23.33 R/W _ 26.67 R/30 { / I I / • 1W 7.5' < I I a < 1T 7.5 ► E 7' _ / PARKING ...E 7'5 / FLAMINGO PARK I 1 t / I / I I / / 6' ` / / I I PGP I / / 0.02 0.05 0002 0.02 0.05 0.02 I / 1,2 / / CONST.TYPE'F' CONST.TYPE'F' / CURB&GUTTER CURB 6 GUTTER CONCRETE SIDEWALK CONCRETE SIDEWALK ---C--//// 12'TYPE B STABILIZATION LBR 40 ONG 6(S LIMEROCK PE 0 STABILIZATION(IS) BASE) LBR 10 GUIDER. I0'0O 7.00 GIIDEIWL 11th STREET RETIC CURB El OUITEN CURS&GGUTT R TYPICAL SECTION TYPE S-III I omiitstismisiim I I GRAVITY ����A�/�_ GRAVITY NALL i i NALL MICHIGAN AVE. TO JEFFERSON AVE. . xMVRN. CLOS OAS , °A2 Jr.Ax""`o STA. 16+53.55 TO STA. 18+93.61 - _ II \ DESIGN SPEED=30 MPHEKIsT BASE 3 SELECT CONCRETE IS TYPE B TYPE B CONCRETE RB REMAIN) fILL MATERIAL S/OEwALR STABILIZATION STABILIZATION SIDEWAD( RECONSTRUCTION GEOGRID(TENAI 05 330) LBR AN LBR M OPTIONAL BASE GROUP 6(B'LIMEROCK OPTION) PARTIAL TYPICAL SECTION(LEFT SIDE) PARTIAL TYPICAL SECTION(RIGHT SIDE) WITH TYPE S-III ASPHALTIC CONCRETE(2') GEOGRID DETAIL ,�I�r � T�.r m.....Rp,.N.pa � EIMEER OF • N.R. GMIAMIBEACH � FlWNiOPARK APZT, ascrcot MMCOMBO.RE �_•� r"= reg i— _ A � MIBYCwORYOBYR�.m TYPICAL SECTION �:3'rm"'"�_M vpc �Yw wn es 9. Mr+p—N w1=R 3/s/00 00705 AN PV=MK(N...NAM 11 NCS-530 FBNnwPARNA,?sxroiap. \ R/W UNE I €CONST.11th STREET R/W LINE / \ BUILDING FACE I I BUILDING FACE—m—/ N STANDARD CLEARING AND GRUBBING I / N / \ 24.33 R/W '1 — 25.67 RAN > / N I / \ _ 7.5' , _ 10 N 10 _ B 7.5' T �� / \ PARKING PARKING / lit I / N I / / \ / r I 6' / \ I I / N 4' I 4' / \ 1 PGP / \ I I / \ 0.01 0.05 0.02 0.01 0.05 0.02 / \ V2 riliardsr /�PS11 A'? / N tii,-'__ CURB&GUTTER CURB&GUTTER ��C / \\\\\\— — CONCRETE SIDEWALK CONCRETE SIDEWALK //// 12'TYPE B STABILIZATION LBR 40 B6 6(B`UNEROCK PE B STABIUZATIOII(1S) BASE) LBR M 11th STREET rasvxaTOC 6IIDERAIL 5'� T'� WIDER. CONCRETE CONST.GUTTER CURB CONST.TYPE•F TYPE 5-011 CURB b GUTTER b GUTTER TYPICAL SECTION ' ' `w`" EUCLID AVE. TO WASHINGTON AVE. —��AI���� µ IIIM MALL I I MILLED ASPHALT EMI N D I OA3-,.......ii..,_ 'o=_s oo: I IAT RA STA. 50+00.00 TO STA. 54+65.00 "`"""""'_"f--"--�` "_-- - y�, %//// ~`__" I / DESIGN SPEED>•30 MPH J 35f1£CT Ji EXIST.BASE CONCRETE IS TYPE 8 IS TYLE B CONCRETE R0 REMAIN) TILL MATERIAL SIDEWALK STABILIZATION STABIDOATION SlotirALK RECONSTRUCTION GEOGRID(TENA.K 65330) LER a0 1BR a OPTIONAL BASE GROUP 6(B'LIMEROCK OPTION) PARTIAL TYPICAL SECTION(LEFT SIDE) PARTIAL TYPICAL SECTION/RIGHT SIDE) WITH TYPE S-Ill ASPHALTIC CONCRETE(2') GEOGRID DETAIL xLwxeoA..000. .I.Cm.. Me a�,.•r� eN•eACF�a • el PYWC wows O EAIRM FLAMINGO PARK N®I ate° • M.P.: NIP' iqp� :--,R M� � v.R a.... wormA N�TOW < „N 0L INe t __ ....................=‘,..v.T^nI. TYPICAL SECTION .. u..�MaN+mM � an..o.Na N.RNw NMrAr. un KAMM wee 11 44 4.444.4.4. 3140,x0 03I.I3 PN P:v.BAN✓MNom0N II m•0-#0 ',.•,/,....,•04...1,,,,...,005 1 N.T.5 STA 12+64.14 Q CONST.11th ST.- STA 16+5355 CL CONST.11th ST. STA 6+00.00 fL CONST.LENOX AVE. STA 6+00.00 I CONST.MICHIGAN AVE. BEGIN PROJECTT: BEGIN RECONSTRUTION STA 19+13.61 STA 10+00.00 (MATCH EXIST.) (MATCH EXIST.) I I AAV UAW ...... Q<OYST.ud Si. Mw uYe T T 6M u LI.. Riif Kilt„ �a_.: _.. ... RAV U.. -.� �11110201 !■N? min —1 - o .A.uN. ® 'lith AAA UNE © VIM o PO.uM o . 'E ONSTRUCTION @FGIN RECONSTRUCTION ., STA 5+37.00 STA 5+35.00 ^r I (MATCH EXIST.) (MATCH EXIST.) l0 ,ii i W o s II N 0 LEGEND mjj mmm01j1L ®DENOTES THE ROADWAY PLAN&PROFILE SHEET NUMBERmII IW/m,� , .--E.1.01111.111!Mp OMNI IIFIIKU ❑•*mmm00Z mmrm " DOD IENO.ER Of RECORD �mMIAMIBMCHAP® `°T11.06111.0 !. 0.. RI.IPROJECT LAYOUT �«"� �-�, a R.N.Sly. IK- -- .. o� . � , ,. an M. .30/011 +a.. . ., N.T.5 BEGIN RECONSTRUCTION STA 50+00.00 (MATCH EXIST.) END RECONSTRUCTION I STA 6+79.00 (MATCH EXIST.) STA 51+78.47 Q CONST.11th ST. STA STA.6+00.00 q CONST.PENNSYLVANIA AVE. END RECONSTRUCTON I END PROJECT END MILLING RESURFACING BEGIN MUTING 5 RESURFACING STA 55+91.04 CONST.INN,�, STA 53+25.21 (MATCH EXIS.) (MATCH EXIST.L ——— —— � 11th ST. � .• 11th ST. —/''''''' ww uxtT ` O q 5 AAY ut J 0--� uw u_ ©I /NV I BEGIN RECONSTRUCTION ' I STA 5+20.00 (MATCH EXIST.) W i W e 5. 3 ,.2 o N V N N W W a 3 LEGEND Ilmm MITIm 0 DENOTES THE ROADWAY PLAN&PROFILE SHEET NUMBER II-III!IT//// II[III UIii.!jjIIrI-i!I.it u❑miiirrII//TT 011111011117/Xfp I I mmVV1m •MIAMI BEACH�n� FLAMNOOPARK mw`0"""'� ..E .W —�� ' [An uvmn wsnv v,n APS .. „n �� PUBLICWRMW CAARTMBR PROJECT LAYOUT .d..�.y:w��a.`niw' 7Witt 1f a M N'o/r�o. srru•hroew�n S i1 siNwslrnw imoornwnNNmwvwimvioox PROP.XP SANITARY SEWER 11 p BEGIN SIDEWALKBEGIN EXIST.FENCE jl C SEWN (TO BE RESET) 2 ill, CONNECTT TO TO EXIST.T. '/, 0 _—. STA 10100.00 CONC.SWK.1 -+ t BEGIN PROJECT BEGIN CURB 6 GUTTER ¢ ,jL___. GIN TRANsmox �l - N R NSTRUCTION f� CONST.TYPE GUTTE• END TRANSITIONIT 3: /i/ ��� A.10+00.00 ""EL`IOExn1' v/ 6 __- -- 6y-rq,I0pOp0 CURB b GUTTER .3133 L �a I(MATCH EXIST.) 6 6 .�000 r ITi ....\ // \�\4 4#i_-� 6 v.. -.. - vG ENO PRIINSfr 0 5 20 S o _ O .::::.-_-_6.11-.-1!::::.0,-m O.. 0 6 - Hom mod L. ... �r 3W:: / s 3'. ./. s f4N '_-s .-... ..s s / - \ ...I CONST.BM ST. .. 5A1I • r vet 1 N.WaaNED -- 'AU-../ - t AY 55 IC-E "` S -w s s s_ / s-- s s s 11th STREET o 2 POT 400.00 �l • W W � fir.:` r-- _N W' ------N -N '<`CnFf K H000.IY. /0N • �. u � -. BEGIN CURB&GUTTER PROP.Y W.M. �TYPE. Q ZORRELTTO XIS CURB b GURER j i i /"Ti .� STA 10.0000 r --6 o....6..ren&...it.-...-_-.1.16/ xiv / 6 6 6 t OE _ I•% OE-l BE OE 500� _ k‘‘., '%\ LEGEND fib u ._. PROP. �l �7 •\ I BEGINgEEGG��NlI SIDEWALK Nlf N �,32 V) ��� C CONCRETE SIDEWALK )� / iONNEL r 10 rAl. CONCRETE DRIVEWAY y h STA.10x00.00 CONST.1037 I... !!)/i • CONC.OWE. I ` ( IN Ii ' ' I __. ._. - -.... _-;_.�-:-{ BEGIN-.PROF.ILE --. -_ 1-- __ _ - TOso.v.c. I i . , '-EC-T99 I EXIST. .00 1 - -- . I'l i 5.�E s G 0 i I I 1 r - 1 i . TO;EX(BT 'i -".P1 �••••••./I - r - 1� mm01Wm I m ml6 • - _. PL EL(4 5J1 NLYAXO GRAN scia.P•IO Hon '• Pag -i- —1 _ - I 1•.l VERT# _❑ •Eng I F m 10.00 j , I i I mmT RoFfIx „EIGHEIORHOOD: 010.60071M.10 •00MIN0011103110 II mMIAMIBCH— FIMIN0PARK 0 •••••••••••Ap= z, pE Millir BVAMIO YEPARTNBR n'' G^'"nsw r1 � L � � - ROADWAY PIAN B PROFILE � B. MNa...s.+s �la< //30/201/ 2:0:22 III,* xmta,0xry.rwM✓0o1.0/1n,/1/Mm41M PROP.Jr 6W A2000(s LF! + 4.74 CONST.11th ST. ErrUTTER STA.6+00.00 CONST.LENOX AVE. p CONST.1099 CONC.SIVN.I a p 0 5 20 — — —.__.—.- —_ — w _.!...G_—._ --- _O— Feet C .. G -.- G f1 0- \ 6 PROP 29 SM'ITkRV SEMEN- -.0 -®- 6 e .... I. /1$ - -5 S 2r SaN. S -- ."S -,5`� .. S 6 [ S. q 24,SAN;.. O III S'--. b d B 5 S 19 L S { PROP.30 SIV S PIIIIId A Np� ^"' 13.oaCT A2000(15e 1s) 11th STREET I PRv..,r 5W +IIII4 1� ��� l20 dl q Coxsr.INh Sf. I A2000 009 LFI 1 111 ���� PROP.9 N.N. 112 I PGL _ •13 S ... -5 k�7)3— S S'A&MD01/ED-�-- -_.- --. "S.. .. 1 NW�59� i.>III ' ----5- ----5 Wal.. INor 599TE '—_-__ (�� CONST.TYPE'F P-. 'IA.....1 (0( h. I'IIi 2 s _- +2315 1iI Por+no.00� i �I I nth$BEET � RT �. NNtlbWlll ER 1.Bb io , _ b = NL. -- 'W W W ��W.. -W.. 0 I I -W. N III II A2�0 O��1 R0 BE RESHRUBS MOVED -- L'4$ e. PA7ao0!W�'� IIIA Q1 2:7.NK.3 A6DREPLICED) 9.••RT 'e® \\ S --WALL III 3i tlisz nr -- \#IIII•Aniis- s I �y 1R _.._ -. Add W .I LEGEND I CONCRETE PAVERPT NG SURFACE 0 0 BEGIN WALL �.�L�I.Ir '�' I 2,4% 4 /� C—VROP.f SW ENO WALL /M 15 PVC(33 LFI _ px' !CONCRETE SIDDRIEWALK PROP.1Y SW PROP.lY SW „,>. E PVC(19 LF! PVC(33 LFl 55 PC+61.91 NO DETECTABLE 15.6%RT m Nm i ._ -.: W _ .. v(-(•305% A 9 HI 2.000%.. (-10305% I 1 A m '4. ry �•� r . > 2.000% _ -. e—*•.. a--. • -. ��i 36•PIPE - -U` 30.1 PI=MI ••I 1�� . �� mmm�� di �p _ 1 -- —L---- FL EL(-)1.96 FL.EL(:)1.96 y-- _. __.. owl ii iiill�LOm * FL.EL(-(5.05 -"---I- L.y. FL EL I1 337 �. SCALE:r -_.__ ❑O. 1 ig // •N YARD DRAIN i 1••'YE El Ell 11 m Dina] FL EL 01 5.05 �- _ 7 - `-__ i 11-00 12-00 ! 13-0d limp I mm elmop, APS I ..�,�. NNP.. �� �,,P., MI .E �w�o FLAMINGO � •E wl~N` eNl .. n ROADWAY PLAN 6 PROFILE +• 'u avec an 11•• M Pws ••••• vs/,oil +•r w ayw.[w N N•RaN.lw•••NNw•••nR••I••I,VNm••4 -.9 END EXIST.FENCE (TO BE RESET) CONST.TYPE'F 7 CONST.1033: PROP.IS SW *51.63 CURB 6 GUYTER [DNC.SWK. A9000(5 LF)By .. ..----ST- - Bl 19.00LT • R, __ .. .._-. _. _. s ._- - -- - �b -( Emit cc T+- ---G- 6 6 P WF 6 VNOP.N SANITARY SEWER 0 - h ^ ..... PROP IC SIY ' S ..- -.- SAt000'(19 LF7 S-.I�'- ( - -q 5 �E .S - _5.. a illailifinillinalifillillil_. i- pl.. 15 A2000(DI LE) ..- . N87'S9 OPE . 4 = W -.41111111111k1 W ....W ....-- -_.WPROP 36.WSW W� M W W- W-T - -- -U �: 1.3 PROP. A20001 1(1S Lf -- __ - — AI000(99 LFI_—— N PROP.P W.N. 1. 5-9 I -' SHRUBS(T0 BE REMOVED 9i-ZORST•1033 CONC.51YK. ANS• AND REPLACED) -•, CONST.TYPE.E. PNC!33 D) % 0 R/W LINE QN I PROP.IT SW IROP.IT AV J NC(31 lf1 LEGEND NC(3i l5) C CONCRETE SIDEWALK A (�)0.300% O (•1030 (4.030% C: ' • rT sn � _ . m —' —+-- ,-- —+ --- W I oiH { + + .-- ♦-_1:__- .-1 T+- --.__ ,:11/I __ — - --. I. ` :.- 3P PIPE ,.. 3P PIPE. --.-- 3P PIPE •.• •••••••��((��..I FL EL EL I Mil mm[ONIJW FL EL()491 FL EL.1-)I.BS —``FL EL!/0.85 FROM TARO DRAIN .w;"11111II al 1 r_rV ❑OPmm®Lmm/ 1a�00 15-00 r ' T i i I rrfurm AP S_n � ,w ' ���� ����� E:c«eav::oao. FLAMINGO PARK utpcow .c _eN.m.a ra'a w~i.eR` WI90Y ...... Wp Y�BE"^-E a:w . ROADWAY PLAN&PROFILE "a®r.'O'c_w���w4�.o+n.r.w r,.c ...mow.- r um w 16^ N wt, ' 3/30/20I7 2A125 w we.:.NN Preye.N.Ct 11 urr4:.66.46er'. .9`/.FMoatM I s W CONST.TYPE•F t4 STA.16+53.55 a CONST.11th ST.= CURB B GUTTER STA.6+00.00( CONST.MICHIGAN AVE. 2:r IP PROP.2P SANITARY SEWERAlimijli : PROP.36'D.L F.M. R/W LINE Br .I L____ l� ._ fiva - - O r C 0 S20® ENS —e� �y �" i�SAN s 6 s .�° � 9 51 dd k;, ,Weingaillgali . • Ii,II�} _111111 L .. , II r Itl: _IILt1t � ! il. iII Her 4. _ -. _5• �� -,sr arca.. �>®� a NBA�naNFD- a W -z i,..: c ' r_' -- DRi;; ? ; '.. �IIlIII � i PFrc x_0.56 _ _�` +0.• CONST.T"PE.F ..IT SW -,,.611,__ u MORT W ---5_.- 1247 RF�1 . �l ��W � � ;M W \' �_ �W U N� -_ _ ii -- _ _-- Y. 2 — - -� / z '4 -�� -- - oE. ,-.rr®eaw.tr aE - =I -- DGS aAE - --°5T -t`.,IOII,I„I sfirsII*NAN --or OT _ ❑ or DF N,IiI,II�Ii,✓ CONST 1033 CONC.SYNC ill�\•�J,JIJIIIIIJ I,I I/,/'� T R/W IINE�- PROP.1Z•SW ❑ 7JIIIIfI,ILIIIIIII/II we Da LFl veli►i,i., DO Rr COMSi.T CON[.SWK. L3-L5 I •I .-- SHRUBS RO BE REMOVED 01W LANE j. 111411 =r PC T AND REPLACED) 1 EGFND END WALL 1 i , 1713 C CONCRETE SIDEWALK PT • s! ®CONCRETE PAVER em 16.01'LT �',, I j 1 - DETECTABLE WARNING SURFACE I 1 I ' - - 7 I G oe -� _�._ T—_ f t.__.'. ry A B _--«_..�-(+0.30010---ID, . .. (-I 0.300% 4 _. .. Sam il _ y 1__� -t_ __�-.. --F 4- J-S� 0 h 1 • _ 36•PIPE___.MI -1—i- — 1-IS'PIPE I 1 , 1 El . __ '_- FL EL(1 0.30- 1-�iW- -._. PL EL- 2.9r--'--1L EC(1!393 ___ Il ��1 PROM--ryI.1-'D" 001 FMON YARD DRAIN .■.i I I t'.'i1 r.._ - - - ; _.l_ ' YAM. t _ -F$C� - 2P OOR(Z. ❑w'"14111mm� 16 00i—r Ell I •MIAMIBMCH , a0N�. FLAMINGO PARK APS:°°!' Amer....t amt. omAcrort ow ,N.avNW. a Il �=. ......rOpO.�B,Rrlfr" ROADNWWPIANaPROFILE ,G� .awn Ma ..• 15, M•• +P CONST.TYPE'F' PROP.13'TRENCH 7 CURB 6 GUTTER r 1,7Z 173 IIA END CURB 6 GUTTER '. 11/// NNDD I5SqSN�K ! i o PROP.or SW PROP.IT SW TA.19T 3.EXfST. y = A3000(31 LF) CONST.WK NC(!D LFI STA.19+13.61 C ! �couc.swK. END RECONSTRUCTION y - v - BEGIN TRANS LION STA.1,9:13.61EXI. / +93.61,v.0a Lr - (MATEXIST.) \ ----rs -------- --- - my UNE ! _.. 7P FN 3r 4- --- - ��i��® -- _ 30'FN ITnI As 19 - ��--� i \� . / J 7-\- e 0 S Feat 30 e, . CONST.NM ST. 11th ST i7 I - I as s s.. r, • cl�'� R � d - '`s .s .xr ShY s. F; .S s... S s 1•h ' 4.. s..o.. . _ul �<')�l� '14a s 1l TAll"s- s '". f- f •S1 s j oiili s... �✓ s ii __Por 3000 OM i 11nP.. �,�, , PROP.1r¢a'ITMr SEWER-— 1- z---- L U w lit 070 (u LF) sal PROP 3r RI FM j/ -- - y s 1 2—:Icilyi� EW of p - E� . . -. nE DE OE ar(i�\ I4lia:�. Ihiii'.tI_I�yN .°E.•;.y . PRP.B'W11. I i Ilk�al PROP.]r SW -- 1 1 `, f W I • A l PVC(13 LFI A3000(T!F) BEGIN TRANSRIiN END CURB 6 GUTTER R/W LINE 1 1 WWI ( NW ZINE) PROP.IY TRENCH GBNST.TI'PE'F' STA 19F13�67 1 Ii {I{' O °MAIN(IT V1 [URB 6 GUTTER I ‘o2 PROP.36 SW LEGEND :� C 1 A3000(109 LF) CONCRETE SIDEWALK ij 111 • II CONST T I 1 CONCRETE DRIVEWAY I i t, W . .- I 0 CONC.SW. ��NN E - _ - END PROF _ i_ - - -- Num T - r 1 A A © I L __ . , _ 1..imi , : fi " 11111011 , . . , . , r i IIIE =01111jiles.' _.!_, ,_ 36'P1 I I 1 1 _ FL.L /3.90 =1 FL.EL.(142 -:. _ _----- 1._. ■ r ®■ �. Ilm�� -'mmm'I[m FRO JARD DRAIN FL ())3.B 1-: ' MEM II iIi1 'II �) m -.•M TARO ORAI F4 EL(4421 4_ss<.4E i Ip—VE. 4— 'loom r u! i _ __ _ 11❑Nlmmmplm Mann 0.82010•MIAMIBEACH� � Asp �nnipartran a FLAMINGO PARK w��W" P�.. ��r �� �� d �r� Ellrn.m•Nl r�NRwa ROADWAY PLAN&PROFILE Ai, s.r� �� 1 of N on. Ali 300/"Al? n470,111.AnthorkeI rm+w`<ee I srew,s.•rwNenros..wnvieuoosaan '- BEGIN CURB 6 GUTTER n2 s ; BEGIN TRANSRIONLEI PC+35..2 N STA.SOEOOAO TROP.(30 SW N ¢ I k3 RECONSTRUCTION A2000(30 LF) N, c STA.50+00.00(MATCH EXIST.) STA.5I+98.47 Q CONST.lith ST.= ` vT • � _ '�°Ui $ , Will.LET STA STA.6+00.00 Q CONST. LA' 0 • wC(22 LFI CONST.TYPE•F .....t-:_, 7 COON 5 T PROI.Ir sv CURB O SW PENNSYLVANIA AVE.vaov.IS SW , ( i'i1 Al wC(10(F) PROP.Ir p COxST s6T PVC D9 V) L - N p 11 PVC(a LEI coxc WK. p RAV uNE!I VIE". !III IIeN\ ,— _.-- • "' a W: I s E iII/IIIi�ilIJIJNIII IE rrili o o 5 20 ® a:% '� -°,-.21;0"(7 W -_. ORTE -__ T. Pr+56.90 %-I_LL%�I_I_�t P«e LF) PROP.3p r +i].9I \Io co L I•„•LT ..—h\� �\ A2000 D3B IF) 16.00'LT - -- �il� �® VIII �N IJI "® .r PBL I . II�II� 1 ) E510•,II — i N 8r Y.4a•E... ` '^, 5- - .-'�5 t- - --.- ¢ -...t !* s s 1r SAW s 7;4 --.M1�}5411'E .M DlL' �I'IIII PROI.Ir 55 (CONST.ITLh Sr. PC+58.TH u�==fJ// I lu a •I.3r AY A2000(20 LF1 :T' M (( I m •000 Rz LF) PROP.r w.N. IOOD 4'--- ---Iii 4* 1 C �. • +38.88 ,_•_ +1192 IJ/I�y�p r- -F-;1� __ W B'NN w MINK PVC 10 LE) .• / / U 1 / _ �'g � oe� ---- --- - R� 0E of � -,DIP! IDIS wes-I,IA Lam€'" F N wad_ _ ® ENO WALL 1 ^ , I, ( A®.. Q 4 9 I RAE LINE p PwC(T�/ PROBI Br SW LEGEND CONST.TYPE IT. CONST.7 CON[.OWE. Iii N i . .El i, j G•., BEGIN CURB&GUTTER PVC(29 1+1 (CONCRETE SIDEWALK _ N hI N T•.N R1.. J CONCRETE DRIVEWAY �i 2 Z 1 I I II. STA.50+00.00 ®CONCRETE PAVER .' 2 t III t'' I= DETECTABLE WARNING SURFACE d 1� I BE IN PROF( ST'.-50+00.00 t LL EL 3.82 -_ a ()e • (+)0.300% ..-.-. `_0 ,.. A 5-3 _ JillEEO 0 3r PIP �_... " I _ 38'PIISSTRUCTURE f— _ - - H I „pip, _ —H-- Q F'ON YARD DRAIN FROM ARO DRAIN I n m DER —, _ 1-- ❑ I rrlIu7Ll7 ,- t SCALE i• ioNEa°�{ DEMI I'f i I Amro _ . — ❑NNOOHIE/ m 50 00 - - ._. 51 00 .-- ¢2 ,Q - R.R. I 111MMVM •MIAMIBMCH E �� AP _eININEIERCOIMORD_„���.� ; �_1 �. R.R_ .I. FLAMINGO PARKEI .. Aware . wM� ws ROADWAY PLAN&PROFILE u,.'tammf4�10�`1Y � 0. w �'E �YNA o 11- q y.. ur re L__ M sa•l.. RwNn raa AM.uRtW(*sow/N ProdtANANN iftigh1WWIIAANYIWWINFWAINS 1 R_- BEGIN TRANSITION END RECONSTRUCTION +65.00,MOO'LT BEGIN MILLING&RESURFACING STA 55+25.21 ,°L2R00n°o 1F) PROP.110 SW 1-76.76 CONST.5.67 3 RAN UNE 82000 DB1 LFl ]0.00 LT R/W UNE CONC.SWK. CORE 6 GUTTER ---0 t 0 5 zo + 114.2, 71401;IP;�J 1 Teal h h -G 6.-. -...-.. G 6..-... .. 6 I r 1 ti 7 SANS S M BT 59 AB`E r PSP.ro _ W en S 5 r/ - ;_ ROP.s W 2 11th STREET i1 i gcoN'i – s s-- s s- s? m _ES,F£fNDI(Sl lLAIIK -- ---- --- ---- ---- •^--� -4,1_ 11� 3S a — oe of of aE of of of ,�` it of- - WO R UNE, \ ...- _ \ a/W UNE-1-- 00,,,.,,,- 5W CONC.`SHRUBS(TO BE REMOVED / N IF) GIN TRANSITION AND REPLACED) J/ PROP.I7 SW +65.00,16.00 RI wC 125 1f) PROP.112 SW LEGEND PVC(IZ LF) f Q CONCRETE SIDEWALK vaov.Ir rRExcN • DRAIN to LF) 3- - '-: - CONCRETE DRIVEWAY h 4 ®MILLING RESURFACING END PROFILE _ - CON.-TO EXIST. f--1- i._..1_._. _ t _. STA 55+25.21- o EL.3.80 .-. A . -1 ..a A CD e � - _ v. ,,,,., 0 36•PIPJ — 9 0. ' I'\`J�`jlI .f-.. . �— I36.P PEJ j 1 .-_ ,"-• FL EL(I 2651 : -FL:,EA.-(•12.65 .. _-.- 1 :-- FSE l1.3 .... ,; . -!—!. mini mmU/] MIAMI 1� 53+00 : ; -�SawQ :.�,t----r' T– I mm 111 i trl I v 1 111 V 1 UC�I� I ciaea+�000. FLAMINGO PARK B5y1�Iy r°'anrtmOPECIIRe�,w � LeMON�Nw�. arses x� Ap'� = mere01•011_ PUBLIC YOAREIIBEE nnE mmemetemmemmemeommem ROADWAY PLAN&PROFILE ar7..w...: ar CT mime mem,maaIe x- am L ss 9 Mors —L rem 3/30.11 z.0 n roo vv.trrr hwa.Am 1:sn...,...wrNwMM A.....IVMom,o. �1 I W YY END CURB GUTTER y - jl' Q END SIDEWALKF[TTrrW�El/$5TT 11B I;% CONST.TYPE•F• 9ANSS+IS.Obx17.33'LY / I]II I !<I p cuae s GUTTEa END PROJECT QJ '� k 1.1 CONST.WE. PROP.2A SW END MILLING&RESURFA ING !'(j h N 2 CONC.SIT. /2000(5 Ifl PROP.36'SW STA.55+91.'04 / lj; -y A2000(209 LF) OOOI(S�1 _A (MATCH EXIST) /'l y RAN UNE .-———— 3 O:: !I D 5 20 O Ali ___. _, _ 6 re GAS I NBT 59 f ' I i eir .TWJI. / _ POT+)040 2th 5� ETire, 17th STREETCONST 'E•P'= CURB I ER PROP.L9 SW I� c- � v w w rW. _ Feet - --RFO BMG-..ig- ---,csfD -•-BPD BFO IPO /A/-- `pR ; /y/ END CURB&GUTTER \ RAY UNE-/ //,:' / 7 i�'-= Q / END SIDEWALK �.\ `�a\i/ ,// i ///FN //// \ \ — �, // III IR ' I LEGEND \ ---.— / //I 2 III =CONCRETE SIDEWALK CONCRETE DRIVEWAY \—————--- - , III r Il r'.NILIING&RESURFACING I fl a IIl i 3 1 I a : '... T , 0 EXIST- ( r• 1-: t---. - O / —— C �— i36 PIPE : 41-i , Ili(1 on __ ; a+.-/ILf0 J • III 16157/1g L—. i❑USIlt I'I , I+ — ti SCALE 1• I' Rr ❑01111II�fI� 55-Od •MIAMIBEACH AP- ww ""� _ FLAMINGO PARK r�rws - xi. .... "i" wros ./. PUBLIC wows I10AR11�FT'� ROADWAY PIAN N PROFILE .smms�m`.ts"arrr.n...a'arm&1.44m4/4.4./.4....././• r. M ww ow,M _ _ .rv1.. 111.1.3“ 1 Arril WV 3/30/6117 2w3i w Fwwr.N Mw..KM n 0100-1.1*41N0.,401.N.M.,1 NNmNM 1 i 6 1 i I S 1 :55 3 MATCH UNE STA.12+15.00 1 R/W LINE PC 323�` --12 J jj ki PROP 36 sW f347 2 PROP Zr SW CONST 10.33 Ir i A2000(158 CE) AZ000(N LF) coxc S1VX. r- STA,124-64.14 Q CONST.11th Sr.= 0 5 20 �l�:::♦�♦ 1�:� STA.6+00.0 Q CONST.LENOX AVE. / 0 C I Toa. _® �tSS S SSVMi��:„w Faa[ I u L ��� �' BEGIN RECONSTRUCTION 'N'\�--� --_,...--5.----4.00 ,11,_ % s PROP.24 SANITARY SEWER 15.89 L 1Q 9 ��'A — STA.5+37.00 \ Pr.sz: �7 (MATCH EXIST.) \ 5 is %L9 \ LENOX AVE�*S�� 19 S POT i00A0 \1Po-.. -.-....-REIT �♦♦♦O! POT fiW.00 ygi:r'&7477E-rE.Fa./W LINE ♦♦♦ e PCL \ ' N 'SB'SPM 22♦♦♦' l n (CONST.IENOX AVE.- N • a 'y M NN PO 097F) *Sow 1C sW 2 • 'Y : 1 A2000(31 It:) \C---6 -' ! • S1- 9 - ..G 6 0 1:,,a iY_��7,t .:'V �..-^r _-ID Com SNR 3 ._ -41 �♦♦♦♦♦OSS♦�1M♦♦♦♦C♦ ► PROP.C WN s”RT . :V s.'10,r• A ::40 I 0 CONCRETE E SIDEWALK ....-_ coxc.SM. ♦fir♦.,AiVV►�♦♦♦A ND �� .. CONCRETE SIDEWALK R/W L1NE I ®CONCRETE PAVER CONST.10.33 ) W -- W -D- EM DETECTABLE WARNING SURFACE I i MATCH LINE STA.13+05.00 i• } A A __Y. _ . -.---_ ___... 1 .. !-_._.: _ i i I I 1i i r I i _ i I I -- - , , jiMt EOM Hi'�l�m -- • ■■ I IIDrill 'l l __ - `—'— 1 1--PVERT KW el AA AMI BEACH oD4—.0.. FWAINGOPARK �a ..�v� �= WET'moueT nu. .,,,,„.........,,c.,,.....,.,==== msmom- eoa —'—ROM*"/A �"/9 WrSNs "1" ROADWAY PIAN 8 PROFILE 81 N ore.— WO.to, 3/330/20,7 xw.0 rm esr.n.. rrop.N..!I!N..-4•••ry.a.NNvnwuwx.NNWeMN. MATCH UNE STA.16+1500 _ ' �! PROP.3r 519 35OD AS000 W.LF) • �flnv LINE t SW!'�FiAiiiii�ii 1.1111111 i. .11 illi Bf- IF 0 30 PA10001(J IF \5a6 ,€COI, . /4 tt N RE rNST rr�1 N ��' _��a P' : L i I r - ^ �lllii �I�%..1i 71� 1a �a� BT STA.5+35.00 �:! ._ - �\ ,-,' �iilll y _ w (MATCH EXIST.) l636Lt i;Z1` F��\ ' '"Ai/ ROP SAWTART SEWER /■J Y r _ _..- POT+00 00 - _ _ ����e� "t CURB a GUTTER �l 1l P.' "� FN �iiiOl� ISO I� IT FN IS'PN __ PROI.XlY liSstr• ,g ti77; 1 I R/W LINE E 11 CONST.MICHIGAN AVE. A3000(S I illly� UfuL 1 PG 1110 vflov zr sw MICHIGAN AVE Ii= mit CONST.1033 CONC.WK. u600(s LFl Bill �F PROP.19•sw .a.s6 ilii< ,a .55 CONST.11th ST.= w,M A3000(33 IFl \®�113I Rt ;lith 35.00 \ r/i0 f STA.6+00.00 Q CONST.MICHI I' 3394' / IPC J 36RT --\ 1 1 � 111 � • I N, 'i I! PROP.36. LF ---.---._--. _.—.— --... _.._ _ Al ) • { i II 1 LEGEND 1 --— —— -.— —III iNil�i,�l illVt.� I 0 CONCRETE SIDEWALK -= \,�Nil�ir�l iii/li (: I CONCRETE DRIVEWAY R/W LINE {I en%4 ilii l � ®CONCRETE PAVER +r !IA all%t�iiiill f I. 1 ! DETECTABLE WARNING SURFACE II.Sr Rr �ll�±.���snill I I, I IR. .11111� PROP.r 68 CONST.T I-1rW —_�A�.�nI� CONC.S19K. 1��N MATCH LINE STA.17+00.00 1 T i —.,— T � i t R —t '. I 1 r ii ElliEEnDijile • 'Hi i__ ; -.., za 1 ��ll . + -- '. SCA-E. ■��'lilll�lmm ET I - ) rano scu .wm NEIG.CRHOo0 BOMBER.MEMO—simmer mem . NO. mMIAMI BEACH FAMINGOPARK AP 0��— a — RNA PUBLIC OSPARIVIIIIT" u mormam•MalliMalromagsmop P.M ROADVNV PUN A PROFILE NA N M Now/s• 1" Mal n M.u.Nr I..M.CN911 ia.xw N•41.1MINIr.ry I.M.01PAp f MATCH UNE STA.51+40 00 i 1.1 I1 I iw... ,1;,!„ •� PA2000(138 Lf) ` RAY UNE r /,w 4 Bill ww\` 51+98.4L6 ON ll ,- B® 1— _\_ - � �.,•-SFA�STA,- Q OD .CON Feet �- ,Lw i PENNSYLVANIA AVE. rr -_ ——- ._. a A.T9 c .'6u.soo '�`? i \ 1, Cs-30J „,:',..„.9.7 ; T .-. N RUCTION �, �>( Ali, !•6,...........t._______ IAs2 L STA 6+79.00 va0v.Ilr sw �;wwwwwl �^ � L, - (MATCH EXIST.) 'E ONSTRUCTION vILDr rwx .w000w n „ �L- h Az (29 LF) aot:wo) O y - (MA.5+20.00 Nw.h z h (MATCH EXIST.) PENNSYLVANIA;AVE. Mit# 4 wowww 5 No�ov. ......m .��..v.Ev W ; W W j PGL N 7,OP 5T W ,:;a, L ...ww 01',ST W : POr.00.00' Nwwwow \\ PROP.14 SW POi i00A0/ N,Z000Z CONST.PENNSYLVANIA AVE,-, eww_ l l •��(V LFl 1Nwwww- Ffi'� II \PENNSYLVANIA AVE 11i1NwwNw r-_ry, ® vROF sr sW LEGEND 1, I 1 I !a f ,wwl Il L000(30 LF) \ ,. n R CONCRETE SIDEWALK ® 1528 AT ,w--'�w, ...- /®i��'� Oc — CONCRETE DRIVEWAY ,--. '•_ MN CONCRETE PAVER --F E .ww�l■.I j••^s ki ir, - — 1�. - MN DETECTABLE WARNING SURFACE PROP IP SW \�(Y5e 1?; Y.� -'� 1539 RT 5-29-1 L '9 RT A2000(72 LF) ` I 1 u, - Nwwo;*vaowopat.---- — _ '� `\ �oo,.w ovo�wo 42-4 RAP UNE ,www0wzWtw►lq/- r ill :..A�Nw��`u�:w ® RAN LINE J , �1'1•i� b: 24436'75W(/ ) MATCH UNE STA.52+20.00 F' A i Y A -- r 1� i L_ I 111 Ism : r - I I..rVE lfkllPlm�� 0.111111r1 .0 ni L I i i ! mmmV/m / elMIAMIBEACH , � m.d.,...N..or.„N, `Pocco ".E ._.M � ....Ns :�",• .1.•=1-6-FLAMINGO PARK wp .O'0°'w” K an� e O�1Rf�fT n ROADWAY PIAN k PROFILE ^ n�:..,. _�On�� w rrR �R�- .mosamma r.31 a 44 w/. 313.2017 1.7.4 PN,v&,.* hepantNA II S..JI..yr NY/104110.ud.P1.1✓tiPA3aIIM Nam MVOS ARM MEAL door TYPE or S.W. V 111 MI rakfilialial ,o_, = 1I IIII ' L`I / LI t; l�iNiIt\zrei .. e T_I II I= mII ILIILI JI If -- Ti` • • ' MU MD SABerS/ OR .�� mewl.Tilt �.EEr,. o .rEE.a. MEMT.E. r.E.0 FORALL a rMr.t O DRIVEWAY APRON SECTION O CONCRETE DRIVEWAY DETAIL we n.ms..E nw 7 far H,`vaa✓wi 1 xuc.a a PLAN ET,..r,w.n.. NA.EAST. ENE Or MOM. .wm, re ww E�EE.rw.n.. =mww.wrI�:Kr.. rev..ur.n.. REM OR OMER STRUCTURE mw s�. " o COMM SIOCRAD,TIP. .e. .. e-r.o~Orr —111- 7IIPI-11 hI i lir%/ � En la Ii. EZSTE•`OrD . I1-1I II—III— "" 1=N=n=n= L n.a=.N= c•==a=g= L _III=II—III SECTION -II E-, _ r.R• m..E owes. nrr c MRIAL Ani s...r MT LOCATION s I.MOTO.VARGPROVIDE'ME C.ESP.XXI MERE sm...s ooros: �r IErNM^». \ mc.ww nn sn...a,rs..n..sm.... �r STRUCTURES.ARE FOUMI3 ARAMS,CURDS OR GRAM RAN. `msE or Fr..., ` mom MEET •S, CENTER TO MITER A/scows. 3.SIOPE ...•.E. .w S.o<sm..s ram.°STREET.(SEE RAO XIEEISI w"`".t.A:.w s. s` iu"as°NB' E,SIMET M-0 O,ALL AROPOSED XXI iroeroo.E.SIZET M-0 FIX EMIT MIA.. S.SEE0 CONCRETE rSIDEWALK DETAILru.s. O CONCRETE DRIVEWAY AT SWALE O CONCRETE SIDEWALK JOINTS WALD •I. SCAM•MIAMI BEACH Alp NENBOBTAXO: AAA cAviAremAIA.�" �`� - "®ANNIVIOSSIDAMO �� "` FIANINGO PARK . .rr • x/. TAB x. wwanix/. —PUOJC wOAILS ON/RtIINT"'LE cONSTRN11071ON DETAILSo..."�a.a.1O"1r�� ane..et wazw...nr.rw .awe .o,.w art AFIRIMI a. OAS]I° M 4.1.r.--- NM. +rNM. ./..q.n 3Aa.w Eevwrw m..onn8 n aw+b......ywnMww.sror.a0lm d i 4 1 ]1 1 1 I 1 1 I 11 i 1 I 3 i I 1 1 3 1 0:1MEtE SAM. ME 0E1.A.SNEEr 115-. 'OMR ORAIX EL..&MEM 111E49.1.=OR OMNREIT SIDEVALor mace aral NO 6OFTER psepur PROMO ,IiiiillEarA ing I nun=n11.- .�' I II—III�u 77-0=74 0;-; ' I I TI I=Iii I �r�,.I k al l ll _iii.-1 ill l AJC=llPJIr=! _l •!" 1I MI..CLOINCIED nil WEL I.COMMIS MO,PROVIDE UP.ow'WOE SR...ME ROWED .11.1 MS OT STALVINITS. a�..rrwca m.. rc rsu®.sE Wiser. ..Pe MI rmr FROI Ain u•smuu rIMMO ARO COVJY1E KM OCONCRETE SIDEWALK 0 CURB O CONCRETE SIDEWALK 0 PLANTING EDGE rwr„o .MKs,ser rrws ` W� ISi .P°CE,w CATOI - . ISE OMR.G wEr MID see and 1 4 [MEM smart DE4RrEEI 91011 E .SRAM MO sump SEE AsAaro rge Arp. wO =n—n�n—I—ii a 3 / akiREDUCE MEI.MYR 10 •1:21 111,_.- n=—n-n=nen=ilm inn=n=n n=n=n I II-1 I—I—f' 71 ' a' ren r II 1i" i n 1f= I .rEL `ems OF memo- REF. MIR.FOR.SIAKRAIL MEOW. CCIIRICITR 10 DORM,IINDSCIM APORIECI.FOR ALIEFWIIE.1.11. REIMED M 401IMSE AM COMM NON MU LUSTY!FEE a.m.DCES I..01 FOR EMMY SEEM( OCONCRETE v SIDEWALK 0 SWALE O EXISTING rTREE CUT-OUT DETAIL TWAT •MIAMIBEACH NEMeaall000 FLAMINGO PARK ,,,bei .44 �� R e a ?Was -- PUBLIC OI��I*" CONSTRUCTION DETAILS =„......„, ---a neorseau�wwxara.a z�rmArr 1 _NL wry M.P. N/. pp,rpm one 26m Mow. ...sa 10/1011 rns n mredwal w'Nwn<w 11 Rr.wslamI.w r barhooluges1 ..srmxwss *Mir 1 SIDEWALK E.P. E.P. lb TREE PLANTING LIMITED TO ROADIES NOT DAMAGINGTO 311 II ROADWAYS AND UTILITIES 111 SIDE LOT LINE VAR {SEE CIAO NOTE:SEE ADDITIONAL FLORIDA IE$" .��� DEPARTMENT TRANSPORTATION REQUIREMENTS FOR INTERSECTIONS 1 XB ENGRAVED SSTL 1111� ' WITH FLORIDA DEPARTMENT UTILITY IDENTIFICATION .a _ TRANSPORTATION RIGHT-OF-WAYS. <iUQ/EEMEUr /% „TRANSPORTATION fB•OTHERS! /� I/,. Cil .� RA %O IE:.. RA E.P.„ I h III IM rin fil Pii.i e AMIN V.55 I 1 55 I E.P. II/2.I - E.P. E.P. INTEGRAL COLOR CONCRETE NOTCH RA ����/"Ili �%'i{iiiii RA KEY HOLE TO FIT SIDEWAY COLOR! ,O V STANDARD UD KEY _ RAY %% %i RAW CONCRETE SIDEWALK ENGRAVED SSTL UTILITY N.IENTIFICATCW PLAQUE f E lFTAI A. WEIAO T01/4.STEEL FRAME SHEET HS-251 I/1'STEEL FRAME MELDED TO BOX LID LEGEND LEGEND ■��.®■IIIIIIIIM N... ..1— FAREA WHERE NO STRUCNRE 11 OR PLANTING WHIM OBSTRUCTS NO PUNiIMG DR �I— I STRIMNRE PERMITTED -I TRAFFIC VISIBILITY BETWEEN S WITHIN THESE UNITS WHICH --11 I I-I I a',• I--741' THE HEIGHT OF TWO FEET AND TEN OBSTRUCTS TRAFFIC VISIBILITY GGRR�IS�i ED STREET CORNER CITY CODE SEC 142-1175 EP. EDGE OF PAVEMENT RA RENT OF WAY atm seer sm Ave.lssauT ru rore¢iru. Or... u .Iron Mr.uxrs a msrxno r 1 ,— O UTILITY• a`HATCH COVER DETAIL t i.6 FEE r-o• EIEv.rIW SIGHT RESTRICTIONS AT INTERSECTIONS C iNf H NO DEDICATED RADII 1110.0011.01} j MIAMI BEACH FMANNJ PARK CONSTRUCTION DETAILS LSAP7n� a . — ms °` ..e W= Mu.. M,_ yin 210310 MO I 1 i 3 s i i 1 1 1 1 1 1 1 1 i 1 i i 1 i I 1 i 3 I -! i 11. 6 O'OO 0PM..-"6 PmrRw WS NM" ONTRACIOR N nuuNEE ALL E SKR a 1./116 S MAI WENN OXON m•E .c iT © O O 0 Oans N aer wEE¢,a ME r da room, NEERrm fir vEr - +N.B. r LI OOOO' .`e .„xs MIME,rSEE ra — � -I u gisrera ammo!at _ L SWIM r WEN.AMl llt roam NIESMOR M. OTRUNCATE DOME PAVER SECT/ON O HANDICAP RAMP SECTION SCALD AS IMO m,s.I. FM NAV. SONE mm w� mE.E..r,I1P. _s"RN. iME EOM refs .r.SOB. .6, norm MIES WEN MINN Ea-rorroo.n• atifllff MM. VW R. ES-Nw meicmnm. MS NEErw RaR.ue I 4 � _ k�� tiicu rs .. II EARN Ff INE y mw Mr"FM ISEE OFT.ONS-HE E/6 me a Nwr rrc n'r<1 OP �. IV. • loW i¢E rcruxe•• <•. 16k11� aarT .- 6/2 ate//µave � E .::' n' NO SNAKE nws s �� errtR \ rM.N¢SSBE N MON 9EZYF LPECESTRIM MN. MIMW ml MI MI Na rrtx w E�v ENE a- storm MIMI Md. WM MOM 9fEr Nt E yµA,Ep NO 5 rtWA nEn.ro,m. P..er r re srEra ELEM.,. ��-a ao rrr1.E ME v Ever MEI. Pemeu.emR rm., pNAOS.a 'PER PW...M.n.. 1NNW MM Z.NtECTABLEP r'OM TM.O W. ANA ••NAE nm row.nr. E.3.IIMELPI N.WM 10 IN.ROM OF SWINE N NAE MN nue nr O A.D.A.ACCESS/BLE RAMP DETAIL AO A.D.A.ACCESSIBLE RAMP DETAIL B ,.. v E •MIAMI BEACH xE6�x�o Ap== �M cm ,P A6 _ 11101* FLAMINGO PARK •,,, PUBLIC OMS OOYRYdr mr, CONSERUCTION DETAILS �a-��.�'"L_r o,um nEa �r_![L �J+e_ rroaNc JA L ...Pe NMME1Y rose ow 1,M1.1.1 rryrmae II SIV.PMENIO WAN+.tirNNME,.3TF s4R 1 NEM MES s ALE OM MEI i _,'^"a pt aM rs } MrEma m me eA»r,m. ,aM —.f ll`\ v MEM, ..a ¢�AM E, SME r15-29 1 r + e•aTM,rlel amm swam i-, i rwo .ME '� .. MM- D REIMIIS,M.R.. la OM MS Hamm ``= ,,a Im OF FRII94lr.9RPl OM I[lRi,M. 41 0 —'a IRSM OS6 KRMY. 1 a+r..Y.Ki.. EMM osis Rn W. nv. sEi u viEirsr M�'"E A -eer SOMA m. 111, en more Maur Aa R BASELME SEATO Ar PM£ E MS S rv. me r MMr 2 F'::''' r ME MS 9[EISI Ems-SI¢rNL x� \ / C u� f. MEMO PEP MOS IMA asAM AM TA Aa M. :. E MPS ME.MMES ElAMID AM AM SMr N. 1 MMM M.'.MSM re ora Ma 6 SAYMAu/Oa s MN.MM. '•ej A.D.A.ACCESSIBLE RAMP DETAIL C ,,, , M j ( f 0 , A �`.`..,.,.,...ma, Ase 0,,,x.',1 �-Irxi�..ra IRS33 eMIAMIBEACH_��� 6""' '""® � ,.E _��v..� • 1.1•••• _ '.• FLAMINGO PARK w ��� , Y Tn .�5 �wi L ••••,/,' Mair. _ lM�IJC �,m�n CONSTRUCTION DETAILS nr'�ssl.�"y° rre .4 un IN= 2!' M .wli 3/3E20I? ma,r.M MWSM nMAAM.EM.H SMO—Fl .MW.,n..rwrnTSPOIMEM d O .0 -WI* .ro., ,,,,,, „.„:144.-7_7_,..,_%., TM.=0061C 0000 RAI KM • — — .won..oe.w.,w R59 s cel.. .--- -"°' IRSt6 e I I,44•... ..,. ... IR a ;1 . 1 , \' :amu,... 11.UA ua. .,�, 49 a .77-2-cr. R512 e. ----I-7_1-M- ' IR-T2 0 - - IR.-i:' IMMEEIROf REPRO mMIAMIBEACH 4e-- ,...".0 PARK AP S � � - �6 •••••••••••CONSfHUOT10N DETAILS '+•.. rac •n,um s.s 2o, wom4 .../a warm, ]!!f/..wwrr w.p.�.cw I fb✓ ro. er.aw..a..U.44.M 161•*. G.,.NO. 1 thanam. ,_-- II,". ...... is,_ 'Z.f.f=4:Ur='7=41='-`11.1.1 .11.. ') •-• 'I _,-Lte,1''L.- •'''," "r'f, '=fr.".::.,=°,11.1======""• :,-;..7.7,- 1p F.ESTAFik'S'a3FISiral7r....:.•••74:::- . 7-,vg- /,.. ',' OF .z-.:ana.1.1....7.rr,474-.1-....a riniant.2 car: Pt" ,. Al ii211MEEEMME ',..,.__''r""---•":-•-..;.'7'-e.Er.:Lin'EFL-1 7.7 6.-..iLA:.'we"".."a r.... ... ....craw ,111.-16.W.yr,:mg."., s If_Ai nmmezrni n s ..r. ---— .rs ------ S.'".`.-°•.•••••^*1:-.-IM- 77:C÷:2:4, IRS'5 ...„._:....A-_-..w....zaturk.4....1.. rs-16 ---_____ e-,_-.,.2I 1-7:--- lif`4.1SerMSL.IR--T! .,.,,. '-..... ..... -7 ":-. ...........V...- -"I---. v., .....pa c .................., ,, r , . -/— ...' -0 -..=:"..Z...-- ...V.... .nujitr wart-W-11.1,131[olORAMir Fara,i CIMIN• [ACME SIIIMN r ete•ma Wt. •4:zuf.r.:- ASPluele CINCMIE SOME MAW t isa.-5-• ' t ...4, ' rffirriVeri Lire.Oa •a,•mamma CFMION A-A linif 00'FOOFiblift'SRFAmotl kr, IR..8.1? 42--—I 1:-: .:1=-:-24-.7::. I 1 NEIGX00,11.00 ................. mamma nom • MP. trAMIAMIBEACH ‘1111....“ ......... FLAMINGO PARK ..A".....aarionr*..°flY..........-.... cam unmet i-r4x4.--- C.ECTOR EltIC EVIMMER.RE 0.... MOW. .001.0•Ine CONSTRUCTION DETAILS ta =C.'.cm Boxiet sum 4..romn,ft.o.p.c...• -c.KO0TOIKIM- i .......,/, ..... 1,./ ...... 1,. .. M.. ,... MOWN MRIMI MY 44.4 30, 44 --- ..,.. NMI, .120.•IN mrsamone mom 11 strre-Purninge ftitniernote..aspsrorreelMa NOTES PIPE RAILING Tube.POST.and ear shall M In accordance with ASTM 8221 or ASTM wag,alloy 606,6_ pBall 9T eds and corner bends with maximum I4 post spacing,may M Alloy 6063-T6.Posts J EM RNIB shall be fabricated and installed plump,A P tolerance when measured X 3-T above gfoundation. Corners and changes In tangential longitudinal alignment,may be made continuous with MM radius w terminated at adjoining sections iv.a standard end hoop when handrails are not rsqed. NTcahncN 4aacMh i OITIt o tr:n.M s 9 er M nwaN9xo aibe ve..' ° a snat alignments Mantobottom falls and fihand/N/s shall b sop beat tosmal<h the alignment radius. at NAILING MEMBER DIMENSIONS TABLE RENDER DESIGNATION D ENSIY/ TMICWMESS Ports P 515(SOA 401 2319 DISC Rails S MPS(SCA 401 2319 0.5W Rall Jalnt/Spllls Sleeves SE NIS(Sch.WI 1900' 0.149 Handrails 50,013M.SlNwes P MPS(Seim 401 1319 0.139 130 01.0.115 wall 1509 0.119 Handrails SN'515(Sch..) 1.900' 0.149 Handrail Support Bar P D Nand W 1LO9 N/A BASE PATES: ft.Plates shall M In accordance with ASTM MOD they 6061-TE SHIN PATES: M Shim Plates shall be aluminum In xcwdance with ASTN 6209,alloy 6061 or 6063.S m plates shall be used for foundation h05 b adjustments greater then�'between 3 pests and localized Irregaioritles grefer than Yl beneath base plates.Field trim shim plates when necessary to match the contours of M Ioundmien.Bevelled sham bates maybe used In Ileo so t/Immed 052 ihlm plates'herrn. 5t ked thickness of 1r',unless longer anchor(belts are 1,0112 for the texposedIi hreadole maximum foal t length. COATINGS: np 1202)be m I^'A �M alumlmtm ratll 111/Inlsn unless oMrwlse rioted In[M[ontrxt Oocumews.N Its erg washers shall be hot-0Ip patvaNted in xcweaxe with Sxrlon%3 of ted Spxlllcatlorrss H R BOLTS: Anchor bots shall Pe in accordance with ASTM FI554 Grade 36.Headless anchor bolts for Adhesive Mrs sheer be ehrended Mrc lelMtn.crlrnry or relq i TV perMHed rw agnea Mie inXallatlen. bbe anchor belts F self-locking neve slnple.All uts ML mes.Tact weMeN q ted MA 5o ted anchor 55 mal ed In lieu q cordomt. In accordance with ASTM 4563 Sr ASTM A.9A FIX Washers shall it In accordance o with ASTM Gra and Plate Washers(for long sloth Mies enol,shall be In co dance with ASTM AS w ASTM ATOP Grade end alt or ted uts have been snug hre tig45 1,2 1 the accordance tMeedf shall be distorted d prevent removal of the nuts.Dimwted threads and tact welds snail <eated with a paivaMzlrM compound in atcaedance with[M Spacl/I[Xlens. RESILIENT IND NEOPRENE PADS: ReNlleat ant Nenorene pads shall be In x<eremwe w/th ipaco//[Mien Sr=932,exeq MX V."' o ted IiMshed/ads shall rot be rpuired.NedOrene Ands snail ba euromXer nxeness 60 a y0. JOINTS:NI fared Joints are to be welded all around and ground smooth. Expansion Joos shall be spaced X Eng.Imam l 3Od.FINd splices similar to led e.panslen/olat detail may be approved DY ted posts.eO Only raclll[Ye shlppltM ant MMNng,bat rails mum ak coMirmous across a for u fo Me field Inst use fed Concirulty Field splice(DYHI•0'l to make ted railing continuous fou unforeseen Hese adjustments. 51‘13140, 152 velelnp dull be In accordance wIM ted 3155 1 welelrM Swletyy iM1uttunl wall]rrgg CndN WUMmrml ANSIJAa 01.1 i<urrent;:111. Flll<r meth shall be either ER5183,ER53%w ER5556. onde#rwNve testing of welds Is not required. 5110P DRAWINGS: ONYIs nddresalnq orojxt sepyXlllc yeometr,(line 6 grndel shmslrM post ant expansten JqM YllrNn'iMp arawinge snail oe M C cwdexe lwl(h fhe'rE ecl/I<Xlonsw'I pgor to fablcdlon M ted PAYMENT' 11 NI spall be paid for under[M 1Or1rx5 un1t price Iur Pipe Gulee1NI(Numsrum).LF(Item No. Ione of fire top(rail,andWholesrails.ill be,rail splice assembly,baser plates anchor bolts.tats. neoprene pads anposts, alllsincidenta materials and labor required to complete washers. of the Wildman.. " �•MItis We a50a1Mq ° douswell AMIBEACH FLAMINGO PARK p "— Ap o - OMNw* ALUMINUM PIPE G110Eft/L DETAILS 5`p 1.96.41319491- Nom.54.1_ NO. Remo tem et ma reB1^r M =lx NM/MO E418w1 n Asrs.l.maadanL/a II snow.*wpMarrwr<NrMaalWd/a41/1a r-r P-0(Mac)-Equal Pur, Post SpuiM (/art Varlu(t 710. fii:tyy a gr. (Port YN (YYN AVNW RYN l-0 SINK/l�13sn OetY'P RNI-t YFS (Tart r.'1:11747=7") __� �__ Szh.I RYN Ifil 411,32milimNPS=,n ominN Pip 51ze STMIRNRES PePM'SfOIll OINTS HOPE:ry , �1 WNI sre mt<enslde�eEsto oe e.pan:log,aMs NF �II orr are a�rr , RrI espnNan Janfs to!e Ixra In grcls rror< serutzr espNNl,n Jars r o apzla%p spaslMA F�Oe[xls�C,�P NM'E',see Sheet/. Growl uM v ° PLEVATTON TYPICAL RAILING DETAILS&RAILINGS ON GRADES 0%TO 5% (ror 1.-0.Ni% See PM.for C Ntrlonlor IM l-0 I-0 Mp,J-EgYN PUNS Tar NONyr.; See TYazal NxIIM OraIS IIUWrW-i3f 7K RYN (lYN /or ust b rNl ENNIs szA a Ar on',tiling See Plans for r-0 (ror @:axion (PereA or a/railing Mls Luarn —II—— ...IIIIIIIIIIIIIIIII—-6 —aim, ill .'I' ..1111.111111111111 NW .1111 II moo h Th.,. p-0 IW./N�Sleps s 6555% 94 MIN ..,:".;.;'.i NW 94 Min. Neap iM Landing 3b-0 Mu./w SMpes a ER er S-0.M R MO Mad b-0 Mt/or 51ap,z 63R M Yoltap Leading Ramp RNIP REQUIREMENTS (ARMS REQUIREMENTS ELEVATION Far es.'=asp rer tun St Na..INrIM vg.,-;x: (ShoNIM Inside Faze of NNIIMI MIs.raasp slope-833% Mu.IerrlM 3% _at reap[foss-rap a 2.0% RAILINGS ON GRADES STEEPER THAN 5%TO 8.33% elMIAMIBEACH �'T � .e OG MOW= ' � � ,�• %. — FLAMINGO PARK AP 6NI rnrvoeaew�wwawea,% —meaT�,>< ... r�w Mr�Lw ov*ATM�orr ALUMINUM PIPE GUIDERA L DETAILS Nr of"�^ weee NM WINK O. Ntet S" M tt� • %%MIr np...nc%I i1.1.Neit...ttwss rY...lM (Pox (Pox (Per io(Max.)-EROS Pawls Varies-gavel spacing Bo MM.or SUMS i�i,a l� 0 PPP _�� Of Handrail �� � 1 \II—/�eel DETAIL'A'-PLAN VIEW HANDRAIL TERMINATION a�(MM soe�erlsneN i _- (xrrr, �l� (iJ wu c rn eYYla grigr,..,,i/, miniimmulin s.. c!Maw M.SII Mas T Alai n,ni onaiit. // 1 6 w ix slo Orrb sisY i'AV was .au aryls./.��� Cowen,sidewalk to exeN r Nn.Denied(rrxng � A w MI RAILING CONTINUATION BEYOND STEPS �' 4 (Bottom shown,Top similar) N 0. 4- LSI jen xwerrl comm.. I xarrn 1 M LaNM i,llsen TafoWIpYing S Mln (Handrail—, tpw ( N Pot "/e Nminum Henan.reOYreN Vales-Eaasering 7--- ;11;1ro.moele Meea's% oMaw M $sxssSc101 Wwn.ra ,IOe a Se rxo ,' NlnNNN ,. I iasH.Nr ,.. Equal to one l yip ((emergetrawlls,n I ®! y VR 0;'i� hwanYY irwY:in 9,nn 40 LengM x t.nalng MIAWIN ,/ 1 �'� Pr- -101 n.rWn srn YN, � ■I _' �s t b r r. 1'% �P i MIN 4 ti s„Inge,No.SEI H o fo(MP Moa Mans ELEVATION ' II� IA HarrYl r.rNilsn, (At-Grade Steps) �/ _ see oxYl x ITrN Illm Mr°kr-7.. $ ■� Wo Soma Wring M ALTERNATE END TREATMENT MM. GUIDERAIL ON STEPS & STAIRS I. •MIAMIBEACH e owicrcot� � eE _ o a� _ FLAMINGO PARK p=rar." � cmc.......... r snap. � �.r WIIW6 wMRe�ARIIOR"'� ALUMINUM PIPE 0,,DERAIL DETNLS /� o'4.,,,, r"` _ xne ,o,an or �- weft >,°. 44 o..., I maim Usrmrr 20.o3 w ems*Mesaanen,to soeEM..mn ewarsernwnsew..rwo rw1M 7i7 3 1 A i 1 1 l 3 1 1 j{ } 3 1q 1 3 1 1 1 I i 1 1 i 31(0 Holes(Nal for rd .6.p(Mas.)Holes r.r ii Anchorage Bats wan (Post Teo Bal— roes moor.Bats wan PIM ashers RYN NIS•''ch.40 Flat.Mral S. (ON Ii(Base Plate 4. IW NR '2Base wow PostHaMral {°leeral 6 M (Bolt Has MEL, I IW e iW sir Or le W Bar r NPA Sari SECTION B-B SECTION C-C SECTION C-C (Handrail Connection) BASE PLATE DETAIL BASE PLATE DETAIL (1–Bolt Anchorage) (4–Bolt Anchorage) r r r CAP GP 1 W 34M W AY ^ K ham Mall W viae '11 eatreE P;x Ba a „ r NIS,SM.a 9NosM� s 4.=11 ( a• r3271ladle a I HY a tN 1p swans C C 6 I I� :.s ror mc°�or ewn !' 3 3 1 BTB wits Plaa Washers Ryp.l . .. Mato or 4((B(Na..)Holes �. _� for Anchor Batts with ._.. ._..__ Flat Washers RYpI SHIM PLATE DETAIL SHIM PLATE DETAIL PLATE ALTERNATE BASE Fol°°°foul a x as.eNote/ (2—Bolt Anchorage) (4—Bolt Anchorage) DETAIL PLATE DETAIL x°aem�°voxs Rrpl (Recommended for Steep Slopes) ro DETAIL'C'-RAIL CONNECTIONS (Handrail and 4—Bolt Anchorage Not Shown) W W.T:v.n Nets Bou r or n3,T,,v„:sasl«I W(w Ni-Esponslm 0110 ` (Type 316 or IB-B Alloy)5x ;Sr to(r)—3,Ix4 spam Sllp last Screw.sat Screw most M set Flush against outside tote Rall or Handrail Section Top Nall a roll RYp.) ( 1 B =imam= ,vwamm slew L Nater rw r tW MIS(SCA 1Bf for Rails drRow N Sears NY,x Fouts wer dots ends 1'Nps(5[h.sip)for Handrails Ioat _ 111.0/ Handrail 5.[tim of rats W RYN a 4 the COMrztw's Dation,abed.,length al r when a W I plug vele is substituted for DETAIL'O'-EXPANSION JOINT the W•sat screw •exrr Ral (FIELD SPLICE SLIP JOINT SIMILAR) x.ndral Y(W.Y(van Nail rd Nab Grade a wumlmm WloY�MII-)1 er a1 Rams or stairs I� (Type- w Smwl.sp) IW 3Sp03W 3SA♦MY IW RYa 116et SBl w/mu sat Serra.sat screws mux 1.-" mem.the full wall thickness of M inner sleeve Rail or A/ against outside al flush t P' 1—= IM— DETAIL'B'-RAIL AND HANDRAIL toll Round over ban ends rib- ( l Sleeve:for Rails (Showing Sloped Condition for Ramps with 2—Bolt Anchorage) 5.N°n a rags W OW.) P NOS(515.w)for Handrails • CROSS REFERENCE: DETAIL'E'-CONTINUITY Fou locations of Dx./Is-C.'D'and see Sheet 1. FIELD SPLICE •MIAMI BEACH Bwewww cormoFLAMINGO PARK AP r"n,n °,.. �. � t¶ ALUMINUM PIPE GUIDERAII DETAILS matmoum a4 M 340/2•17 be WPM.*a...Nm.rawe-Palma o.ac— WIM.r,w,,..o•O.„.anarnb,,, be 0 C ( 5-P Std.-P- Min.Clear CtW aSt pop BYWeen Handrails II €cpderdl r,Anchor ears \` A II / (OWdarYI B Pathos Bolts NY MIS(Sch.epi MrdrYl a W/wYl :=1::.IrNSNm .41 t•BY odl ai a-Bdtr Standard. oat a rag rwiradl RrIJ 'Shown OasF.l /Trf fur:amps w Thick Resilient II MSNWwYt eaulrin9 naneralls or ammo PM(rya) I r vaeealt elm : a. O '. 1Mctene0 Edp P Slandard h 6 a _ 2•/x:amps Slope 11f Mu.m 5L a/a n Iran drop-orFl -- NI `a� SI�1r Nu(sq^ N` DeNNI p e.. • d..S•': _. a 3 '1 araiorn 1 .•Steel Anthers .. .11 6 6$ y T • rapt 3 /. l g L !Ill e t P at 4-BOLT ANCHORAGE DETAIL E S}` }I Er ify rrl ` ` M3 ` ' ` Slap CheatWall Pastes 9. D Nin.ili fl f Pall la dlSc`KOR' V width of Sadao,*Y ...h.4.•...:.::.. _ _.. Stability o/Palling) (Nin) P EmtadmeY Depth I TYPICAL SECTION ON CONCRETE SIDEWALK TYPICAL SECTION ON GRAVITY WALL TYPICAL SECTION ON 9 (Other Retaining Walls Similar) STEPS&STAIRS �ee Shim z-3'•a Mrhor:ons(°1 wlrh e In 0e+ sen-)«alas tett;s IV=„. ¢Pen A [P11 ■ P as.01 r 4.-Elm Beveled n. Ep+Y Nortar RYpo A,B w F)in MM..Beveled iimEdvrp MYPJ E55ri Nertar I Fl In dsnc<with 555cilisal�pn BWId-up RYpJ dance wicn S55[NicYip \ SSRIs 9M Base Plate SSRIon BX '.' i ,,,,....c.4.1)..nll. �i Re.n r Nin Emb.mence in accorNlNe �� i �—��r�¢ � HaleB Core Drilled with Specification 4 -- �� � with SMllrcteane �MIIIIII r 5nctlp 116 �.. Full size Shim Plates o ' Mn repair./or �atlp - 111=11 nelpM ad rel:N Ser 12ile I hate of hole(Option 1 6 3/ 11=II MR 6 and and of post(Option SI prior to Of Slit)wide Y'Th.NMIIaI0 epoxy filling to pre.st leakage Sad of Mani. er Neoprene Pad plSedatlend [pOf tluM5p,lplu flooding Material P 5-4217017tS DETAIL'F'(OPTIONAL SHIMMING DETAIL SIDEWALK ANCHORAGE DETAIL SIDEWALK ANCHORAGE DETAIL FOR CROSS SLOPE CORRECTION) OPTION I OPTION 2&3 (Used in lieu Of Beveled Shim Plates) NOTES: — a-J•Bxror a-IId B+6'Steel Mthars: Oelvmized St1Yl Bolts(As 5hoen1(C-I-PI;Galv.0.5 u-Belts ar3,Exp Expansion ;55NsM of MMOSS aNhors Permitted (5-1;E+panslp A«hors Na PermM.. iww Adhesive anchors shall be fully threaded headless anchor bons a 'n drilled holes rm.nuracturer recomme.ed Nanwoo with sAdhesive Be.ilm Material system In accordance with pecification section 937 a.Install.In accordance with Specification Section old. T.neNmum olowment Is P ter ]-Bolt Mthwape or C for 1-Bon Anchorage. mMIAMI BEACH 0000 FLAMINGO PARK AP �NaaavE � er••L Vola x/5 WaMs xrh PUMU WON=BB/��B nnE: ALUMINUM PIPEGUIDERNL DETAILS nw�ra. anwpar.c....E.....,,,...,_.....ar - �saF6- t re ] Nora w.r... 3...... 2:141.75w v.vasWx�✓naassNAcNI 11 Sarew.Fla..gs ewsarrnean5amonoat.aaa Pi ���� .II L--J a� r 1 ,i t I:: lc rel is...,:a,i, ,. ,.._ . A :::.:::i •■ ■II AlitlTM �......,, ., ERN sa lti iii �� _ ,o. r,>.< .,.. -T iT oaPCs APP WATER APPOPTOP .�... .:ma.,.. ...�..{.._.. ..,�® µ5 9F.Y"t xX7` ,,. �. ,ORT ,..Ea PANTO E oVEP, A,ooG COVER �` fs' 'T*14, ' T I ''F e^>U� .__ I�II...m,m.a1a . w.n.;vl 501 Ir...1��-IJIf U w,.w....,1.a t lSD2 L=....ye,_. If r»aearmaw`I SD3 Y. IiI 1 •.' ,m•�.::—.V I508 r .I \e t .. as tL_I L/ wY ix, ..o. m"' m,�..o..,,5 d�.. ffiwg . ems `` I J .iwnc+i PE P.M,. . IOil�� _a= r i,,_.2 .__mi,_�m �..-y — a 9 u a „o.r:E.1 .. or T.P9 PNP;t MOoo w.PlueFO.EITO ORart ROHM PIPE SECTION Or'."'.'F r 7,11 e"EIREEOOPPEPE PIPE Pin., n pes 1.. i I seasw..s.Pnusw.. ISD15 I It n44.w' ISDP7 i,�— I I Lur«we .x .e.ISD23 Y_l—F3cPT-}I=atem..a.�mISE5 POPg:MIAMI BEACH , Ap = ..� P.C../.......MINN ermane —.�.�. • .. FUMING°PARK .. CM �s01CIf "i. .i" —VA �YMIC OlfRIifI" DRAINAGE DETAILS �,..`a.vmf4"�_M a.c Ic.om I.nrIpx 313, M o.+s— mre LfV.n an.n asneak,Inanacn ii Sentanann wNwnorwwn.arvrwi a:. �� n. .� /7 z7// 52 Vvii..S._ , .7- nit� ei ( �- , I Em:. iiiuw _ntrt u .� \ a e mr�I T wma,.m j, u raa mawm 'i I rtR F>«FNPS G3nI 2 Rri to I)LFFi FVGM NF F.ISPrvG CAP.No .0 mcra^M.^1.1. ��c @ 1_=_14.g , "="f,.,,"°-'1_ �'_--v_I-�I —,====.7,--p I5E55 -.-- --d-I_, L 1 er .7.77417: : _moi / a: ; i — _moi___',c'=.7__. �LFn.n. ^,,"" 1=1 __=. �°. s„ 0_ . iii Imo''` -..*5,e CA MIAMI x AP T —�� "` FLAMINGO PARK nrw�� MIW WOMO Ol1RTMIWT n„E rxe .- ma J.L ��L wxas� DRAINAGE DETAILS v+.ate T. M �./:me, 3/31/2017 wus AN 1.11an[Y na.a.[u II Rr..r-ii*Yf.wxxr.x.nxnan onnmaiSGx T p WI SLAM TO PAL ..._._., S t I 3X > 6 nowuTEY IRMO mots-roar ti +� } iiiii....00.1. NALL oo_ CAL MAW TE ED cwe eoa•.. i LKTEWare MTE AI ..- s .,•� prTO?SAM TO MAILS ' STRUCTURE BOTTOMS SECTION AA $IRUCIURE BOTTOMS SECTION BJI .'' ,''''"' ."'' ''''" (ALTERNATE AI (ALTERNATE E) ,K, , ..r. t ..a. n err PER 2010 FOOT DESIGN STANDARDS(111004 200 PG 1 al 5)N T.& PER 2010 FOOT DESIGN STANDARDS(RIDE(210 PO I M 5)N T& I rp r.awc>nrvm>-wl GN2 S AECTMIGAM STIII.CII ES 1KIFxN.E D-IKEA ,.. o. onpa. ,, Ia ALL EVE TYPES oprIONK CONSTRUCTION JOINTS °PArocr 3'RJ"L"E INVERT MACIMUM PIPE STEW FOR PRECAST RAMI STRUCTURE BOTTOMS TYPE J11 P OPIVNAL CONSTRUCTION JOINTS OPENINGS PIAN V TABLES 152 NOTES PER 21I0 FOOT DEMON STANDARDS(INDEX 211 PO 3 oPS)MT.& PER 2010 FOOT DESIGN STANDARDS(IND.200 PO 3 of 5)NT.S. PER DIO FOOT DESIGN STANDARDS(INDEX 20 PO t M5)N.T.S. T-1 J TT Ts TAME S NAmAr INN NEN N ,M,IANN,IPF „Mow 0101A0 MOM= nr,r DISSIMILAR TYPES PIPE PLUS O Ic OREAO TFER IXI INEOT IG 01 ERTTEI PER 2010 FOOT DESIGN STAHOARDS GNOIX 230 PG 1 0(3)U.S. OF PIPE AND CONCRETE PIPES'MTI DISHONOR JOS@ MAXIMUM PIPE SKEW FOR PRECAST ROUND OPENINGS PIAN NEW Hip PER2010 FOOT DEMON STANDARDS(INDEX 200 PO al 5)N.I.H. NII CAA..TM CrIVIMAKEIG AMYL WAY. C.I.AIONIAIR MAMA MIAMI BEACH�— FLAMINGO PARK AP k. anovrm. , °nn rr ' vusn e,aw A�..v.Inx„ _ \A ORAL,0®AWITIBrrL pUMM3E DETAILS I/.1.7 a.f4`'r. .Inc xo,ma �� .mss m w a..ti—I!L NON wr K..--Collar i T. � var. . 1 "% An.Heaete Gr.re 1__ _ Skte To FN 6(Inn)I - WYI Fraw1 all Illlth Annhorino too ,$Y,J'Concrete Stab 4[ wain[Hamot Concrete MOM! [CR.__,.. m>r. ' lir We Unless sMr':w. k wMn CM not I (Bottom SMA Conoco!) • aloe Hug 1 4 PREFORMED CHANNEL WITH REMOVABLE GRATE To Be PYa For To Se Paid for s As Yard warn As t4 Pion YARD DRAINS TRENCH DRAINS " �_ •MIAMI BEACH FLAMINGO PARK �P �12.2.0122 T211 a " t�w= ENagMet MIMIC Cs ref" . 'Im°"� �alrfCaC ,A M / .. DRAINAGE DETAILS rre q Dm MIMEO mink rt IS re %^ M'r. rope annul is era M AV*.•••••••,.../SsotW..•wMriwnlraWay.amlooese 1 its io,-,a..,r-nurwr oo.r.�.�uor .q��M�.nom aa�r..r rr«mN nosy el MIAMI oo�vwm. FLAMINGO PARK w� caw ENOINIEER YpE =atl�o�� If tIme M00110e--41- UG wa r" STORMPMTER POLLUTION F'.,��.m`.`L"1N'o reorot...E wu r • r PREVENTION PLAN NOTES �'YO non or s.rts0 x M �rR rot- Lx/WU 24.90 v.v,i«w �o✓ ..�v�Prow i"✓.n w+.w+w+nwnrm.an 1 i i i i 1 i i i 1 f i 9 3 j 1 1 3 i I 1 1 i I 1 f i IIMIIIOIMIMIIIIIMIIIIIMIIIMIIIIIY _...........-,..., !ITY1111111 ,--- Ai*------ glum III 1 IIIIIIIIIII 4.4' ....T. ....—....,.•.........s........., ..4,—.".....,,- ..........,.......... raaTEFAh=6- 17,4,,ralmr- --...--—. _ — ------— ..— _ [.._ ble,szT.F.amx \ 4 cmammir7i ofirmillif Mil I a B131' .1......z.z.n. _,... .....1,7,4-..z...--.--:.... ' ....... 211M111111111111111111111 .•.,„,.4......., /....„. .,......1......'ME*3 j,........T......1". - _....-_ _,,...—.44..... i ---rf> - IL-9_1-zi ='---------__-----,.- Z.-- :17'...2.7.17.--> .................., .........,.... ............r. ...cr our: wm....•.. _ __ el MIAMI BEACH 0------1--Iff — 0--„:-.:44:1114' v....,.,-..g..a.°4s1r,"15ES' e,r-,--.44.-M44I-4-4:-I4- —Pi's" FLAMINGO PARK ....0( *ow Palms ler MAIM WORKS DEPAIMMIT"".' STORMWATER POLLUTION moms mom sm.nun ratruw• PREVENTION PLAN NOTES sum IIIIILNY lilit re 41 4, 44 44444— m 3/30/2017 &WU III mr.eavtai stesmnow.sm.....................,......n., ) I I I I I I I I 1 I I I 13TH ST. 0 100 200 Feet DL FLAMINGO PARK FROM 12TH ST. EXISTINGACCESS 4 3 A OL FROMPAPARKING LOT O J 1 t CDR 2 3 MAINTEANCE TO PARK DRIVEWAY k-433:14, 2 t'CLC v TO BE MAINTAINED THROUGH THE Q WORKZONE WITH FLAGGERS t 213N � � -,:i. m Ca -, :7:Dr D I h A e::i j rr 1).... D A / CMB. FIRE ® ® - STATION FfFND: ® WORK ZONE CD 4230 42. Ca it D WORK ZONE SIGN gTYPE III BARRICADE ®. 1 i/ A SIGNAL TRAFFIC I —- PEDESTRIAN DETOUR SCDRLT SCOL OL .:�• m , El'45309. _ Co--. 1ce+uK, \ \\\\\\ _� 4 ® \\\ 10TH ST. —3. -1 OS OL OR ED RC \ DETOUR DETOUR END ROAD ED ED DL — — DETOUR CLOSED • a Q Q RAN �,�. c r Wtu 8�[--■ 8 3 Q Q M P. mMIAMIBEACH xO ernN000 FLAMINGO PARK AP ��� DOM 1.13.11Ft'E —eivacEncemacao p���6 ~ llms pIOLW NEOAKW YO��T n ' TRAFFlO CONTROL DETOUR d,z...,°'^t° eeuc -ViiITT am �y ms u M erim w x/� mel ex NST» Mem A',nem., 11 Hrew+irnw SlNHrko•WwmkITMON1i11 V 1 1.-_____l 1_________l 13TH ST. 0 100 200 Feet Y Q a. DA 2 OL 4. 12TH ST..ei+ v� r= ® 1 IZ �� OLICE DR E I ATION :5 1 +- jJ 11 Yl 17TH ST.711,4 Y.,,,r%%%%j An .. g ,1m1, EtLZED 01., JFf,FND• .'� ® ® WORK ZONE DA CO D WORK ZONE SIGN TYPE III BAMICAOF 1 t 1 SfGNSµIMG TRAFFIC �, -- PEDESTRIAN DE(WR SCDR SCDL (al. I:�•, - •;:$•, Da ,Mewl I 10TH ST. 4 DL OR ED RC 11 ROAD QDETOUR �- 1QWIt = Q I O- >. IE 2 WZ Q.NJW U. 9TH ST. ri r/ Ap IAMIAMIBEACH xnoawN000, FLAMINGO PARK ray n" m..waut� PE ENGO.N OF MONO a ROAM . "' TRAFFIC CONTROL DETOUR . `w°^egoomm' A1own n.NeN r ' V � I/.. N/A MS AM No,PAIS a= w~ .v. 3/WDM N.w.N.tN/4.1. 1.. w.•.nw,I.,w•r'w+wpm.ww+.. monm. TRAFFIC CONTROL NOTES: 1.THE CONTRACTOR SHALL NOTIFY THE CITY OF MIAMI BEACH FIRE AND POLICE DEPARTMENT AB HOURS IN ADVANCE OF ALL ROAD CLOSURES. 2.THE CONTRACTOR SHALL MAINTAIN ACCESS OF EMERGENCY VEHICLES,PROPERTY OWNERS,AND TENANTS TO ALL PROPERTIES AT ALL TIMES. 3.THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL FIRE HYDRANTS AT ALL TIMES. A.ARROWS ON THE TCP DENOTE THE DIRECTION OF TRAFFIC ONLY AND DO NOT REFLECT PAVEMENT MARKINGS. 5.TME CONTRACTOR SHALL COORDINATE ON-STREET PARKING WITHIN THE ROAD CLOSED AREA WITH THE CITY OF MIAMI BEACH PARKING DEPARTMENT. 6.THE CONTRACTOR SMALL MAINTAIN ALL SIDEWALKS AND CROSSWALKS ADA COMPLIANT,OR PROVIDE AN ADA COMPLIANT WALKWAY THROUGHOUT THE WORK AREA. 7.PEDESTRIAN AND VEH1OZ ACCESS TO FLAMINGO PARK SHALL BE NAINTAINED TTO FLAMINGO PARK AT ALL TIMES. A FLAGGER SHALL BE PROVIDED TO GUIDE TRAFFIC IN AND OUT OF TME WORK ZONE WHEN THE WORK ZONE IS ACTIVE. H.ALL DETOUR SIGNS SHALL BE CHANNEL MOUNTED IN A VISIBLE LOCATION THAT DOES NOT BLOCK SIDEWALKS OR PARKING. 9.THE CONTRACTOR SHALL COORDINATE WITH MIAMI-DADE COUNTY PUBLIC SCHOOL TRANSIT ROUTES WITHIN CORRIDOR. 10.AS DETERMINED BY THE ENGINEER IN THE FIELD THE CONTRACTOR SHALL USE FLAGGERS OR TRAFFIC CONTROL OFFICERS TO EXPEDITE TRAFFIC THROUGH THE MIORK ZONE. Re Mom lb MIAMI APB°-=�Y�'°�W `. .` NM/2017 w�. , FLAMINGO PARK FlEIIC MERE DEPARTMENT TRAFFIC CONTROL DETOUR ' " Kam an 1 _Ye N.e SZO a� RLR M M...s mroias ww+rr MOO II M.Msrrrge AM.MeMITOTLOeIA• WATER VAIN PLANS � m FLAMINGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH! RFP NO.:2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS MIAMI BEACH i `,.�.„,n '..,„„rit ..,_ PUBLIC WORKS DEPARTMENT HIGHWAY IMPROVEMENTS ,_-'' i FLAMINGO PARK NEIGHBORHOOD hal - 1 PROPOSED 8" WATER MAIN ALONG 1 1 th STREET `S0I7..: (FROM EAST OF ALTON RD. TO WEST OF JEFFERSON AVE. AND FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) WY WV LOCATION OF PROJECT PROJECT LOCATION $1 ' I 811 �°= 7^ OHO ERE! 111111111== a -.Jr lIlllll CITY OF MIAMI BEACH —'1 1= '_'I IIINDEX OF DRAWINGS MAYOR: PHILIP LEVINE — .. 00 Ma pi I',i 11 SHEET NO. SHEET DESCRIPTION COMMISSIONERS: RICKY ARRIOLA — "- ,JJrrl KEY SHEET MICHAEL GRIECO If_ L A''1 '-14- 11 2 GENERAL NOTES&LEGEND JOY MALAKOFF — -`� — �I'1 MICKY STEINBERG __ --_ _ ' 11 3-JJ PLAN&PROFILE KRISTEN ROSEN GONZALEZ —'— ®� 111 /p DETAILS JOHN ELIZABETH ALEMAN --1-- _ _ CITY MANAGER: JIMMY L. MORALES 1 _-11_ U_—U_—U= IO1�1 CITY ATTORNEY: RAUL J.AGUILA —— ASSISTANT CITY MANAGER/ 1 UU_U___ // al DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. CITY ENGINEER: BRUCE A. MOWRY. Ph.D., P.E. LOCATION MAP N.T.S. A � MP ConsuPong Transportation Eng:r ,:r 7:TT DMSI �+* 10305 Nt. 41 Stree4 Suite 115 /j�Y{'1�"`,,, I Mkunl,FL33178 (305)592-7283/fox:(305)593-1594 Vendor No.:85-0770583 CA No.:E13-0007797 ,i.FNEN AL NO,tO: GENERAL NOTES' CFI,RAL NO,'_5 GENERAL NOTES .x+.:v..n...v...:.z.nm,..e .. .a.m4rs1mac e... .^.pe°J:•sr.a ...�....�x...a.x<...�.®gp v ,.......,...,.t..�..<....�...�o..x �:.:i'a'Pi u�.w�.e...�....m..a......amo T.„, IM GENERAL NOTES IGNta N1b 0' �','I I_1 GENERAL NOTES 10Nte0............,....;1_:1T ,_r GBIERLNOTES IGN1E ,Y� Ij�` GENERAL NOTES �... 1 ;ERR NOTES ON'NATER-SEWER INSTALLATION: ADDITIONAL DERV NOTES ON VWIRR4E se INSTALLATION: ENGINEER'S NOTES: z-zz :77:71,1-11,.n. wxxne.z x...a nernrx�.nne..w.ownre.x..a ..na m.o . =as x4.=.g1vm v emmu.mn = _ r 1 rc�wv..0 s�nP.v®ow>o...s......xa o ©® .ow...cvxomo..wa.o . vo �m�® wv r.a..a..va ...w..wax...a .ue..wa...wn.roDer •'"r�.cm.�-an_.osn.ess.m¢ zun..-......v.o. _ � I® ril pl.r.wrvnor.wwv. M0®. _ __a .o.wuwn..aa.�.cnxssar. ,.�=®^teal—u.. y-� a..,nrmn-m.,. onar worvum�rt..s.r�e.ou.�m..x:rtn..u5 m.rm HI0®®"""'� i'j`� I -.I--.I` GERM NOTES ITN 1e 0......•..... .1 k1FNGNEERSNOTES IGN1f °"...--•,--”2,-,-"'-. A SYMBOLS ION. •MIAMI BEACH .o eal000. FLAMINGO PARK -AP � Nc n 14.11meMN1 �N Malmenvoma Wirer n GENERAL NOTES S LEGEND .w.»mr <,..,.......,.......„,,,„ewe R Mk��"YF. »N a,. 3/11/II z Dm., n>.... anis» 2,.30........../.1 1"11•10418•11 Stmt.*rnInxN.w...w.w. i•• OI i 11 BEGIN PROJECT CUT AND PLUG EXIST.7 LINE 11TH STREET ---4-I ..... H 44 2 PROP.e D.I.W.M. STA.10+00.77 PROP.7 NJ.SOLID SLEEVE : 0 . 0 q- OFFSET 8.84'RT ----7PROP.IT Ma.G.V. 41 'i •.,/ \ T.. PROP.r-4.7 NJ.BEND PROP.e-47 NJ. ,i../ • • ', IVVI LINE - \' ,- •-GI 1 , Nk,x; .1 1 ,. 0 5 20 • -Z-.-----,;---- . ..._ . a'---14'-i. ..',- 8',#"` ••----- - G GPoet 5 --;?-,r--[•" / 5 5--- -- •-5,-6 • : k G 7 GM G .1 5 -- ----5 5 1 -06i - • • , 0 PRO/..71.47r145j. fl'. . \___ '' 5 AP'Ari00110 5 's 5 S 5 , 5 $ 5;:•t,, .a . 1 MP.37 sw o •f3 33, r vim , %, . N- I NUI z 11 PROP.r JI.Witii: L..1 -•-;,,--7.'-‘N .....-s PROP.1.5•Fr CORP.sroq :[•'‹ TO CONNER -,, EXLS3'.TMRVICE _ - XE a:-,,5- 5.60 4 NE..... ..4,01E-i 6 — -77-GOW-- -7-- - 1 \IC Tur worq-DiO,YMBF.1.74:-.7" -Urr' - OE 'a ; 'TAM.(2)r 45 NJ BEND •F2fl:RID SLEEVE 2 7 ----1 PROP.(2)2,47 BENDS F. LINE -- PROP.T UNION I , •,x 1_,I ' P:. M. PO . •I N. ... CUT AND PLUG EXIST.LME • . . : • . . . • , . . . • ' [ [ ' i__1___, ' : 1 , • , ; [ [ i ' 7 , : ,' : 4- ,---+--, SCALE:I"-20$0012. ' f -f-- f ' '.---4- ! ! ' ".•-! • ! • , . . i ! 'f ! ! '- ' ' ' 3. f wpm: , : i i : • ; , ! - : : : : , :- , : 4 E GROUND ! ! 4 . , : : • : : : : : : : j., I-----i-- : [- PROP.GRADE i - : : : : : : ; : : ' : : •t , , : : , i : : t : i-4-4 ! i 4 ' -',—,-- i • * .I TOP.EL(-)I.00 • : , ' ! [ ' 0 CONPNVgi•iirg1174•19.T IEMIAZT 0 -p.bo ' PROP.8°O.I.W.M.'-v , ,-\4 • : P" : -`,.. -,,-- , III 1 I ' PROP2'SW i i t : MOP rrNJ. n' YE 0,,, -4 pw-3 60 ' , [ '-- 11 PROp.(2 1 8-4"'LI.ITNDS , [fill E5innrc5g . . , , PROP.r NJ.GV.T i - i i----I" 1:-,-.;,,,,... , . .I COMEDOZ I i r41-1---T ; PROP.ip ICJ 501JD-SLEEVE-------t-- - i r•iivi 1 iti irmiv t i•- ! i 1-4-i---H- - 4 4 : - ; -4 _4_'; 'Egr.A4L4"`"*D if,* _MiIIIIIIIIRTx 1 Dill iiMillazo -8 ! : IT I ' l l , : 10- i) I I I jril 11 , 1 , , 1101I 111TIVin ., NEWOCI.01. EOM.,oF RE.._...o.... • el MIAMI BEACH \IF FLAMINGO PARK01.Airmy a...0M.cm...Joan bloom. ...........a. f. poop,.....-"-var.-- ......r., ER!........"' OM.. 1...E.334 ...... Millie WORKS orrrimmarr^'. PLAN&PROFILE .7„ ..i.„‘.:...."c.,.................,.....,........ -009336.11.411.. I of.o. ./, Pop,f'/ Itus Com_Ma- ............r.• .10,FF fora,mom MIMI MM.O. 3/f 7, ohoot 3 of 12 v,... o...._, M.O. .5117 2.151.1 MI 711*.Wrooms.0111 II 5.0413510..........11.nc• 11TH STREET NW LINE ODl 1 -A Ml _ _ --- _— _ 1 G. ._ . G G Q.•- -G G jPGM G N Feet -_'r.7--3 S y1r ----5---_r S ,_..�.r�.�.--- S _.5 _« .A.'Y r S- -..�_S 2P SM' "- .2 0 5 20 d 5 .�.... S. SAJ1- S 5 _--. ..---5._. s "- 5 i 5- ...5 5 -5-- -.y. -. L] s._.....__.-5- 7P swv.. -5-. .....__-5..___.12..5..... k,0 5. 2r sal. .-... 13 ��„-_� Lu _'S i , , .SBaNDONFa, , .!�i . ,ABANDO EO ,. 1 -1 W ? ' 1• PROP.5B'SW ::'ACM; ill" PROP.3P SW PROPEE PROP.6"NT NJ.G.V. = I /W. W - — yROI.//9rS CORP STOP PW.N W M ® • 0 - `- _ ___U I- EX CONNE E 70 (TO BE RE`�OVED) F- «. .. EXIST.S SERVICE PROP.8'D.I.W ` REINED F PROP(2)P- - `b.S RO BE — PROP.(4)P-22S SENDS d4 M./.BEND h � C -5 e, _ .__ P ' _ y: _ __.----T-„------- -.._ _ _��� _-�LBI - OEMT if ._J --l-NBT CIO'AND` " PROP.706-ICJ.TEE v ,1 EXIST.EINE _ __ 'i.= 'Cr 1r ___1_ T -- PROP.(2)5-14 BENW PROP.6-N.J.GV ..,�At g -_ —--•-..___gdLg PRO/.S UNION €___ ..- Y � v✓ / PROP 6--OS BEND y -` / Q PROP.it sw u PROP.IS SW CUT 6 PLUG EXIST.LIN '.I I x .4 111-� I PROI.fN. R/W UNEJ PROPROP.P M.J.6.V. ' • C - ill 1 I PROP.P N.J.SOLID SLEEV I II.1 WC Di H i' • P ♦V RT i ;.__'r• — '-_.- _J_ PROP.GRADE--. _ « '7— d d PRIP.I.4x7 CORP AOP TO t EXIST.GRG UND� • 4 1- L I 4 . _. CONNECT TO EXIST T S:RVLCE "IF T.O.P.EL.0.70 PROP. BN D.I.W.M. T DP EL 0.7*�P.PxP NJ.-TEE G� v EL 071 OI EL.1 0 70 �QI 0 0 TOP EL()100 -. i .0.P.EL(-1/.00 _. //�//J PROP.(2)P-14!Cf-J - (� PROP.(d)P�22�9'Y -_.. T=-.II+ • { « : �PROP IC]M_ OP P+P N., i✓W✓ ,/ -IJ Pa r TEE PROP.07 SN __ M.J.BINDS _ • INV NV 3.)J -i rdzYmoi I REST.ALC' A ._ r-. .-ti .�i-4 -- a -. __ : - __ I ---_- '_.TIr I � 11,-00 I 12-00 :8.. I 03100 fi 1111DR l'77mm MIAMI BEACH NEIGHBOR°�o FLAMItlOLMPoE RM. 01.0101!"'"".� °�e _il 1344•=l01.11.010— e,W. .. ,,, . „ „ " 1.11.11._,/, C. ... e_x MI�m1Q a O� PLAN i PROFILE R�, 111.61.1.WR q orae „,,n, Poe mem rsn A MI...r.y..N..r,N..ks,.uq.Wl....u1.....NM. I 4 Italliffiltiallinitalligliall . • PROP.r NJ.SOLID SLEEVE 4, PROP.r N.4.sm. mem r-4r NJ.BEND 11TH STREET PROP r-4?NJ.BEND .„„..-CUT AND PLUG EXIST.N'LINE 3 •BJ 67 RAN LINE _.__ — _ -0 0 5 20 0—= 69 7"..., :ii.3= --:-:.tL7:=1:Zit=.=-t;tr;17:-__ — — ---- `-L. :- :7-:: ::::::.7;T.7:7; F44e 1 G O 6 : . ,677 • 0 , .; s _ 5 5 s tel 5..t FROP-24r-SAN-371FPR it tr,k ,,,Aal,,,,,,,,n. 7 PROP.r D.I.W.M. tli 3 15 N .s , . ,..LA, 5 , ,5 5 s 4.--L 1 5 1 41 ' PROP.36.SW i j z 4, 41 PROP.36.SIX PROPI30 SW PRO,0x01,11i-,,,...._ • _______, z . __ _ ,,,t !,. _ .. Fn§ Eeoy ,,,, i . u °N- aa;"CORP"" . oR.ov cq,np CO , EXIST 2'SERVICE _=_JULASTEED1-\\ .. i-.. ....K..,- ,:',) .., PROP(2)2.45.BENDS "As i;;14-1,1,1E,raff,--\4.7_::: • A • .\--POOP.I:UNION 1 ---4. _ -i___ DUC • PROP.12'SW , i POPOLPrjr,r4--41*BEND \--CUT&PLUG EXIST.LINE RI,LINE PROP O.-OS BENO vaop.e MJ.GA/ r.;;c!' PROP.0 N.J.SOLID SLEEVE 4 I : ' ; ' T -4-- -- 041.10 0 w 20 NONE. ! ! I I I I 1 , • . : ! ; I r..4 VERT. _irr .1t-"t. - ii . iHt : -ri i 1 . . - - , i , , 1 , 11 i , 4— i 4- -, --r---- ,4 - 1 14-4 : : t ! : t !-H- ---?ROP..GRADE- -4- ! 1 -----4-- --ver 1,- : 1 I 4- I 0 • 1 , . : : : ' I i '. ! : . . . . . . . . . . - ! ' . : H ' i ! : ElaST.GROUND-\, . : ; • , , • : , • • , . --t- -;-- i 1 I mr : L 1 ____ :-- -,-• ,-- - ---------,-------------7- - . -': -;-4. : , --i-- : ; I t . 4 STOP _. _, CONNECT 10 EXIST.?SERVICE : ! ,,a:-T4.P.:Nx.3v./i v.Vcro.7 : :'-1— r.0:f.EL#4\ , / 4 : rer • : : 01 1 : 0 . ' . i .• j 1 1 1 N-0I WM 1- pRop 87 D.L.W.M ;•• • • • • r.o.p.;-?!.if • : , : .---1---t : : : --;•—!----r- . • . ! : • • t -4 4-4,--: , • ; ; iii ! ! : _;_ . , ± : : -!-- !!! i .1 • • ! • ; • ; . , ; 1- : • : ; i 1! i : i! ; • ()/--PyP.11,451,1 ! ! '! ! • ! i 1 ! ! :(1°-i'N.P'-}1;SW;-' - --- 1 : : . ^r . . . . : , : . . , Ill 10.00113lin . mm C7erip : ! : ! : o,,,,,4:--iAti. . .4 .,__4 I : -4----4 I_ .iiirl I 1111I'VET . : 1- i 1 , : : . 4 . -4 4-4- i11111111/fan , : : ' Ht 4--H 4 4 T Dill ilujiirtpun ,,, i - .14-06 : 15-00 ! ! ! ! 1 1 i 1 i i.....,i I 1111111T1/117 , 11100.18CRHOGO: BoolIEEROiREONO moweefICCPMCanik . IfT:1'-'''''''''.:' 'H--':-A'(-1-1 FLAMINGO PARK AII,Con..12,.......pityavoIalft Aar,.L mamas ...N.,....,,,, 1.11511.11.1,1•0347 ,,.koliqr,„.C.,X.Mr:••.....1.14 ...,,,,,,, ...77::.....ra...., •••••••••• PUS1JC WORKS DEPART'S 61A111151WWW111 1 Norma-WA- Pm•_50- wow.. Ni., ,..........................Ammus PLAN A PROFILE ••EMns, ....e ..men .... miss nes•RI•ex ../31,20/7- 2.0.0 PR 1,1sealc,Proposar.111.11 Stme-ArawYny•roolomanwanutortinvirate ow.ma, . • I �E 11TH STREET _ __ ® --._- -. _ __ fo e s 20 0 - _o 5— F - s „1T 5::.:.: : -PRQP.r..R.l.W.Af-.zr s._::5 5 ... _ PROP.SA SAN.SEWER Y` t __._ i�'Y`. ( 17 PROP 21 SAN.0OWER 18 d a� PRO 36'SW Y ' PROP 36' S. 5-'IItlI:X'FN"S S 9 Agin rt 5 h 16 _ W Z 7 W _ V _-- PROP.B"OI W M. ;. �� � =+ 4 (=jW (i0 BE R2w4VE01. •r ,,y.. W EXIST FH / y— .W N � y...Irl }� p U _.. ` PROM.Cam NJ E _1– (r0 BE REMOVED) -_Q I� — OE l •ROP.(4)8.IS N.J.BEND Fi : d, n __ 3: h _-_PROP.F.H. G ��{,�-�r'��E ' ° '' Imo: P�*I ,i' I� UW I __.. T'— ---+—.- .. SCALE:r 10 MORLZ. -. .._' _. -.. PROP.GRADE ~... �.. ,-.. 4 4 .-.-. EXIST.GROUND T.O.P.EL OJ9 ,,+ PROP(1/R'OP M.J. \1t.BENDS T.O.P.EL 0.74f-TOP C.74P - TOP.EL O•74 f,0/EL 0J4 /�iG_TP. L O]/ PROR.( r/A NJ,RENDS '--E�fSrR"J, T.O P-0.49 PROP PROP lxE N J.TEE T0P 2-T DUTr 0 Da.W.M. 1•• - O.OJ!-049' - I 1✓ P P_2 6 W `� VRVP SAz3 __.—T --_... 8'WN - wwwuw H--- 4,- , . _ — _ + '1111111® m _ . 1 L– _ 11111111#/0 _1 ❑ 11I1m111(j a 76-00 17-00 mmmf]m IMMEMOFIMMM, ,um a MEMO. • ROY* veneamooFLAMINGO PARK iee.- �,^ -m wn.wmc awn-moms 18+00 i .aw ' Ap PVMUC wonl0 ospar MLIR . „,c��arr.,eoea mum.Yewr.n ,a = rSJA_ wr_NG_ PUN B PROFILE I' �c _ n7nx r..r.M.: 3/31/2017 x+r.rr IN.ra.,...r Props.=N srw+i..0 r MO•PNOtor wr.:.. E .6 PROP.S M.J.SOLID SLEEVE ' • Z PROP.S M.J.G.V. 11TH STREET ' L • 3 PROP.F-/S MJ BEND CUT AND PLUG EXIST.6-enrE. PROP C-/S MJ.BEND 3 (__ __-__ -------- — -. 30-FM - .._ P ry' r � ...,am ..r 0 5 20 Feet $ 26'SRN 5 C - ' n$E 8 f d79. t,S -- ---_g" -'S S ' - si-. ,y - •S. h PA4A2t_fN4„SEWER - IC SAN - .J ✓ti .. s.t.I✓ ✓{ s .2r FAN s s s Pi4,4,4, s '' LL PROP 3P FM S S 3C FM . .✓,..XlI,L .1 3.9.FM ;F J PROP.3S SW PROP 39 SW .?�• .. y'P.'j u ► x '°� W .A _ s �,l/ 00 I ✓t�irrrs✓rDr✓✓374,✓.0`,AP S -,�-„ \ - �y� -- w 6•wM W_ Pe$2.4///,4,i,!}✓,✓✓✓t rxxii P4,✓ii 8,fE I I 'i' • t : 11TH STREET 11 \\ �.. - ; ` " _— — — 03 Feet 1.7F r. ! - , Sr FM I' N I \ 1� -:}'5 5 :r SAS 5 5- - 5 -II _-- t + ,+ 5'y ' �PROP.,N.J.SOLID SLEEVE W G. 1 LI! Jf//s,/[�/��!flO r N.J.05 2 S d!'SAN •/ ....I fi J, S`_,.. ]r S � ,e,„.:4, TROP.(lf r/4 M.J.BEND J ' DE - , YE OE B 1,i- ..� m,< t 1 QBE BE JE. s. E \ LE OE 0 I (��f Q I :I! CUF&PLUG EXIST.LINE 11 l'ji N PROP.r DJ.W.M. II '�B: 9.9. 1 ; 6 � I I Hill: W + II 1 li 11:16 4 , f i- ,---,,-;-: t--•_ i-- - _ _ . f-: -- _.. STALE:1.-10 xORIZ,i-- .- -- : : 1,-- 1 - -- - - - -- - ' P - • _ ROP.XGRAD�� z z� • TOP H. . y r— . f 1• 1 i! 1 -4- ! 4----;"" 1- ii ! t ----�- ---.-�— _ i _l - PROP.!al r u MI.BEN.' _ _ __ _- I -_4_ i PROP r N.J.GV. I 1 1 f __. -1-1-1---r--r i....._. _ --_ PROP.r N.J-SLLIO SLEEVE t_-. i I �I ___ 1 CI 11 Iml Im(� _ - _ 49-00 _ , _. l TfT r11m m m��i l/\I V`I BEACH '10-18.01ix000. FLAMINGO PARK ��NN� �..”.1.Tmwww on�r�c Leo.wsORMOIC WC rePPM MIMANt ISKINEERNIECORI=ess usaa ; MIND 1dWOW 004RMlMT" - r piMB_p�r�'ar areo®ewMawwr, milwi un. iiMMM re'/ .a.e...R . awry PIAN 6 PROFILE .vac xe�an ..........WIC 1/:,/ - mar.. 3131/2011 zein IR 1,..1..a1a1/.all 1 Rr.w_rr...I NNR:vnwwNP4SNINY r NN.now _. 'III ,i Z. III, v ; JI: iii: I1 PROP.B' NJ.SOLJD SLEEVE 11. ij t PROP.B'N.J.G.V. 111 If - J y '�Lcy,:RM;Aj,PLL, PROP.B'-S MJ.BEND S' '1 f C [Ur AND PWG EXIST.6'LINE 11TH STREET �� Zat k �l PROP.B' °S M.J.BEND A _...--4,,,..." x W moo, '-" 4t f ti 3 0 er \ ar I&- �T eT O Or sr: I4 J yY �'Y makco 0 0 S 20 +i -. F g1 \.N s t .- 3'-" Ar NJ/EMD Iwl . PROP.319'sw } PROP.sr Ar 51 Pele py_ '' MEN ) PROP 36'so tC _ S y .- :. ...S..- -.v!!'S-. - --- S'-. --.- S - -� - -'S--..IB'SAM S S i r,f,; iw-i I®S.-.. I_.IS/1 F-. 2 CRSSB'XS NJ.IgF PROP r Di.W.M. .L",Fiwr�' 12'REDUCER - -,..,..,--- „t to P.CN.J.G.Y. 4 -_ { -. - .- _.— ` N _- YV, B'N.J.TEE�. ,r -.- .. 2 Z Md•WM H --w _ - a _: - r -1.1 W NOWA RENOVEdI W ' J_* �'_Q Z: OE. OF 3 JE OF - dE ..0E -- OE - ! � i v }� 'Yri �cl f ; 9 o Ti y. PROP 12'SW PROP.1}SN �' `i 0' Z F�f( i _ PROP.r- E REND 11 1 i it I it CUT&PLUG EXIST.LINE Iqq' F PROP.e'-°S BEND ( U II PROP.r M.J.G.V. IY1 PROP.d N.J.SOLID SLEEVE ! N I Z III .3 III W� II III I•11 SCALE -2DEDT. 1'-OVERT. El -__ LIORIZ .-EXIST,-GROUND --._ _ T '. ..- PPNQP.G: ,.E_.._— IIINIO.P.EL 060 --. +-- 111EOPEL0.60 T.OP EL O... �_ T.O.PE 060 0 immmomt ns— I- �1i1! o 11 PROP.PP6'N. } -. 1 CROSS PROP B'+ N.TEE 1111 mAmQI�Q] M� ■n11111111#i//m -0 IMMO __ lilti .-. loniiiimeirierp m<tTIII1111nmmL Jo td �� ___ 1I"1111111 II I46- I�W71u� IDM AMI BEACH FLAMINGO PARK AP vllO�ltltltl_IMIMIM... "„ name woe=emumierr'"-E �” w=4.a 1= tom PIAN&PROFILE w... MIps . or V., - .v.rP 3/3.11 25401 PR P.on.N UR ILSs'N°II R.w1+N.wJ.NDW Mr IMIII Rwo.II.M. . . I .. .. 1 32 1 4, 11TH STREET .'-.- pROP.6' N.J.SOLID SLEEVE L : - 0 cz. _ PROP.6"N.J.G.E. ci 0 5 20 5;.`":_7 ---- — = -L--6"=:-.-,t-7... 17 --.1=..._==== : - - -- 114P0i,,,,:r;,,,.1?7,,,,.7.i= GETI .-1.-. '''''' -' PROP.6'-45.N.J.BEND .1 Foot Les O 6 O .., ' "5,' ' 1.•• PROP.36.sw --58 PROP.36"SW .'''• 54— PROP.3C SW 2 64 62'SAN 5• 5 5- S - , PROP 8,46.RI TEE CUT&REMOVE EXIST.UNE s ,,...5 CUT&REMOVE EXIST.UNE .... PROP.fi"0.1.W.M. PROP 8Ax6A 0.1.CROSS ' _._ S - 5 ...A -..„...--,.. . clamx . '-- - ifcrolcAL DUCT AA`, '-- Z PROI f5.2 ,..CORP..$7,70--—- 1-2 1 4 ---Th'1.:\\,:s„ . , . i ENIST.2"SERVICE 6 __ -AV 1. _.2 - ...4 , /ICIP 1V6S6.-.. ' er _ . ____ z z _E t _..\<,140P 6"N.!:0;E,.., OE '''E '2-06 . _ kS.. PROP,P7";1021I6.'4"Nba , , PROP.F.H. 7i " PROP.e-45.REND PROP.I?SAI*- PROP. 2.' SW .ib. ' POT.c;,..1.5.G.V." •14,4,44, PROP.6'14.J.SOLID SLEEVE PROP.r-4.4 BEND . , CUT 6,REMOVE EXIST.LINE ST `2 '''...t, . PPWR:P 6' ;415.G.f."D %A,' .Z PROP.6'N.J.SCUD SLEEVE 6 1.. SCALE:V $.7 MOR/Z. ' 1 , EXIST.Gii-1:vf". EX1fT.GROUND- PROPifRAID:ji -- 4 PROP.1,42"CORP.TOP TO .K. CONNECT TO EXIST.2!ERVICE T.0 P EL.0.60 T 0 1 60 -\\i zT.O.P.EL.0 60 I/- -A +----- - - 0j 0 -`-PROP 11-46"11J.TEE 1 t I I . . PROP;1246°[TEE \ — . \-PAS'S"'Rd , PROP.8'0.1.W.M. -4 TV EMUE171, =I ipillwiirn iS,-.11111111re .1rti . 111111inkai ID lifialtruz -B 53-00 54,-00 Turn NEIGHB0.000 AP M.Tra.,2•0.1,,,,,,,,,,,,,,....,,,,,,,,,,g. E'''''''''' ..... .'...... : FYI. ApNH el AA AMI BEACH FIAMINGO PARK marAralbring omEcropc eaccomirmr, ........, ,......,LP....' ...,,,,,,,..„.. 4111.1.11111JC ,--AL,- .........•••••••••••••exnas RAN 8.PROFILE sc.E ..... oak OM MINION vow.. 3/31,017 31%12 IN Asreowmar n000se,Ail 11 Hree-floNnparve0A0Aeea,utamossimur NW ft. / llI 17 i II 11TH STREET IIBEGIN PROJECT / li III11 PROP.8-D.I.W.M. 111 5TA 55+22.24 u / II L.1 II OFFSET 15.62'RT If X k o® 4 � N G 0-_.. 0 ..0. 0 m .... 0 .. ...O..C'GAS 6... _..-... 0.._..-_..--.0 k .. d_ 55 PROP.36'SW � S1I .i 56 d ul W PROP.8'0.1.W.M. Z 25 ..5... 1T SAM S-.... ....5- $ ,`g5-LT SANS. .1 I h W W \yY W ....W...._.... .W 8'WN `W W —,... W..-.........W W WW. — h _ _ = 1t \\ 4 / 4 a Q Z -BFO Ig.O- �� ... .BED BFO --....__-_BFO_/. �\ 2/, ') e, /0X t P PN0P(2 ESR E'MJ.BEND //I C� i, , —., )EE // /1/ h II ,ii CUT& MOVE EXIST.LINE / ,�I Q 11 I 11/ iii lr; _ 'I_- _ �.—.-. : --- L..'., _ _.-. SCALE:1'=10 110112. I'-P VERT. • EXIST. GROUND - — - - - '-- t 4 ..y r Y T.O.V.EL 060 -- j PROP t N.1.SOLID 51FVF .—._ - - 0 \\_c\,\_. _3 I- I— —;--i t t- i a PROP.B'MJ G.t :._. T PROPPR8 (D! W w.l.eExo ..._ i—_ l — _._ m�mmOm/p1�m _that: '- • t_-. . -. ■ Illlllil�lm r ;— ❑ Inlmli3O _B 55-04 . '-.- - 56-00 11 II m1nm!„ , elMIAMI BEACH APB"m-a... ... ...., anomie � . M.. EINYIBO•Rwc a�wwae,a •V. WOMB OY nu. PLANT PROFILE - FEC:,; mre,u..7., ..,,.: . , ,. .s"i" �..� eo.s x/" DAM _______-----yrx...r. ,. „,-,-,,,---%.z- ....usz. ik ,-"---- r-' . ":„_.Igire4 6`="4-`'‘‘,—- Erirr=, " 741" —- .• -,,_„,.. '.‘ --1-1- 1 “.""Zi4.41Ajl:t4 E. !MR EF"v"--:1111,714% LIfe;;T"n-j 1_ FirazFrAr , 1 I ."..pm" ,. - i --,--- - 4- 1 t i I -— -..=.7.,,,E,417:„„.--4 •matt-.-....-.--- 7:1:24,,i,-,.- i _-t-- , e as r•::••:,,,-.__ ,-._._ E....a,...1.7,--- • , __.,_,,.., ......., 7-..s.,....,,,,... ,;,%-„,•=r;,-.,.4.1 ...:=:=----- _, ,,,Tyv-,u;•,s,-,;:r7,717:::::::::Ruta.. ,-,-------- -- 0 - I—i= o....,..,....____[:11tr,STsts'IsEsi e [---1,11-.TE T.1111=„171,1;s1.11SES4 ....r..,,,,,.....,—..- • EIMIED5c,.52.N CMOIVE .42. q'Ans I, I, i ‘.. ab.L I.... _ ,,,• .., .., g ,\. :•••••1 J..'11 ) ---------- .. at. RMINAPattO OR S. .A.N. S.-... W.I. N., ". ,N, ' TO NJ.FIRE NVORANI IN A LOGAN.?MERE NUE S NOT A ,----, , 3 THE Mel.FROM TAE NZ TO-NE CENTER Of FRE HVORANT 1,,lili,MEN.CU T(MALI A 9,14 AL T RES TOR A T OS 7.r )zsr. .r. ''.,Z1 nZA'0';',1""''. Rp.:1361.1,...01,1L2.12. ......-...........,... _..,.- ... .'..1.-.-.. —..................,....--.-...- 41:11: 77Z6•7•Z'16E" 0,.... 1E 4..7.7,4:4=. IN2?:' k,.._•.... 1:H'...=nroLe -..---- IDIONIOIRORRECO10 mamma,111.MX .i MP. CA%AMI BEACH FLAMINGO PARK AAP ecnArerr........on•mehonet&MIL YORAM • Alp ftlbenowenilon .............. i ••••••••••=x 'MI' PUNUC WORICS DEPARTMENT111-1. Ent.....,,,X....-1..aivedosaat eax.,......,.....,.... work 2ith_ r...,../ weft". . 3/24/2012 2...III III 1,6.1.Propos•IVI.II Seree-ii..•NensfternesISMIEWAI•rof II•laVIII SANITARY SEWER PLANS n = z FLAMINGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH RFP NO..2016-20^-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS e MIAMI BEACHt ;yti ,, PUBLIC WORKS DEPARTMENT 1 ,� _ HIGHWAY IMPROVEMENTS ....`, 41IF 1«„ FLAMINGO PARK NEIGHBORHOOD "4 t� � i PROPOSED SANITARY SEWER IMPROVEMENTS ALONG 1 1 th STREET `S! • ^,'' (FROM EAST OF ALTON RD. TO WEST OF JEFFERSON AVE. AND FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) LOCATION OF PROJECT PROJECT LOCATION vorem LAW L9 3 �II I M maolnikakon E EF'Ii •t----'L- r -w' ., . J CITY OF MIAMI BEACH �__—� r ,I INDEX OF DRAW/NGS 1 40- MAYOR: PHILIP LEVINE __-'1 &_Lie 5 nu. // �� J([II IJ SHEET NO. SHEET DESCRIPTION COMMISSIONERS: RICKY ARRIOLA MICHAEL GRIECO I KEY SHEET JOY AELAGRIE t n n 2 GENERAL NOTES&LEGEND MICKY STEINBERG h In �f r7-77 , 3-// PLAN&PROF/(E KRISTEN ROSEN GONZALEZ -- y JOHN ELIZABETH ALEMAN --,1_ 1___j_-.I- I 3 ,Te I,s I 12 DETAILS CITYL.MANAGER: JIMMY MORALES Ji CITY ATTORNEY: RAUL J.AGUILA � _ == ASSISTANT CITY MANAGER/ \!_,_ p n-_- UU T n /I 1I7 DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. ,-„-, I lJ CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. LOCATION MAP N.T.SFli. ABP C" sLCtlnp Twnspolmtion q E&P Cons Corporation [7J1� �,.,. 10905 N.W.41 Shad,Sone 115 .)1'Y < MO5) FL 99175 Vendor No.?65.0770far 5 59&1594 83 CA No.:Eo.0007797 ,L!ItHAL Bur/S: M,LERAi NOTES *.FNTPAL NOES: .o:.-x:.:.m... - za•,-...........w.nx =1.1"i .....1%.,=0"..='=" mmww - gym.mcnev .x..M a rof.....:.«..w... '"o�.m..vr..mn.u.., .eo®ww..rw...uoawe "faS3�w.T�""'"" .7 a m..«~ 15=';`7==mrw wv:a:..v.w w.num:o '='a':v' "'m . we ® ^a.....0 mun Ai .r ., ..w.......via. .a...m:.....u..7am v,_�l_ j. GENERAL NOTES IGN. 6.-_ IG,,,,!, N1c o ._ e _..--l._ II,- - .. � � ���1 l-� GErvEPe.L NOTES lG _ __l-. l� GENERA.ROTES WNttl _ :'.:v'n- -':f lE INSinI LATNY:_ ...II• .,.. .:...EEFc�piF'. - SYMBOLS 5.'1,517.2-12%-:11"-7,:;7.:::F1%.72,114"-nAcaE.�u:� a ,.7..x.,.,4.1..,. .._...,... v....�.._,....,.a�...,® MFiPT..�Nm 4: .....:m....,....."......,.,�.....�.. - .. 4444.. ■fFlf"-T-7. • .. 4...4x4.,. ..........m. ...a........... ......,,...,..,....,..... «...........:a... vialpi�w E.--.1 ,71.:0.,..-.4., ,:........: ....,... —..:.....----.-.,.....4444 PI= 0.,,�_—....ALTA- DERN NOTES leNta if____l (.-1...ENGINEERS NOTES I.N. ....,_ - SYMBGLS MIMES FLAMINGO PARK /li�S.v .6.5 m+.egn �wesarn�s s. arvm�x wl¢w.v..r Pnu -LgpOlwep ww` =0 GENERAL NOTES 8LEGEND ...rim, 3/242017igenA .T iW 1 .i. ems 2 ow.IJ/II JA..nO1J N JbWl.lw BOWNISOLMONYMMBOV.MMJ UM, L I j 1 g 1 L 9 5 L l 1 1 1 1 i 1 1 II III 1 o OC • ..1 EXIST.SANITARY MANHOLE 2 1.1 Iii ITO REMAIN) •p /N01.CONS JOIN((COLLAR) 1-1 PROP. Q \ — H\� �F -- 4 - 1 .99 riff..H.21.1-1 _.-..-57- 6/ V G ,. � \'� . i ---.--c �\� 6i i. G — OF rz C900 P.N.S. 0 5 20 55 - �y.�-�P— u �3 . ...40,1 O-. - -. R G G dGNG x.} FeN ?: 3 ld SAN : q ...-- g• 5.:. ...5 Tf}pt -VIilma‘.— A*1111...1111kd o� 5 10 ..-,S -_ '-PROP.ST SEWER 5. g 5 .S.AR2AND0NE0S 5q .Sv s - W 11TH STREET m / ` Q A' 0- - .. W. .-.P.NM__.p - 0 y.............-y....-._. ..1y .. wd-Mr \--w Y1-_.--3.V `PROP.MATER MAIN F G p�3 - -7-==,._.. ..-7-- ,-,,,•1 _._ -:.G...-. OE':--C.- A-q.4 • OE /� / ....G ..:- G . - .00P- OE. -.._..--FOE--.-... OE.._ .6E_..� 0 1 cc %\ l/ ( i .__• — I • .. -. _._ - { __j. PROP.GRADE N-_ EXI�T.,GRADE ' = L ±-- NyI7RA01 NN-1 4 I- 9 I o PROP 6-WM TJP EL(-)0.52 4 -. !, t - -".NANN065 I}� lifaN • 1111 .... .I�IyIm F cNc mA'MlricouAa ■i1111II11/ p M.. ❑iuumurlmm 4 : rt000 T �awo 111111 Q1fllf➢v1/17 , eMIAMIBEACH FLAMINGO PARK _����ANmgm ��W"® w•. PLAN A PROFILE ar®as nr �1=4A ,,,,, Rre a 13 yip Mme 30.0017 6.11.Pril,Teretr e.epxncu 11 area,,rwwe wenrrnwnurtrtentwrtrr sir itimmit, 7 ri __, PROP.NN-1 —— -- - -" C/.TSTA.1094803 PROP 398 LF. 4M903097,1%:: ROP 39B L.F. OFF.B96 LT I OFId'C900 PV C. OF 1d'C900 PV --- ® h RIM EL.147 _ -_— _ CO.O ^ y \�.T N FeN y -"7f S Yom_✓Z \ . 1 11 PROP.STORM SEWER 11TH STREET !'� vv) W -5 - S. IY S.x £ 12 S .� p 5 7r 5.5,,�1AALL 73 I : A8AN0GAFE2 ( . . :A9ANLNIN£� 2 PROP CONC.JOINT(COLLAR) Q yyy II - U i-•WW .. _.. _l8. _.W .. W - W i W :— 1P 2 h PROP WATER MAIN t{ '_____ , 55 57. :,,,,,.:,„. :I 41:,.. ---'7-----, .....„.:-„...,1;. SIM— z -3 p. -..--- • hl I i iw IIS [ `..".iQ :.--. - --.. SCALE:Y s 20 NORIZ. _ 0 w 4.VERT, PROP.GRADE I EXIST.GRADE ... 9 PROP.MN2 r..,. �__ RIM EL 2.47 ----- II {I I ISV V-0 105 ! .- I - /-EXIST..T OM • 311 LF.OF M C900 P C SAN®0.08% _� m� mm m 103 ELI)5.45(E,W) r J 1'111111� -N 1100 1 12-00 �3 od TII1WITT1P •MIAMIBEACH , �� T:.....'.nuu,� .E 1.10.6111%OF WAND sMNa X50:. FLAMINGO PARK AP a.e' r,.Fll=AOs_AYr� PLAN B PROFILE a '�..arven9�nu0w.„.nr.,„ errec TORWM wgn .„L VA ...Om VA un ./..n. Om ..... :.n.vu 3136/2017 CIo-IS n P.AreM/R npeen00 II NnMlrye Ww.MW V *R..r sem.. 41 ) 'I MI4-3 30-.i.IVI.2 PROP 375 LF. OF 24.C900 P.V.C. RIM EL 3.86 ——-OrIgir164- 97 Sr —— -1" 0 -0 0 5 20 6 i-c-.•-• — -- ' --Z% — _._....._ -. GiZI G , ''- -- -----.6. G -a ONG -- ------- G 5-----7.',:- Feec n1-- 3- 5 4 ' . . 7-7-f.. --- .. . 4..ft .. .. ...., 4.11E_:-211,, 5 V-• 11TH STREET VI PROP.STORM SEWER 4 ,s... •e, ; •.coc.JOINT' 15 ... .5 s••• ANEMIZEDEE. S 5 5 LLI Li.' Ir "-PROP.IV E MAIN W 2 .4 i W W - j--- -- 4I- IV W. , ; NI W -- - - --- W-t W LI LI ,z ....._ _—_ 1 _ 1 -g 1, • . . . . . : . . . . , • , , • , • , , , , , • , , : , , ,-; , , . ; , ; , , , . PROP.GRAD: : i ' ' MEM i I 1 fy IIT.i _ i -- ' -7 i i : ' ; ' T : i f-- - _,..w..NH j , i MINIM 1 I 1 1 _ , : ' , , 4 4 , T : . EXIST.G,,,E ''''".k'-'4 . _NE11111.1111.. i . ' r , , , 1.1.111MMEINIM11.1111 i 4 ., ...... wmwwwpw ...... .elmisww.........m. 1 : IRMO _. 621I "-- j--4-- - 4----- . Pg_A''ii if il.71 1 I REIM= IMOI --+ -, ,_ PROP.ir A i5V Et.(-10.30 1- 1. MEIIIMMIlll 1 - t r . a 1 . 1 . — i 1 i i i ' .1 ...... . , • . , , ....... , ,_. 1 Ft i---- r REM INE ! 1- -, , --- + : ... , , : 4 ,IMM=11•1=miiimmlam••••= imialans IIIIMEMINI IMIE MINIM II alliEuteco mown=as,LF.oF-24. ',,4+.v.c.,sox,ora 1111 • 111101.1n1l. 11 iiiiii1114111" .W.1., ,..., , 1„v. ,i,„7„,..W., ., H - .] --:, ---, : IN !.._ , ,,_ ii•iiiiiiiiiivz , f _L ,I • ___,_: , _ II Diiiiimiluggx -8 . 1 i , III mm77 1100148ORNO. MON=OF MAO ............... • el MIAMI BEACH FLAMINGO PARK cilarreo.......,..r.....cm Awwwec Jas,,,", . ces.Ram!tipUPPENTIER, pp.., . 1.1••••mppilynd.n ...,,,...... moue won't*Demme:in'M.. =......Lej.M. em.w.,:anuc....+Fmmulp ....., -123101171•MM I Mdilamic , P...... Ma Onisc___W, .........................u•• PLAN&PROFILE MANN ,QM RAO= MRS,0. V,7,, M.5 e, . 5....... _ ' 'Imre NM/1W MY.IN•AndwIr.al rn.sarscros II Stree410111.ftigh•orlornIRIIIMASanitary SW" a H Uj M.( 1.1 PROP.31 LF. L __ EF 2�C900 v.Y.C. PROP.315 L.P. '. 3O'Fps"--_ � _ JP FM _"_ .9f.Er c1agI v c -LT • O - - �— - -� �4106,,...-- --_ s O® } -—_- _- �—�- _ �- _ _ _—. _„ N Fee[ s zr;,w: s ,,,",,t.;,f,;,,::,. s- ; 117'FS STREET 1 ...-.s s._ .: :: :s: #vw - -s ys.. _ ...:..5 - OS PROP.STORM SEWER 7. .• ,.~ i_:-.4,74911 , y~j t•"SMI 1e�1� MJ 5.... �` rae1WW X1311 S. S 5 S S ',,-,:-'•NtuluFn' -.. PROP.WATER MAIM ,.: / f I r U w W ---- w" -L ti -- N I w--_-.. vy - -- .M s' ---w--- -- w U acyl k� _ _ ///_/- 04E - .7.Lt L�. /i3'> m„- �7/�Y�"/lY� _ 4: of - or ofOT .e �e l II. \ 1 il� p i' `x 1 i II I I: 1 'aQ Lu II II P. -___ + - -. _ --- SCALE:I'=FO MORI,. _ PROP:-ODE '---i--,- ___ - .. _-.� !VERT ; ' -.- - ` EXISTr GR GRADE- I EAi6 E4(�0 B .FFFrST.13-t•DIIL'$5 - .-.. -- I L...•E.t5T E 33�WCT EL O.a �` ( -1 1 TOP EL(/049 /�+ ( I ':- 00 l i 1 ! I i _ rr i • � i I ._ _ r- __-375 Lf.OF 1r C900 P V.C.SAN.@ 0.091, _- - 1- : i- �� m�[OW • ■ IErnm d -. /6�-GD fTOPT.54FM3 /1�6 1 .._.. 18�6 r : ]0 iiHD'rmmm •MIAMIBEACH " H ��� _ a �rilmmmo�nmm/ Cm.. M.M Iw N�eN. 64.16 M> FLAMINGO PARK w12 •••••••••••,504.0, �1IM1�v11YORKWW�ARIrOEf" ^ pM„�� c".wora wrc�wwnr.n �A11WIW1W4R -- rc F Ii. os JS1O PLAN 8 PROFILE ecce IMMO q ena ,/,1n1 NMIMe 3/30/2011 6x25 w',KM.,nyeMClle II Sefeilamlpe wle nMMIM4KwerY S// PROP.60 LF. j 3 0 • Q PROP.14H-4I OF 24.6900 I.Y.C. : ; } STA.18+39 58 e� S OFF.205 LT. / CONNEC( Pe u k RIM EL.3.11 PROP 10• •' \ -4'4. - C900 PVC.TO \` _.EXIST-NN — 3 b 4. >+— _ 4. \�y op .___-S _.-.__- pAONST FeK 9 s 1 s--z.-sm s r A NGADE° IITH STREET ': 4y� a a> Q 1- • :l=)I I s S- ?r"sAN -.s s �'v .s.. dsr. s h •• C I�..V�j' , S s s .. s_ ..s.I .,,,r .-.s -Z*''y{ 02 U W....... W MAIN q,ASA.j 15 z W_ -- STONN SEWER k t;^"3 • +4 ,r1---4- (..) _ 2 .FORCE . pE pE .OE..-.- -...- OE. -.-.pE .qE ►ROP WATER MAIN I .. ,, { ...../1 'OE r 3 1 3 ! ) : E N 3/11 ff t I . : i i - siGAl�3- ARn "ROPEE — , _ iii �■ - -- ; ._ ..1___, PROP.NNJ , - « t las .. .--,— ■ ■ 1 -- RIM EL 3.12 •"_.-I; las PROP.6' •F 1 JMATCH • i �- .. I i..... i r ��, F��a _ ■� N�■NIS■■■ 0 IMEE I i ISIr,__,,,_ , 11 Euliiit 0 I ,� 1 I _ LJPJ.I1IIN nnn g '��� BO LF'pF Yr IVC SM \1 TO EXIST. ■ 1 t I i Il ma m�mU'7 . F_ i t srauctuRE ■ a � • ® I I 1111.1111 1m1 R Iran .1k-EG..( 6 pD( 0J {-t—• «_- - INV EL(1 6.II W.1 , _ • _ _ a :—H---,-,-.. ii , • 30 ___.._, -y—_ _ - _ _ --_ linoIlllmM mm� � 11 •MIAMIBEACHIr awoo FLAARNOOPARI( ISP �.. ........ .,�� _ �.T ,. _ PUBLIC WOMBS DEPARTIANNT i'iw PLAN 8 PROFLE nav �_3N�W le rrc 1 II ti.i e.._ 5SSS R.... 3/311/2011PIS.rR m.o.+.r w.rtiw I/Artetrir:M.R✓w...oSAI...... PIMPI•� *. .+..r Um. • i' E I 1 1 .11-- G... p G..-.I- i i. ..-....-6 G �� .Ai-...PGM S G G -.... ii n EXIST.IS SANITARY SEWER iMPE G O 1� , 11TH STREET i.'`;' 49 ,NID IN 6000 C°NOfl1°NS THEREFORE d i' i _ j N°REPLACEMENT 15 NECESSARY/ iNN_ Sf FM ---- — -II lk � S 1 —I `S� til "'Ism --5`,�s --.-_...s. rP sax s_. ,,I /\ 3 y��/— W PROP.WATER MAIN _\y� s��l s- rP s•rN SI E ��i ;L. < �� !---./I _ ,. �\rY -d s •i ayq r 5 - -7 W w ____ _._F � J { .....exp ` 1424F 2004F .",�s� t 1-f-----------------Li .p� G ` i i i ' : I I o ! ;I IIS I J II Ili: , IMI , i, l • I YR9P''—@PAGE:----+ vERr. I -- 4 I � : i • -t-_',- j 7 - I ^ -.. EX Si'1P NSPE Y SEWER'IIS `-I-- ,..: _ I ` y_1 N0 IN G OD CONTE°N'°fT i5 FO Et! II I ',--- fN GOG°[[OT IS INS,THEREFORE - --y— I -,— - - T_ NOREIACF MENi IS IECESSARY7 : i E1ISY I 1 1 r ~4 I I v I� • �_ —.-1_ i _T IL 1.1 ;_ _-- — -- — -- —_--'—_— ��—/ LEW 1UnlLp .r _ : ..... i ®� ___. III•/ _. 1 II# r/ill ' Il lllml ° XISPOORIVOM APwr� gswd — . 1 fllfllflll,m ! ■ uum m •MIAMI BEACH 4� """`'"'""""N`� ,.� —= "" FLAMINGO PARK Ap MP�aN�, MIN MillIMII. � PLANE PROFILE r,i.'"e®,v : �1p^^'.^`aWNI�A we-,J[^_ w�a VA avis oat I/,,, owe Nr,r. I/fn/m,t L,f.w lAtrntN NMrar4222,/RnhtJRrnM wMwM'nuua .rr NNW 1I1li ‘ j4t 'U• 1, EXIST.IV SANITARY SEWER PIPE lI; i i --94 I :4:474 a ryISUALLY INSPECTED AND R IS — LINED AMC IN GOOD CONDITIONS, 1� W -11 r ; THEREFORENO REPGCEMEAT IS Ct -'� Q I •• _ ( W yr B7 � 20 RF n ..-MT ..-.-..... UT 1.- ST ,# 1201 /'r/.I' "Y YY��t\: o "r cs 'I' — r' PROP STORM SEWER \ 4 _— __ {�.c-l+1,ffS I__,_y-•••••.‹..,, ..$1 fRNt - ,. N -..- . 1 -— "ID) .1 L� r 1 ��� I iILu �� n s �s s. ..s. s s s ra S.WS S ,.‘04,. . . ...lsr' T,,�',J�y -Z 2 itt 11TH STREET PROP.WATER MAIN i I 1^ - 2 I n --_-a _.._... —___. ..... ____ • I I er 40 Lo s _ --— ---- --- -_ • - / < titif. B -OE 0E � x ,y�r - — ,'.- yA� ..- 40, E# {� Ll ---- (INSPECTED,WILL NEED Atli .TIL \\-,-- 1.1. �¢ / I q _ O LV - REPAIRS TO STRENGTHEN 11 I I 2 !II STRUCTURAL INTEGRITY) N F EXIST.UALLY INSPECTED SEWER PIPE f5 Ipn i: 0. ''! i i� LINED AND IN GOOD CONDITIONS Ii� I'1 > THEREFORE NO REPLACEMENTEESSARY) SIillI I W; ��, I I I > h • .. . . --- 1'SCALE: .1D HOW,. 1 C VERT. r T-PROP.GRADE - —__ -. i_ ///// A51�ST N.H.TO MATCH PArOP GRADE L EXIST GRODP 'EEEXXMMAI M.H.STRENGTHEN NGTHE MINOfl REPAIRS A STNEGRITYI STRU[IURA!IRTEGRlYY) a j_ 0 0 ;, EXIST.It SANK RY SEWER PIPE - - (VISUALLY INSPECTED'.AD-R-IS LfNrO EXIST. S SANITN{Y W1R PIPE F AND IN GOOD CONDITIONS THEREFOFC ryISUAL Y INSPECTED AND R IS LINED :"- NO REPLACEMENT IS NECNRSARYI - �-- AND IN-OOD[ONORJ(W55,,THEREFORE --T-.1--I- NO REPLACEMENT 15 NECESSARY) L � r mm mmmolE.. T .--. _1 » ' puu11, DEIN iiIIIIIIIIIII.Q7 -- ----1 ■ II111111#13030 a so�oo ❑iIIII@liq�lm 1+90 i s� 52-00 IIII mmmIimm •MIAMI BEACH ;'"'"°"'"""® � .E 6 wR._ FLAMINGO PARK �p Owaeos�w , mYaf� moue ORARTW1WlR"^E' PLAN&PROFILE w s'm`�i�'�'aneo.Nae w�wNwnr.w rac -.........$9.9%--.. i __Ni_ ti. 5N a.. x/" .n 3n+nl t 9 of 12 17....,0 3130/2017 11.2030 NP.sY.mw IN.FI R.�� . Nryamm .... ml.wmwaMwmmM..sm.Y Se* TOkk•Iii i.:_ . EXIST.IS SANITARY SEWER PIPE 1(VISUALLYi--`,-lIsrZEI111,06`1TO:71,51'D.sAf.17:41ER-4"CPSPE f THEREFORE(VLcEUsACOREPLACEMENTINSPECTED''CONDITIONS.ANDIT Is , NECESSARY) '-- -C) --RS 0 5 20 i1 _. _ _ = . Fog l.ii ...it,_,!.:::.!,,T, PROP.STORM SEWER , _ - d GO - -- -- -"CAS 5 5 6GAG q,----, G - S -----, ‹ 50'.• t,''' I-- '",,•,,,,,!,- if' i . . iu 2 11TH STREET NO ,.).SAN 5• 5 5 .5 •-.4 PROP.WATER MAIN _ 5 5 5 . ---ELE,ZR0,0 DIET_E",NK- -. .-2 L..1 iJ --iv I if '''-',..,',,`-•--if ifW - if — _ -- -- ———•:' ._ - OE:WE OW - --- •- OE • - -OE _ OE ....).,'".2EL-.• - - OE[ - ' '-DE OE - OFR ----------_ NT n : • * _ L-1 1 •j--1 ! '. ! ! i---1-- ---- 1--ii.-5EALI)1-1'w E0 HORIZ __,_i i L_1 T-, _Ij j_ !pA_o_o.ORADo i ! i ,. ! ! , ! ! i ! _4___J !4-L- ! 1 1 11 m !,•-4.year. . I ! ' 1 ! : 4 ---;1if'._----!_-I-!;F_-----1'E..,_._1-',!•;• -. ----Iti,!!!--,1!!!•--1i!,i!:-!,1!i•:,h!,-- 4!!',;;,—_..--1!,!,'!:,i_--__-,-1!;!!,i!-__,,j,,,!;•:!;___---±1,1.-'!i;;_-_---.',::!:'i_-I!':i;:!-- 44__,t41,—___-jfi:!;-_--i!i'::•----!':;i' 1'';- :,1;', 1::•I 'Ii:i'_-1' _ri.!;; t-'!:!-4I,I.:;.! -----±1':; ;,; 1': :,•: -"-:!', :!L'1, '1r'• T1.'.- 1I -- 4 - — ; ; : ; -4-t : . I ! ! ! o : . . . . . . . . . . . . . . . . . . . . . : • I : —. --- .., , EXIST.12 SANITARY SEWER PIPE-L. -4- ; : ! ; '. " ; - • ' " ! ' !ty relT21.10.107efg25011 rriliElltfil 1 1 7(VISUALLY INSPECTED AMO IT 15 LINER i ; 1 i i ! i „ , ; , . A 0 IN GOOD CORD ORS. E F AND IV GOOD CONDITIONS,THEREFORE,- . -!---) _i____ 4 1-- -j- -4-± ! . _i ID REPLACEMENT IS NECES I NO REPLACEMENT IS NE ESSARY 1 : , , , ! , , , , " ) — --4-• -i.-.4, ,- • _.--_--__—_- ,.L_' -1_4_._:____ L,1,-7----1-.7--7 T---Ta J . I k!!Tliop - , , 1 i4- : - - : ' --:-t 1---f---7: ---i II 1111'111I!'ii-Z 1 , ! , 1 , 1 1111 .i.___' __L _,„i . ,__,_ :; u111111111W1-+-t---- ,---;--H--' : : : 1 : . , : , : , ----F--- t i i 1 ‘i I-t i I •_ ! ! ___:1 : : ii ii[ulita]u] _ 4_ : 4__ : : . - -, , .1 '1 154-06- li T 1 1 1 111111 111.11201121000: 111•01•MIOFF.M0—'wommarnsowe • la,. 1j:A MIAMI BEACH FLAMINGO PARK ........^0.........cm....Rant-I/WM ............ 4 p law•• =Km. ElacCOMENIER,E coy... '. 1 Al .—,,k..-4-- Fly wroxPLDRUSOndp• .....,........ MIMIC WORKS OBART/MINT''''.: Z.....4-.77.1.74.......artippmat mucEA.Manirr.vivip...... MIMMINNIM41.2. ; ... ...... ''=P= 11.0.1••••011COOM IMALMINI=Mk PLUM PLAN&PROFILE moo. 2212.22._,-1_ Moven RIM/fl!? 71:2.131 me,reowcw Pr000sonco•li Prow-Haw.twwwwwWWWwwWwwary Saw r / fi II EXIST.12 SANITARY SEWER PIPE I �1 / III (VISUALLY INSPECTED AND R 15 5 ( r THEREFFOORRELNO REPLACEMENTNIS I II �, I r' 1.1 -- NECESSARY) a J �,, ((1 C __-----__-.-_--.- {jff`j \ PROP.STORM SEWER ;-.,,x is,/ ��j \\\ I \,,, Feet N I 40 ` _ G.. ...-... �. -..._. ._ ...-G.. .- ;..Ge GASG.. . .....- I --.._. ..-G G IMe55 - 56 2 17TH STREET i "S 72 SAM S- 5-... .- • ®S ar SAMS U PROP.EATER MAIN Y _ 14 F W N .�M=--.y..-...._.--_._.. N. _...-_..-.M-...--... .-. _.. is.-NCS-.. -W W Q W-...-- NM - BFO NFO -.. ' -.WO .. - -- -.-NFO - NFO 1 \ V // • \\\.N�-- __," // I hitt 3Q 1I 3 l— / I BI i/ \,_ _/ I II II j --, : I i i . ' ; . I ,, SCALE: i i.,, 4_ ` I.I. ! -,-. 571 GNAb --- i 1 r VERT EXF E _ i_ : '; 1 _ !fir- _.. ._.� -i- t _ i 4.. I ti -_moi- -•-._-- _.-- ___,-Y 1 _ _- -_ T -E/ -_ _._ : I I - —_. IOSST.Ir INSPECTED SEWFI PIPE I I I -i—i - '(NND M INSPECTED AND IS LINER- , ..11 . ... 1 _ : AND IN COOD COMDR/ONS,1 HEREFORE --_. 1 NO REPLACEMENT I&-NECESSARY) ;--i--,--I .-! ll I I H- .-.. _ti :. :-. -1. )( r- - 1 . . : 1L- I) STRDCT IRE X11 /pp, ..... Ilam 111l1iE!1n1P1lIM1i1k!11 6e-0G ii 1111111T111/1 / GMIAMIBEACH oao FLAMINGO AP° "°°''��BO,� �pP "� "' M m.,� In10EA VON, n bA._ PLAN&PROFILE �� pp'�_ sl "/e s��'•L _� -V,' nm. 9e30/2017 11.9.:1 01P+.emx..1 n.p.ncss 11 R.rsia.y.verwrorWslmenf.Mlrr Hoer ileirt ,oma ■ ,(/��r*=.-1 fes: �E r M =i � .. x mill—1.4,111111s' 11111111S aiiii.Jr. - - 1 I - immini e__-1 I�, .�..,.,rlssa 1,_ .1-I ,—`t.__ ,>,1ssz i-----,--11----T---%"47,-.^"_. '°'fes 0 1::_I .........=iss. 9 li :; ill! i p �. 110.,- 4 e a h, S 1:11! it�e � / /AU_ 41 _ on �. 55 . ppi; �CtC •. f liaM DFTAL B 'fill ig3 g�! //�3i�iit! i� >E 9Sgpa tr�i q' ':ii „a 111i a 'V4 �`�: :F t- "S �r,. f, a s [i 1 B 5€ByFb4& 'yt—. r. lei . i 11, ii g 55 c 'il aRsee$ � M " Fi iii c i••• yk 5 1t gia ;� .1-.=+w...n.�ac�:....,.„ ",1414.421 • ill _________ a ENMESICIFIVEONID mMIAMIBEACH °°" FLAMINGO PARK �a� �^ LY0°a.E _ M1 UMN w� , �, .r —AP �, P.*. *- - oerais :r• wn gni �i 1.$.0.. ,_J,./ FORCE WAIN PLANS FLAMINGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH! RFP NO..2016-205 KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II w DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS LL eMIAMIBEACH � � t -� .n1�� �w� ,.... ,,,, PUBLIC WORKS DEPARTMENT 1�WA�.. {21 HIGHWAY IMPROVEMENTS ..r_`: - I PIERCE FLAMINGO PARK NEIGHBORHOOD I`�. IP PROPOSED 36" FORCE MAIN ALONG 1 1 th STREET I t;, (FROM EAST OF ALTON RD. TO WEST OF JEFFERSON AVE. AND FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) -- LOCATION OF PROJECT PROJECT LOCATION--\ gOf cart MAI �e 4\1 $ $ 5 II. =III ii Nam cam in _,..�..imeos. E hnll ink CITY OF MIAMI BEACH ...-1 "t "m __j Hit�1 ' 1 — -11' INDEX OF DRAW/NGS MAYOR: PHILIP LEVINE J_,—„—'.. _ ___ I 00 I�n 0 000 IT.,I, SHEET NO. SHEET DESCRIPTION COMMISSIONERS: RICKY ARRIOLA 71 n�7 n I KEY SHEET MICHAEL GRIECO �II�I _ JOY MALAKOFF rY ��'��TT��II�I p#101/ 2 GENERAL NOTES&LEGEND MICKY STEINBERG -7 7'1 I l,n 'I nP I KRISTEN ROSEN GONZALEZ �L. / 3 PLAN&PROFILE JOHN ELIZABETH ALEMAN "Hi 4 .1_L�:__,I,.__i ' r 4 CROSS SECTION CITY MANAGER: JIMMY L. MORALES �? J I-—__11„, 17 I/ 5 DETAILS CITY ATTORNEY: RAUL J.AGUILA `_II _J L--—_J - (((�_ ASSISTANT CITY MANAGER/ I .i — _—--U_,/i IiI DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. II CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. , LOCATION MAP N.T.S. A&P Consulting Transportation 11111 Engineers Corporation 10305 N.W.41 8hoe4 Sulo 115 CT (305) FL33178 CHO s Tt E E R T, (305)58&7283/he(305)5631591 Vendor No.:850770583 CA No..:53-0007797 7LN,PAL NC,,Sr :1-N,RAL NOTES: GENERA.NOTLS: GENERAL NOES. ,................................e.. ...e.c.,.......“,.........ex............. , ,..................T.,...................e... ............... ...,... ' =-...^2r.r.--rozurr,:t1.1.-e...;:-..va.=.-----,.-- =II;,,,,=.1%.--...,....--w-.4...--r- :‘,..,-m,,3,,16-,.....-,.-„r4-,,,,z.m.,7,------.. zr.41.1.1,-4,..---:-....:,-1?r-...=,,1:-.7z..:,-2,-.---•. . .._,..,..........._,_„,_ . Fo.,:-.2.1:::::=7.14-.%"."4.-1===".TX=''''''' '•=r0\VA TXT,167Tia=r M''...................... :Z:"""'ft17117.''''7::::'''''''''t.'"""7"' ' ir,?r:„;7.=H'':"..„'I"'''Y:Tr7rr''I",,M'`,L"'f_M7'll' ''T'"'`''''''''' .."211,....,--m--r.z e-----7-7---;-;-------- - ':...'=1.AZI4=AVM`11;,,V=7.,...•.`""" .7=V 4.7.+17,7,171.41 FY ga-7.-•::--z--7,4-,z.-:. -;-.4.nw.-;-4.7-.,===zza-.,zr,.-------, ' ,..1•114&71":S',:'„.17=1;;7.:`,,I=„1"4Ar'..X7r="=,l' .1„.'""04.",g.11==.1...1Z":""r,..........e,"""..."*" '..•- • 'ETV,722,if - j';:;.'; ,,i WY-47e 7a#4....... GENERAL NOTES 10.. 0.,....::11 I- "-- GENERAL NoTEs r, e..___17. I-9- GENERAL,OTES fe,,. 0 I 1 7-±i C'E'L NOTES DER.NOTES ON WATER-SEWER IVSTALLATION: ADDIILMIN DEEM NOTES ON WATFR-SENER INSTAL...Olt ENGNEER'S NOTES: ".--r .,-,,-7.----It..-.---_----r------ ^.....c-•••-"''''''...• 74Z-:77-1•Ei:17.."47-1-Z-Z,Vialia4'-'4"7-- Eii-ar.tm.7.,,-=7,7-7::*--- ,,,;,.--------z,,,..•".....--...-,....,...,..,---,..., f..---"z7.4:«7-Zi,M7111.-77=TI".--:-'1';'7".- '=.--- F.i`4V17,:iggr=4;,,,.•=,„:1.&I'LL.ii.'.'-'"='7' n-....Kom,..m.....=.',-":',..1=7.%...,.'=...— ' "-r^?,?-'41-1-'—'--—-—" m,----r-------....-EFE-- --7,-.. ..- ' ViTS.Faizilaq41.1"- '07:74-`:- HLI_.-7—==---7--EE-:-------...__,-- ---- :-_',•+Eq'rf.ZY,'i'7: . t„.„41:4,711`=1,...„..T%Z°•=1,1==„11.3r.t.,:-",7, . g2,...z.4,7„,:zz,,,F.,;7=,,,?,...,,.„2z.%.,,,L,4,,N..= ME'L.-7. 1-.1.-77"-7-= '..-i-,..„. .,. „=.7A,',r,',V,•71,,,r=„1„,".",A,,,,'..,ge;a."........ "'"'''''''''''''''''''''''''''''''''''''..'''.`"'''''''' It`ME `-'-",-.-,.,-.' --7 .,''''''''''' ' :,...."•°,''''',„,...,:,=;`,Z,'7r„,:4„„,."7===7,,,7„ • =351111 ".......................................*.r'. " --- "'IlEEIZUM21 ...mg main cavanarr amauaroarae......a.......r., UTE-Z'T''rr,•-,.-. ...=.x...-. -.-,-,-••-... Itut-azt-zr--•-- ----- ..-.-......:*".------.---""`°......------=''`" nil imi===c1.-=!—. -.:-.:;.-_-•— Dion=c= === -iii --------, ,4 IGN-Ic °^..-----1-- IA. ENGINEER'S NOTES IGNIt „ ....,,, ,,,;1_7. ' SYMBOLS ..., OMIAMIBEACHWW FLAMINGO PARK MIP Costar.TimpalMor c,,,,,,,,,,,, ....,.....,..., aNn1-1•0•04.6 u,..,,,,,'''L.,,,,,'"'''' "M.'"....' . •••••••••••• MUM wars esrumsurr^',-. ,......,/ 1.41.-±.I IY Ow. IVA. Wea••••••••=.••••. GENERAL NOTES&LEGEND .„,,..d„, 312.11017 245.7I MI 1,/,...../Pro*11 Strest-F.O.Mlen01.1tIlle1.3.1•11,MON ' t . . 11th STREET • LIME ---7 , do-Ffef..••,. P4- so...3, - - . -- --...• ' ] .. ... . ..4.1--_-;_ti.--------,7-=';; '-'1.___/_---1‘.7.\-A-• ---——71.-----.. :] - - -------"- -: : -164••••• -ai __-• . • - 5 •G . -• - I - '.2.1. :' ' s 1 7 s -- <:-.1 s s . PROP.36"al.P.M. s- 11th th ST S 2r., s•- rl.•i;,-:- 5---r- r-----s r P-••`..;"4` S S 5 . 5 A- S.- - \ o 5 20 INSIMINIIIIIIMMIIMIBTaAnWallal• PROP.2P.5A6,.SEW . 11111111. 9 : -.....: P-I n"•*•""'..... Mil --01109574.12 Mill1111.113: (.1.1&1111111k1W1 EIN M . I 1 1111k‘ha I I I I I I I Mt',14 - 1411611F.,,,,,0•,,Ar, ,---- . - --... . . . . ......... . - --Emsr.r vim...]...w w 1] . _---,, , ,:p : 41*. i,--,-_,Lai --•,i-!E _7 '7_ - .Milffi.=lWgai _ii2 ts PROP 36LU .NJ PG VALVE(REST) 'L.,...-6,_,,,,T.,tat....)ca,,,,,:,'''''',":4;":•14b,.., STA.16.6.37(0/5 0 90 RT) NM LINE ,„IC LINE RENOVE EXIST.36.CAP& I ; i" ---;1 -.-I rig't fcriTc.J.co'..1E" ,. CONNECT TO EXIST.3r FM WI PROP. 3r NJ.SOUD SLEEVE 0 'P -.) Y. ,_ :::, , rois 6.30 RTI ' •i P (REST.;STA.1E43.65 '•-•• Z Z 1 ' • I d li,R?i,V,IR:67,1„44r1,4ED ...-J ! tornE.Rii°,97:3110/Fg.T) : : , • : : : : : ' ' : ' : , , , : • 1 i , , i , L i ! ] ! ! , SCALE.I 20.PI RIZ. ._ 0 iH 77Ti ii , i ,4- I ••10 VEOT. , ,----F - 8 ! ! : i : : ! : ! . • ! r PROP.GRADE: ] : : I 7. .. --! ! ! -i : - is-r.GREUND , ij ___ ___. ,._,A.sP 3A° l_EUST.•6-wn- NOP 6.pm -.M.• --+- I- d. L 0 ' T. H 04043 1 1 I , ,--_i- ! . ,.s E Xl5T.36.D.L P.N. \ 0 I- )-i---i---)--—.--it-- fill , , - 7 —H±t ttt _t tt . , : : , : , , ,,, Rop. r SW - •7 i (-17..1P3 :, 4-4. i 1 ' PIESt.I SrAl6M56.37 ! : ! , i PROP.36 al.FM , : i 1 j T-,..: RENOVS EIDST.36.cap UN PDAINPCP VI.t Y./CT L uROP.ie kW N..1 re t 1--t- rt , r , r i i t--i i . . . RRoP.3 NJ. 1 H: - N/ T 1 5!L191--t,SPigEOP.!,2M-4-/— -16 i , 1,97;2151UPEIP.4,6)Zopinti-- 'j : , , , . — ,,_ ,_ ,- 95 REQUIRED STA 160-52.49 i : : • ' : : - ; : 1 _ ... ............ i I ' _ _ - - — • . . • [ :- REST.-ALL-PIPES.-,ALI?E-4-FiTTING5 FROM STA,1645p,g40 sr...(7480 NI • „ „ Iiiii1111111f/Cpx i ' 1 1 41—L II EDIIIIIiiliimiliiinElii[Plipliroja7a7'; 4-- : 4 4 : + : ' „! oliiiiiiikpai/ 17-00 : : Fil :,-1 i 18-00 1 : • : ] . : : TITIr1111ETE / ,,,.......n.,........,Lms,.... IDNI•Eatcf RE00110_.............. : RAMINGO PARK FkMMII 0.PRF1401.dyn ••••.1111.••• rusue WORKS neParameirr'^-E: Ap lEsgt...... OIMEGTOR 136 cm.......,E covaltem ....,r...r---emu o I.•us t suce.chiomr)..nap....... -cmenwancra. I Plow•mk iii, ,.........elymeomm em.,...............• PL214 5 PROFILE MOEN 1.0., ....... 313.011 .k13:11 III 1,1403.4e0 ProplsOnCIAS II Strea-elmi*le lielghlarhootnUtlfrtier..notary Fle...1, , .. . . , i \ ' ft ' g -,-., ''''-, :::-....:•,••••••.•;Ir... :-,lerr.rng 1 -..— V 1 k i_ F.,-..r.w.-z.v.r"— i =tyre.= I I — ,-7 '=----7-"_/I ii.„...7...........=—.. 1 1 -- k s — I .... ETT.4"--34 ra;;,rz,- ),.„' , ; ; ' , i , I H KV: L----- 1 r.T.'.....:,-,. ....--e- , i C.-15,71' "ii,-,...L.-...:1....z.mg.....vr.::— 1 L.......T.7-.....--.1.5.— I i:AFil'FI TO=17".'43t m ,„,„., v.-e'Vg:VNITTTATEE7TZ.Vr,Z,V Wtoc ,-'-;z,,_?,,':=•r—r. _,,., 1111. "ISES, e..................1:1 - .-- CT ....., ' - ........... 7''. ''.'''''. , • —....— , . • — 1 1 i k,',•-•-_--,,,,...\_- --qi I1— 14'''')41 irlostrast. , ; ....---- llistkilt-- „;,-.1L-- —r---— ; 4 ....;;,..........._ ,I,I :.m.-7---- =,,,...A'aft .'TT a.•.c m 1 ”"" \ ! I NI :_._ El PLAN Osnl:ii:ini.e•amour A ............... W, '''.MiLV rVir WM%•t i•• 'Pt ,?, 'L•Li' A j. 1 , , - ; r,---INI gp ii. 1 .- .. •, Oct. g g E. A 7,-; „,......, ..„...... , , .,-,...,.......14:4.- , ...... , -Tkirrarsisr."‘"' COVEN SLAB RAN ti,,T.F.r avr,47A---r" .1.-ienom 1.1.11(r(IV.FTKII...1 -...--...-...--- -... ............ ....... ....‘ EA 1. 1Z-Par=":"'mroZot"TrialiES" ...1,5,,,,.1::--r--r'7'.=''''717:4-7''''*ES' e_......4i11-:==-1 13.0•11EBA OF MDR . Rs Pak In MI AMI BEACH FLAMINGO PARK "P',.....=...,P.PPRP'an,twaast SAW L meftas ,,,„„,,,,„„...,,, Airip tam ra......n. memo. vac coomate•L cao.... _ F11.•••LIIIIITMOI<1, Ow.1.••••• PUBLIC WORKS OSEPAKTIIIIIT'''u -carieswo=14. i Pwo e... ,, r....AL,--. DETAILS QM ft -- ...LS Kapecto SIGNING AND MARKING PANS FLAMINGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH! RFP NO..2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS eMAMIBEACH ,* PUBLIC WORKS DEPARTMENT ,, `1*44, itoHIGHWAY IMPROVEMENTS -_y �t� „_ FLAMINGO PARK NEIGHBORHOOD v�,., ri` PROPOSED SIGNING AND PAVEMENT MARKING ALONG 1 1 th STREET -.s '..-_•,-,‘ (FROM (FROM EAST OF ALTON ROAD TO WEST OF JEFFERSON AVE. AND FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) o gno„OF PROF r PROJECT LOCATION INN NEEAU Cal Ill ^ O 811 Iuuu� CITY OF MIAMI BEACH �.r 1'1 11' U,Ii1111 j MAYOR: PHILIP LEVINE 1_i ll ',1——,"Ln1�nJ”' ! �,mum/3�I INDEX OF SIGNING AND PAVEMENT MARKING PLAN COMMISSIONERS: RICKY ARRIOLA �� nil 1• nl r�/� SHEET NO. SHEET DESCRIPTION MICHAEL GRIECO �� I I "�,r{//i I/, JOY MALAKOFF a-1 '° ���y - 'V 5-1 KEY SHEET MICKY STEINBERG �I1 /alll S-2 SIGNING&PAVEMENT MARKING TABULATION OF QUANTITIES KRISTEN ROSEN GONZALEZ �1� I, 5-3 SIGNING&PAVEMENT MARKING GENERAL NOTES JOHN ELIZABETH ALEMAN �LJ$ u, L�y�,,. .i O ii 5-4-5-II SIGNING&PAVEMENT MARKING PLAN CITY MANAGER: JIMNIY L. MORALES 71 J LI `--_— ——I[7//] 17 CITY ATTORNEY: RAUL J. AGUILA I _. ASSISTANT CITY MANAGER/ 0_J j -I--- 0-_1/a DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. l/1,/ CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. VOCATION MAP N.T.S. A&P Consulting Transportation Engineers Corporation ti 10305 N.W.41 Sheol Suite 115 __AI`fid y„3/ MIMA,FL 33178 Y�... (305)5987283/fax:(305)5931594 Vendor No.:850770583 • CA NO.:EB-0007797 TABULATION OF QUANTITIES PAY SHEET NUMBERS TOTAL GRAND REF ITEM DESCRIPTION UNIT SHEET TOTAL SHE PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL _ EA 1 =00.1.60 SINGLE Posr SIGN.RENON, SIM PANEL,RELOCATE,UP TO 12 SF 700-3 AETRO-REFLECTIVE PAYMENT MAKER YELLIN .1111 ®®1111■1111■■■1111■■■1111■®■ Fill 10-90 TAINTED PAVEMENT MAKINGS, MAK MARKINGS, FINAL TD.SUIIITE.FACE LS I. 1u.1.u1 111111■i■■ • REFLECTIVE PAT.AMBER B!-DIRECTIONAL YELLOW EA 72 • PAINTED PAVEMENT MARKINGS,STD.,MITE-SOLID,It• LP 167 • PAINTED IMGIE/IT NARCIN65,STD.,MITI.SOLID,21• LF 101 _1 ®- -_ TPAVEMENT PREFORMED,MITE,SOLID,ZrSO Lf 1360 1360 WHO PAINTED• PAVEMENT MAKINGS,STD.,MITE,SOLID,V M 0.051 0.055 0.053 PAINTED PAVEMENT MARKINGS,STD.,MITE,SOLID,t• d 0.010 O.Ob 0.00 ®PAINTED PAVEMENT MAKINGS,5TD..YELLOW,SOLID,6• GN 0.050 0.05* 0.130 PAINTED PAVEMENT MAKINGS,YELLIN,LOI,SKIP SV,1 t• 0.079 0.035 0.035 PAINTED PAVEMENT NMITINOS,YELLOW,SCID,6•,10-30 OA 0.7)3 0.1) 3-9 SKIP Q 0.273 TAINTED PMENENT MARKINGS,STD.,YELLOW,ISLAND NOSE SF 0 90 M ®PAINTED PAVEMENT TNFRKNLASTI D.,MITE,STD.,BIIUE.SOLID,V Ib 190 190 LF 152 15 III-11.125 THERMOPLASTIC,STD.,MITE,SOLID,24. MEM 1 ZEI 11-11.1110 THERMOPLASTIC,STD.,MITE,MESSAGE MI UM 13 13 11-11-224 THERMOPLASTIC,STD.,YELLOW,SOLID,111. FOA DIAGONAL OR L, . 03 2113 11-11423 THERMOPLASTIC,PREFOMED,MITE-SOLID,12• LP 1360 1360 1300 11.11.160 THERMOPLASTIC,PREPMIIED.MITE.MESSAGE EA 13 13 13 711-0-202 THERMOPLASTIC,STD.-OTHER SURFACES,YELLOW,SOLID,9• Of 0.039 0.059 0.059 711-11-101 THERMOPLASTIC,STD.-OTHER SURFACES,MITE,SOLID,6• GM 0.055 0.03 0.055 711-10-102 THERMOPLASTIC,STO.-OTHER SURFACES,MITE,SOLID,V GM 0.040 0.040 0.0/0 711-10-201 THERMOPLASTIC,STD.-OTHER SURFACES,YELLOW,SOLID,V OR 0.230 0.130 0.330 11.16-231 THERMOPLASTIC,OTHER SURFACES,YELLOW,SKIP.6•,70-30 SI 0.773 0.173 0.173 SKIP OR 3-9 LAE DMP mMIAMIBEACH H ..N1,N.N.M,m,�,MMMRM. LWILMH•.E = 6 �:. .�D."'"'R",N"' MO FLAMINGO PARK AE.E�� � • ow,c o,M s-„ moue won=�ARfAfK^'. SIGNING&PAVEMENT MARKING "•• M_Kid- ��� TABULATION OF GUANTITIES �•.�+ "��ON�"°1C14OMY'To' _„= NNPIWIlnde//11 r M a • SIGNING& PAVEMENT MARKING NOTES I. ALL SIGNING CONSTRUCTED AS PART OF THESE PLANS SHALL BE IN STRICT CONFORMANCE WITH THE APPLICABLE CODES AND SPECIFICATIONS OF THE MANUAL FOR UNIFORM TRAFFIC CONTROL DEVICES(MUTCD), THE FLORIDA DEPARTMENT OF TRANSPORTATION,CITY OF MIAMI BEACH PUBLIC WORKS AND MIAMI-DADE COUNTY PUBLIC WORKS. 2. THE SIGN LOCATIONS ARE APPROXIMATE AND MAY REQUIRE FIELD ADJUSTMENT AS NECESSARY. 3. SIGN ASSEMBLY LOCATIONS SHOWN ON THE PLANS WHICH ARE IN CONFLICT WITH EXISTING/PROPOSED UTILITIES, RAMPS,DRIVEWAYS ETC;MAY BE FIELD ADJUSTED SLIGHTLY AS DIRECTED BY THE ENGINEER, RESPONSIBLE CITY OF MIAMI BEACH REPRESENTATIVE AND/OR MIAMI-DADE COUNTY PUBLIC WORKS. 4. DURING CONSTRUCTION WORK, CAUTION SHOULD BE EXERCISED WHILE RELOCATING EXISTING SIGNS TO PREVENT UNNECESSARY DAMAGE TO THE SIGNS. 5. CONTRACTOR SHALL RELOCATE ALL EXISTING POST-MOUNTED SIGNS TO A VISIBLE AREA UNDISTURBED BY THE CONSTRUCTION SO AS TO MINIMIZE DAMAGE TO THE SIGNS WRING CONSTRUCTION. 6. THE CONTRACTOR SHALL SUBMIT A LIST OF THE EXISTING SIGNS TO THE OWNER AT THE PROJECT BEGINNING OR AT THE PRE-CONSTRUCTION CONFERENCE. ANY LOST OR DAMAGED SIGNS SHALL BE REPLACED AT NO ADDITIONAL COST. T. MATCH EXISTING PAVEMENT MARKINGS WITHOUT JOGS OR OFFSETS. B. STOP BARS AND CROSSWALK LOCATIONS ARE APPROXIMATE AND MAY BE ALTERED AS DEEMED NECESSARY BY E.O.R., THE CITY OR MIAMI-DADE COUNTY PUBLIC WORKS. 9. ALL PAVEMENT MARKINGS SHALL BE PAINT INITIALLY TO ALLOW FOR ASPHALT CURING PERIOD. AFTERWARDS, THERMOPLASTIC MARKINGS ARE REQUIRED TO BE INSTALLED BY CONTRACTOR AS PART OF THIS PROJECT. 10. INCORRECTLY PLACED PAINT MARKINGS(OR THERMOPLASTIC)OVER ASPHALT PAVEMENT WILL BE REMOVED BY MILLING AND REPLACING ASPHALT LAYER WITH A MINIMUM WIDTH OF 20 INCHES II. THE CONTRACTOR SHALL REMOVE ANY EXISTING ROADWAY PAVEMENT MARKINGS THAT CONFLICT WITH THE FINAL DRAWINGS BY APPROPRIATE METHOD AS SPECIFIED BY THE REGULATORY AGENCIES MAINTAINING JURISDICTION. 12. ANY WORK NECESSARY BEYOND THE TRAVEL LANES(1.E. CLEARING AND GRUBBING)TO INSTALL SIGNS SHALL BE CONSIDERED INCIDENTAL AND INCLUDED IN THE COST OF THE ASSOCIATED SIGN ASSEMBLY. 13. NO SUBSTITUTION OF SIGNAGE/MARKING IS AUTHORIZED WITHOUT APPROVAL FROM E.O.R. 14. ALL DIRECTIONAL ARROWS AND LETTERS FOR PAVEMENT MESSAGES SHALL BE PLACED AS ONE SEGMENT. 15. MAINTAIN EXISTING STREET NAME SIGNS DURING CONSTRUCTION FOR EMERGENCY PURPOSES. M MIAMIBEACHFLAMINGO PARK _�P�� ��� ®NNJ WORKS IMPARTMENT"^E SIGNING&PAVEMENT MARKING ® PE Nr.e nass. N,�EXIST.SIGN - ®\(TO REMAIN) ,,p BEGIN SIGNING A �k— 1 — iS�y�® .b,?' PAVEMENT MARKING s l (MATCH EXIST.) t r _ a %, MV MVUNE i( o 0 _ ————--_L— 11th STREET --—— 10 RPMs R.aa c.c 3a SKIP)MAI -N., --._. i I YELLOW l A I OC 6'YELLOW(la ILI 2BI-DIRECTIONAL N� WHITE{ (TCO.) ® J Q CONST.Nth ST. _ — P Lj s __ ------- a _a --'-'---=- 1E'WHITE(TYP.) Z �'T 7 \ _ - - V WHITE(TYP.) ^ // / s.‘ / o. /f R/W uNE r 9, T EXIST.SIGN J i W i m ��,�q, O(TO eE REIOCATE0/ 41* RAX LINE L J__ L I i Cpm /3'i�r rain . Iii EXIST SIGN `/ � PROP. SIGN-- \ !TO REMAIN) l R/•u % , _— \ ® (30'X30'1 r 1m moomoITm _. _.- aomimm ]64E1=O 14P i BEACH 'Eli gill rv�j mMI AMI BEACH xe mu FLAMINGO PARK AP w��°�mn OY°� ^ °ar n^n�PE _'�oRw% 1*Raw`� EI. ewon=MT"" " O^ m .+.'M rxc . O.,,,Z, aAr—x m.eSIGNING&PAVEMENT MARKING PLANoMn n ok /n, s O peembe_ ^ NOP.RAFE,®\��EXIST.SIGN (DOUBLE SIDED SIGNS) PROP.RRRS PRO,ARES h �4 �(TO BE RELOCATED) (SEE SIGNALIZATION PLAN SHEET T. (DOUBLE SIDED SIGNS) (DOUBLE SIDED SIGNS)(SEE SIGNAIIZATION 4,50. ,r, N MIAMI OAOE STANDARD INDEX SHEETS ATTACHED fSEE S1GNA(IZATION PUN SHEET T-p (DE SHEET T-8 6 MIAMI DAOE STANDARD \®p* .4+ PROP.NEW SIGN AT THE END OF THE SIGNALIZATION SET OF PLANS) ATMTHEIENO OF THE SIGHA IZOATION SET OF POWS) INDEX SHEETS ATTACHED AT THE END OF .B 3!y� R4D STA IZrZL50,19.35 LTTHE SIGNA1fZATlON SET OFPLANS) /, W ,---, t ^— i i I gim of (3pX30') STA)3M150,19.00 LT STA 1.40.0,20-SO. / `:,,,,-.--r\ ,,Q S! II o q V:72NI •i i• f WHITE m1.1 !P lV \ O O WHITE mP.) P DOUBLE YELLOW MA) a + d V YELLOW(10-30 SKIP)mR.) BI-DIRECTIONAL YELLOW p w e 11 II[h STREET N W'S•AD CC(TY 41 ill e N se BI-DIRECTIONAL YELLOW 0 CONST.HID ST.-� • 1 W V DOUBLE YELLOW WM jRAMS®90 C.0 m1.) WHITE mRJ LY p'WHITE mP.) IT WHITE mP.) �' _ :::sJr �,b•BW 6eBLUEmI) E - iliai N10$11, LII• IIs' -� _— :ii%I iii �iaii R/W UNE J — " __ 11:���:�����E��I l EXIST.SfGN ® V - _ �N H 11®® 7 0 �/ 9, pQ'9'1 RR iROOV NEWSGNSNO 6� /� O .S'',...74,000 `- fid\\ $ir I 1 f -N:. :lit 77.—,:_9f':...:uJl 1F,$ a is g ui mP.l 9tiB1,P �� voP. (SA i 27 ii `APZ-al b. ���,VVVLLLDD5 IRO P.NEWSIGNORE£SIOEO SIGNS)(SEE SIGNALIZATI(N/ O ,� STOPL DB'X30') �� \ STA 13+0550LANSHEAT-Bb MfAMi OAOE STANDARD >K W\\® EXIST.SIGN EXIST.SIGN !6X36-) 1N01NE GNAll2ATfON SA OF PIANO OI t� l EXIST.SIGNS(TO BE RELOCATED) (O BE RELOCATED) STA 11018.00,10.00 AT '�1 Z t c ?O BE NE(OCATEDI EXIST.S/GN a/ �r0� //A/ 11) LTO BERELOATED) EXIST.SIGN CC~IL:\ // = I5,-a _(TOBE REMOViE4 �d�l ^ Z �Y/�T �I� jj �� D (�` .l W/ ii -N LIMITS OF S&P MARKINGS y 3 ✓✓ iL.J (MATCH EXIST.) a (i0 ExIES.REMoS BREMOVED) - niLILRIA MN m m mitt II I'REPT _ 7111111.11► elMIAMIBEACH n 9 ammtamoora�.dAa:.�.mq N.41115555eus,15 55555.1555 'MC "„ —N.�n a FLAMINGO PARK —�`99aiy...a�.... NF9r�Tw Hm•+s1«wN. .MAIC DUI O! �■/.110.;:...1"1.24147".".. :w`�e, ...mom&PAVEMENT MARKING PLAN""' rr "I" x/r �� "I" 09.OM nor //1I ...e5-5 el 5-11 o.NE N/A r J•14/1011J•14/1011 055,17055,17 IN SALE IN FEET a a EXIST.SIGN ,A{P°oa EXIST.SIGN a \` PROP.NEW SIGN (TO BE RELOCATED) ® (TO BE RELOCATEO)��� �® \\ O`�.,�� EXIST.SIGN EXIST.SIGN STA 13a1B00 , `(� fT0 BE RELOCATED) (TO BE FELOCATED) (36'X36'1 (` �A \,a � ("0".,70: N pQ�j�� Chl ',...-/ FI BE RELOCATED)'4\ \ FM'UNE f\`�� �,�fi P WHITE(EYP.)—i>.\f 6'WHITE arr.) � '4 ........-2.0.0 WNR (T E Yr.) 6'DOUBLE YELLOW(TYE.) — bO t`•i + � BI-DIRECTIONAL YELLOW 17th STREET s•DOUBLE YELLOW(TYrJ N+, 6'YELLOW(10'-30 SKIP)(TY P.) RPM'S 6)20'C.0 M.P.) BI-DIRECTIONAL YELLOW $ 14 - ]5 BORES A Ea c.c(TYP.) 50' $ t 50 2 ` • // ®6'YELLOW(ID.3a SKIP)TT)TT) 5 CONST.nth ST.- BI-DIRECTIONAL YELLOW� (L CONST.MN ST.-} RPM'S ea B'C.0(TVA.) WHITE(TTP.) ?IC WHITE(TYP.) Ur8'WHITE(TYP.) 6'WHITE(TY P.1 V.. 6'WNRE(TYP.f k.0 IC WNRE 74) w — \‘‘,...,‘ k / £ I R/W IME y / ..-- ii \(( a�� ,. �� EXIST.SIGN 2 � "^a\ 4 )1 -tj (TO BE REMOVED i PROP NEW SIGN �\ ,ASt i' `! ® PWI6-PPS IN! g Q `l r ® °a (30 Xaa) .S a\e® ) (N'X/1') (3aX3a1— ® /1 WirEXIST.SIGN EXIST.SIGN a t REMOVED) (TO BE RELOCATED) EXIST SfGN rANEL ON\a WWII/ilia FPL POLE//TO BE III \ �J/ RELOCATED, \`J W El 1000TOZ 3:11 TOOEMEG 'NIA It! m mMIAMIBEACH .n.E. to.a.T,. �,..MR = = .Niall 1...... FLAMINGO PARK _�p en.aa �'¢ i �� n.FlJ�I=CBp r�RB..., '5KSIGNING&PAVEMENT MARKING PLAN' a e" a^' m AYON WI B6eaitAct�-'— ..Mrs,/e. u,...®,�., .r.� + .a NUR E/m. /n+ ./. ..r .i. I . LSNmD mal 1. F y EXIST.SIGN /i ®�\ (T0 BE REMOVEDI PROP.W. PROP.WO PROP NEW SIGN 5 PBOP.NEW SIGNS SCALE ix FEET PROP.NEW SIGN (DOUBLE LOS P SIGN51 (DOUBLE SIDED SIONSI EXIST.SIGN STA D+IBRO H, y WD-Z W1f-91 R4D (SEE SfGTAUZATfON PIAN SHEET AT (SEE E STANDARD I PIAN EEET iJ RO BE REMOVED) 3ISBL (s‘,09.4,'., (30'X30•) (ZA'XIY) (30'X30')AT THE NDE yTHE SIG INDEX SNEETS ATTACHED 4 NfANI DARE STANDARD INDEX SNEET3 ATTACMCD /� (3TX3P) THE ENO OF THE SIGNAIIZA ION SET OF PIANS), AT TN!END OF THE SIGNADZATION SET OF PLANS)/ 4\ I y� EXIST SIGN pi W STA I63+11.00,WM LT ,i\\Sn\ STA D+ SO,DJa lT /y \ \\I O V� f j _ ( \+-,�C-\ / J �� OBE REMOVEOI �•,,-41; \ i rl ji1 `Q��:+y��) �� !I, ` �/1L>i � �j\ °�oy� `�o \ li'kiJ'© © © © ` H EXIST.SIGN1 (TO BE RELOCATED) \_ ELPI SIGN ` \RO BE RENWEDI 1 / r R/W LfNE \\ - i,. T , T C' 11101111ilik Milk. ' 0 WHITE RVI.) w r49 + -•']CTIONAL YELLOW ILII + oEws®za C.c(TTP.) III�I 11th STREET E0s Z0 WHITE(TTP.) BI-DIRECTIONAL YELLOW "616 � . RPKS®2a CC ow.) 184 a / ?*� lill N1 o Si_ Sa MINI •(IAS I J B•WHITE(TTP) Q CONST.OM ST. 6• �YELLOW RYP.1l Q 0 WHITE(TM.) ryp-30 SRfI)J 10 WHITE(TM) 2 Z 6•DOUBLE YELL• +i%'%'I RTI.) RYPJ 21 0 WHITE RYI.) 20 WHITE(TM - `` .�l I� I I VTC-IB•WHITE RYP.) UO..�, IY WHITE(ITP. 6•WHITE TM) w .�(=j 1 Aii....... _ �__ / I k, IFI I•\; , !1 l' iH RYIJ• , VEXfST. NA ia\ /� r�O BEOVEDI ( \ �1'®iIO1F`®F y Hll�,'1' 333"'$i• }C- 1 ySH �N1M/I DME MO- V yr �"EXIST.LIGISilrGPOIf PROP.RIOS \ y. H EXIST.SIGN �1/ fNDEX SNEETS A ACNEO AT TN E D O I C h g k ��(TO BE REMOVED) EX/ST.SIGN �/ y ( TXE SIGMA1lZATION SET OF 5) y a ( BLE 5r SIGNS)(SEE SfGNKIZATiOM -/ (To BE RELOCATED) _ WI SNEET T-9 6 NfAMf DME STANDARD DO BE RELOCATED) ,.,07>,,, STA M+19.00,ZObA RT V® 3 t(r� rI INDEX SHEETS SIONA ATTACNED AT THE END OF <,,ela0.4a� 2 y.} ' X THE SISTA 1H93b0,10.70 ATUATION SET OF LAMS) �' EXIST.SIGN Q: I I�� EXIST.SIGNS \� �jy RO BE REMOVED! ''— - Ig U) STO PI IRO BE RELOCATED! • .�I •F ,P MARKINGS --/ (MATCH EXIST.) �IT�iI 169 IB.S� 7mlTll�l W1�pm�7oT�p�/Op ]a 7T mull UU1fi 7 I•I■rI■I!�/m •MIAMIBEACH NEW�9.o9a NAP .. � � .� NN,�R� MOW "�,.NR"' FLAMINGO PARK q :c�m. P ~ SIGNING&PAVEMENT MARKING PLAN`," 'N/" +=�. e 5•. � A ",TR Y"= ---- _ _EH 1 w�� s,/, IMITS OF S&P MARKINGS (MATCH EXIST.) 41111111 H^ EXIST.S/GN �'`1v.1 ! ‘,4''��fpTO BE RELOCATE01 ,,'�$�3�� ` •1 �� _ 4:44 / I M./LINE �?�.� ,ra Ivc �. I .sal 1' - I V L i C ,$- Y T I' r 0 11th STREET IA I h< _ — _._ _—a_ _——. -W WZ 6 N CONSTran n. � ps:SP jI WHITE ITYP I L. Vq !r WHITE(TYP.1 :.._ `.'`4 .1'v�''j�. N , ./ Q Ind\ 1'. ,;;90''' L r=--- -- - -',',., ,‘ s.) , 1 , 'i ',r- t --7--.'--;§3:-1',4;4,41 ,d LILT POLES ON `� el.tie, L--_� _ yr I 11 ((TO BE FEMOVEOJ PPOP.NEW SIGNS \ I (3o.x30') arm-) \ e, '.I :'J \\ JI� X fug". '1140t,>.‘ I I iSTOP \ ter 1 F (-==, I .'"'"4,4.sitS„ In I Jr, r 41( �; `aataai ][Ow mOHERN 7mon it 1Fem 1111111 alMIAMIBEACH �..a � � .r =' ��W FLAMINGO PARK w^E%a . ` AP ���� MI.IJm.AO1.lOO�r1...��n'SIGNING h PAVEMENT MARKING PLAN" �, s®„o rno�,�wia..o.... enaw.ew.e—' w�yL ori .. No,om n o. I m r e w:- mesa .1.442017 42ASS$41 y[ F 1 E9 LIMITS OF S&P MARKINGS „. 19 I- 19 1 4 (MATCH EXIST.) • 4 Z. LIMITS OF 5&P MARKINGS (MATCH EXIST.) ;▪ a-. a� ZZ( .4- EXIST.SIGN J ?M1 EXIST.SIGH 1 \��� ?O BE REMOVED) G (TO IE RELOCATED-/ I ^ \ PROP.NEW SIGN if\ S %, F41t % Z 1i; �r 2 \ ®\� l3mXIPl !? '� O� II WI N 1 ® I 4. LL \\ iEX/ST.SIGN y 41 X41$ II ��yy�� , (TO BE RELOCATED/ 3 4 0 ® I RAY LINE . "�a �✓/ s I�Z_l__ / TYP.1 L/` Abe'DOA, I l 41 IB'WHITE MP) , ll'WNRE mLJ j ` C 43 ep - 11th STREET r WHITE mr.1 1/tom Ni r DOUBLE YELLOW(TPA) �II,� 24 WHITE 411% 'F `6'YELLOW(10-30 SKIP) ) 'I.I.x�� mP.l �+ ! °f� e �'`' PP =2 Nig: h SW BFDIRELTIONAL YELLQY J ! 1 . B' �III�I ' d W ANIS•30'C.0 OW.) Q CONST.@N sr.Al-DIRECTIONAL YELLOW-/ p ! - 1 24(YE.) LS WNREdal ~ 41 WHITE mI.J RPKS 6•WRITE MVP.) trey.) i�III mr'1 mP.J 44v my.) N T WHITE mIJ ,��/ Z P WHITE mP. ^ b'WHITE(TIP) i� (} ��� ;��� 2 F_- ii j T WRITE(TIP.) �` J ` 6•SLUE(TM) �\ � tAI f Q b R/W LINE y'�\ //ice/ ----- EXIST.SIGN / ,_,, TO BE RENOVEOI .., \(-s`1 b"ly" EXIST.SIGN YYROE.NEW SIGNS ;mP.J 2t /U]INB\ �' i amm\\\(TO BE RELOCATED) (f271-2e6 �r�} fr,pl ) C T� i.P\\ (1711-3G1 ti it - 1G Z STO Pi„,,.,....„;%Itis J 2 0 G (TO RENAINJ 1 Z ud. 4 4 . 1 1 / i„,,,, IS �ooLJUG(L• m�ma°��m,.,E •F S&P MARKINGS ► l !sP qm(MATCH EXIST.) Tv III I r'IP!%jm ru1r�1 pat mMIAMIBEACH m...,......d .N.RB moo.: _°.� � P�.N., .;.NONN��., FLAMINGO PARK A,...raw�m • Nn PUBLIC wows RRE AP ,_ BR� a-; s. m�- ..ay. SIGNING&PAVEMENT MARKING PLAN mra.aea w.rXw.wxry iwR FAE sap N.Lw.. yd .sesxn n... /1,I - =s-ii e. /. SCALE IN FUT EXIST.SIGN //'\EXIST.SIGN ON POLE EXIST.SIGN (TO BE REMOVED) (TO BE RELOCATED) �+ (TO BE RELOCATED) \ � (TO BE SIGN f£ y O EXIST. BE SIGNolio(`� \ '�1ri Gis' �0.,4.✓ EXIST.SIGN Or C------ '=1 ,)\-61, ,\G�/r ��d•P c. no 9E RELOCATED) Ii ul n -\:._,___ p_ AETROREFLERNE YELLOW J C 1 PAINT ON CURB � -— ry .`-I \ j•N ION�\' ' , C 0 e(2'�«'k c'k V1 BI-DIRECTIONAL YELLOW 6-YELLOW(TTP.) B•YELLOW • N /RPM'S®10 C.0(IYP.) FLEXIBLE DELINEATOR O 10 ITYP.) a d .. 50 r 53 IT YELLOW(TTPJ -oIRLCTIONAI.YELLOW 54RErao wEflERrvE YELLOW RETRO-REFLECTIVE YELLOW 55 • \ I MSI C.0(TYP.1 I fNNT D/i,rNRR PAINT ON CURB I d . `6.DOUBLE YELLOW(TYP.) ]]th STREET . Q COMST.11th ST. \ r rELLaw mPJ LU P YELLOW DD-3W SXIP) O \` w B'WHITE(TYP.) (TED.) F- V YELLOW 00-30 SXIRI(TP.) ? B`WHITE(TYP.) d•WHITE(TYP) F \ iC WHITE ITYP.1 r WHITE(IYPJ `6.WHITE RYA) ^ U _ 1C WHITE(TYR) i '�AeT\Ise V$ D III\ /I V � KBjf rr\��HUj\�AAa PROP NEW SIGN � �����) �� XIST.SIGN J ,C__3; 13" ti l30pX30-) \J EXIST.SIGN OJ'.‘444 (TO BE RELOCATED)LL ON�J IBll� STOIf1 ?� o (TO BE RELOCATEDNF O TOP, EXIST.SIGNS EXIST.SIGN �_� (TO RE REMOVED) (TO REMAIN) EXIST.SIGNS EXIST.SIGN ON LL) POLE (?O BE REMAIN) ITO BE RELOCATEDI 1 1111 ooW L MI 1mmo�mm m mmmTm IIPI!/U I, 7 s.Li it, 11M l •MIAMIBEACH �..wT,.a._.a,.a. .a..,�N•� �ff .�. •••••••1.10 I ."!7 m M uinrIl FLAMINGO PARK �Evea.v..r, e�o.•se ��, ....�....II. MX.. BM cwaietvc mi.w. _ s BRARlD"'NM ORAIMMNL^^I' yx'��a---my evaa••••--wrrtaaeo•.—c _ emn.•mSrA , r•/ was •/n ro•. e/+ mn�eas..anumopf.,. SIGNING&PAVEMENT MARKING PLAN"'' a.aa,,,, "_ _ •y non //I. .011..-I.0's-'.ar,•. /r, 4 SC.E PI FEEL EXIST.SIGN / ;I Oil/ (TO 9E R/E-LOCATEOI PROP.NEWNSIGN j9' EXIST.SIGN (30'X30'1 "_�' q,`O REMAIN) CO `J ° d" ) END SIGNING& q�-[Pdr„J ) y 't. • PAVEMENT MARKING I • / \`�yY 2 \,,,./ (MATCH EX _ O • 1 56-- -- El W It CONST.1110 ST. 11th STREET U , P YELLOW ME., ___ 3-EX3''MOTORCYCLE '� i '-') PARKING ONO,SPACE 9 / / fit / -r �mDammo ]m................ mmmo�m 7UU1I11 M:1'% PIO mMIAMIBEACH .oa0.a. Comm-...m,na,.,,„„tR .� ..®va� ; ..' n,W R.,, e.I.W �.1NINn FLAMINGO PARK otiw.o.a.m� SIGNING&PAVEMENT MARKING PLAN ecwE Ran nore.O 3/24201, RIO..MI //.+ -1s- ii O.3/ r SIGNALIZATION PLANS /".114°°alimilli.11"44 FLAMINGO PARK NEIGHBORHOOD C17(OF MIAMI BEACH RFP NO.:2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS eMIAMI BEACH ~o� : eilik.jog..� �_ PUBLIC WORKS DEPARTMENT -'N111,1? ��'+ HIGHWAY IMPROVEMENTS ,,,. it`` FLAMINGO PARK NEIGHBORHOOD �,, Ilk\ PROPOSED SIGNALIZATION AT 1 1 th STREET AND PENNSYLVANIA AVE �I ';; LOCA SON OF PROJECT PROJECT LOCATION 81 m®rf MA LJ ��1- 1- 1- ;-.....-..T .-1. _a.... E-7-1EIR 11 4.T. „''ii' =__ 11,....,...11 ___HI „.1 CITY OF MIAMI BEACH --f II '1I ii MAYOR: PHILIP LEVINE -aINDEX OF SIGNALIZATION PLANS CU010111111/ it SHEET NO. SHEET DESCRIPTION COMMISSIONERS: RICKY ARRIOLA -a.. Nnn�_7--ii///� U/ T-I KEY SHEET MICHAEL GRIECO ■,(LII j T-2 SIGNALIZATION GENERAL NOTES JOY MALAKOFF r'f - --- I• T-3 SIGNALIZATION TABULATION OF QUANTITIES MICKY STEINBERG KRISTEN ROSEN GONZALEZ B— I` -- 17i�/ T- SIGNALIZATION PLAN JOHN ELIZABETH ALEMAN �� � _ _ 7 _ /�I�/ T-55 STEEL MAST ARM DATA �l I T-6 STEEL MAST ARM DETAIL COY MANAGER: JIMMY L. MORALES '_-J -- 0-- /l// T-7 ELECTRICAL PoWER SERVICE DETAIL CITY ATTORNEY: RAUL J.AGUILA ___ / T-8 TO T-9 PEDESTRIAN BEACON PLAN ASSISTANT CITY MANAGER/ VI- I—17-, -_DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. !-Rn � r„-,r=„=,,_„_, CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. LOCATION MAP N.T.S. MP Consulting Transportation 10305 N W.41 SD'e4t Sulte 115 s Mrertx,FL 33179 RI IC 1305)592-7293 I 17X:(305)593-1594 Vendor No.:65-0770583 CA No.:EB-0007797 SIGNALIZATION NOTES: I. THE CONTRACTOR SHALL PERFORM AN INVENTORY OF THE EXISTING INTERSECTIONS PRIOR TO 9. SIGNAL EQUIPMENT CONSIDERED SALVAGEABLE IS AS FOLLOWS: THE BEGINNING CONSTRUCTION ACTIVITIES.AND SUBMIT TWO(2)COPIES OF THE INVENTORY REPORT. LISTING ALL OPERABLE AND INOPERABLE SIGNAL ITEMS TO THE ENGINEER.ALL DAMAGED ITEMS CONTROLLERS,CONTROLLER CABINETS,CONTROLLER HARDWARE AND SOFTWARE,FLASHERS.COMMUNICATION SHOULD BE CLEARLY IDENTIFIED IN THE REPORT. DEVICES AND HARDWARE,SIGNAL HEADS,MAST-ARM POLES AND ASSOCIATED HARDWARE.MOUNTED MAST ARM SIGNS,PEDESTRIAN DETECTORS,PEDESTRIAN SIGNAL HEADS.ALL OTHER EQUIPMENT SHALL BE DISPOSED OF 2. GOVERNING STANDARDS AND SPECIFICATIONS FOR SIGNALIZATION ITEMS OF WORK ME:THE TRAFFIC AT THE CONTRACTORS EXPENSE. CONTROL EQUIPMENT SPECIFICATIONS AND STANDARDS FOR THE METRO TRAFFIC CONTROL SYSTEM MIAMI-DADE COUNTY 2000 EDITION;MODIFICATIONS TO TRAFFIC CONTROL EQUIPMENT SPECIFICATIONS 10.THE CONTRACTOR SHALL NOTIFY THE CITY OF MIAMI BEACH IN WRITING,NO LESS THAN 14 WORKING DAYS IN ADVANCE AND STANDARDS FOR THE METRO TRAFFIC CONTROL SYSTEM MIAMI-DADE COUNTY 2000 EDITION. OF THE NEED OF ELECTRICAL POWER SERVICE HOOKUPS OF SIGNALIZATION/STREET LIGHTING FACILITIES. THE CONTRACTOR SHALL SUBMIT A LETTER OF REQUEST ALONG WITH AN AFFIDAVIT OF GENERAL ELECTRICAL WORK, 3. ALL ELECTRICAL AND ELECTRONIC EQUIPMENT MD STRUCTURES SHALL COMPLY WITH THE MIAMI DADE COUNTY QPL. SIGNED AND CERTIFIED BY A MASTER ELECTRICIAN. 4. THE SIGNAL-MAINTAINING AGENCY IS:MIAMI DADE COUNTY PUBLIC WORKS AND WASTE MANAGMENT 11.INSTALLATIONS OF NEW PULL BOXES SHALL BE PERFORMED BY A QUALIFIED ELECTRICAL CONTRACTOR TRAFFIC SIGNAL b SIGN DIVISION. WHEN NEW PULL BOX IS REPLACING EXISTING PULL BOX,THE CONTRACTOR SHALL ADJUST CONDUITS AND CABLES TO FIT THE NEW PULL BOX ELEVATION. 5. THE CONTRACTOR SHALL NOTIFY THE MAINTAINING AGENCY AT LEAST FORTY-EIGHT(48)HOURS IN ADVANCE OF ANY WORK TO BE CARRIED OUT AT ANY SIGNAL RELATED INSTALLATION. 12.THE CONTRACTOR SHALL RESPOND TO ALL TROUBLE CALL DISPATCHES AND REPORTED MALFUNCTIONS OF TRAFFIC SIGNAL WITHIN(2)HOURS.CLEAR DISPATCHES WITH THE TRAFFIC CONTROL CENTER ITCCI OPERATOR OR 6. EACH MAST MM POLE FUNDATION SHALL INCLUDE TWO SPARE CONDUITS THAT ARE TERMINATED IN THE TIMING ENGINEER WILLIAM PAZ AT(3051 679-0025. ASSOCIATED PULL BOX.A MINIMUN OF THREE CONDUITS HAVE TO BE PROVIDED TO EACH POLE. 13.THE CONTRACTOR SHALL NOTIFY THE MIAMI DADE PUBLIC WORKS AND WASTE MANAGMENT DEPARTMENT,TRAFFIC 7. PULL BOXES.MAST MN FOUNDATIONS AND CONTROLLER FOUNDATIONS SHALL HAVE A MINIMUM A CLEARANCE SIGNAL b SIGN DIVISION DAILY.VIA EMAIL AND FAX(305)471-6422.OF THE SIGNAL AND ELECTRICAL WORK LOCATIONS. FROM ALL JOINTS MD EDGE OF SIDEWALK.THERE SHALL BE NO EXPANSION MATERIAL MOUND PULL BOXES, ALL THE DAILY EMAILS AND FAXES SHALL BE SENT BETWEEN 7:00 AM AND BOB M. MAST ARM FOUNDATIONS AND CONTROLLER FOUNDATIONS. 14.THE CONTRACTOR SHALL PROVIDE A MINIMUM OF FOUR(0)SPARE SIGNAL CONDUCTORS FROM EXISTING MAST MMS AND 8. ALL SALVAGEABLE SIGNAL EQUIPMENT THAT ARE REMOVED RUST BE DELIVERED AND UNLOADED AT THE, PEDESTRIAN POLES TO THE CONTROLLER CABINET. MIAMI-DADE COUNTY PUBLIC WORKS AND WASTE MANAGMENT DEPARTMENT,TRAFFIC SIGNALS b SIGNS DIVISION IS.GALVANIZED STEEL COUPLINGS AND FITTINGS WHEN INSTALLED IN DIRECT CONTACT WITH THE SOIL OR IN CONCRETE 7100 N.W.36TH STREET SHALL NE COATED WITH A PROTECTIVE ANTICORROSION PAINT,ASPHALT COMPOUND,OR OTHER EQUIVALENT PROTECTION MIAMI,FLORIDA 33166 TO HELP PREVENT DETERIORATION. RECEIPTS MUST BE OBTAINED FROM THE ABOVE AGENCY AND SUBMITTED TO THE PROJECT ENGINEER 16.ALL MAST ARMS SHALL BE BLACK PAINT FINISH. TO RECEIVE PAYMENT FOR REMOVAL ITEMS. 91146•91310{111031112 ��•MIAMIBEACH FLAMINGO PARK AY. m EMA.. MrAP + 1.1•919 wa • , PUBLIC MONKS cr"a10g1°0199^"°"'^ wiAy. " NM" xY^vSIGNALIZATION GENERAL NOTES 82022 aril 90.9. NO.PAM a,n.m .••••T-2, -. -a. NM/ ru.N .Inar.er.rornrrwrN.Myee,.eyrrraNM,r, 1 TABULATION OF QUANTITIES ® SHEET NUMBERS TOTAL THIS GRAND DESCRIPTION UNIT TOTAL T-4 T-8 T-9 SHEET PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL PLAN FINAL �1CONOHT 2'RVC UNDER PAVEMENT ©� �-- ELTRAFFIC ROC I OOWWE L ERE POLYMER__.......1111U111111.1111111.11111111.1.11111111111111111.111.11 CONDUCTOR . __. ®®■■■.■■.■■■■.■®.■ 639-1-122 ELECTRICAL POWERTESERVICE,F730 UNDERGROUND,METER.ABDUCTOR 5 BY CONTRACIM 639-2-1 SERVICE WIRE AEG WITH TNI'INSULATION)(THREE COIOUCTOR SET)IBLACK,WNITE AND GREEN) 641-2-12 PRESTRESSED CONCRETE POLE.£61 UhIIIIIIIIIIIIIIII 646-1-1i ALUMINUM SIGNALS POLE,PEDESTAL 647-11-30 MAST ARM COMBINATION,STANDARD DADE CO.CLASS DS-1I(30'ARM) 617-11-32 MAST ARM COMBINATION,STANDARD DADE CO.CLASS DS-I2 32'ARM) 647-11.38 MAST AND COMBINATION,STANDARD DAVE CO.CLASS 05-15 38'ARM) WITH LUMINAIRE 650-51-313 TRAFFIC SIGNAL(Fil)(3 .1 WAYHOMILETE WITH N.MOUNTING BRACKETS 6 LANPSI(LED) © � � � 11� 1 � �- ��- COUNTDOWN) 653-192 IED.SIGNAL,2-WAY(LED COUNTDOWN) 660-1-109 LOOP VEHICLE DETECTOR AMPLIFIER(RELAY OUTPUT-RICK MOUNTED TYPE 170 CABINET) IMEEELEM 660-2-106 LOOP ASSEMBLY,F61,TYPE F (PEDESTRIAN DETECTOR, (INCLUDES PUSH BUTTON SIGN R10-3E) 670-5-120 TRAFFIC CONTROLLER ASSEMBLY-F61, 170 690 32-2 690 50 REMOVEMOVAL(MALLOW, MER LOW,DEPTH OF 4 FT) BOLT ON ATTACHMENT) LY EA 1 I 690-60 REMOVE CABLE AND CONDUIT PI 1 699.0-IA INTERNALLY ILLUMINATED SI01,F6I,01 MOUNT,12-18 SF AS 4 651-2-22 RECTANGULAR RAPID FLAWING BEACON,POI SOLAR POWERED,COMPLETE ASSEMBLY BACK TO BACK AS 4 8 IIIIM =1111111M=1111111111 •11111111= 1111111• 11111111 - -8�------------8 --- In= MIIIIMIIMIIMIIMIIIMIIIIIIIMMIIIIIIMIIIIIIIIM 111111• IMI=MIIIIII1==11M111M1MMIIII==111MMIEIIIIIIIIIIIM III1= =111111 =11111 •1111• 111 •111• 1111 =1111111=M11111111 NOTE: THIS IS A DESIGN BUILD PROJECT.SPAY ITEM NUMBERS ARE PROVIDED ONLY FOR THE PURPOSE OF DESCRIBING THE WORK TO BE PERFORMED. mMIAMI BEACH FLAMINGO PARK NPp.�COmN�rT'.'r E _O_ MP. eo�oi an MUG KS IMPAIRMENT SIGNALIZA TION �� �m'w ti++�� TABULATION OF OU ANTI TIES u.."sem„`^"�� P1°'�'®""'Q'""'• -- re�/i w'y!d or.� eve R,as .3/.n' - - ..H. 3114231142031142011102 PR IV*.I•a....�I N.r-LS'l..1W........ISPSATNvswl SIGNAL HEAD & SIGN DETAILS INTERSECTION I 630-1-13 11280 IF EIE CIa PI PB II 01 I/ I6 I6 RB /" \ wK UP ATTE S.PATIIROLLER�ION P',1111 rI g AT APPROX.STA 5l+]03](60.]9 LT) O O �.��3�1(�'ar BN ;ti 1 635-1-11 ,1 AS 3-SECT.,1-WAY FED.SIGNAL "m Midi= EXIST.COlRPoLLER I \ N COUNT-DOWN 73.LI Wirt REMOVED) \1 8 I-SECT.,2-WAY - NEW CONTROLLER LOCATION 1650-51-313 j /AS ��^•_ STA 51+6].3/(SS.BT LT) , W 0 S 20 fOMT53t/FR ITEMS (I Ill-- Q Q 653-192 I �� I 632-7-1A 11 PI o Q Feat I 635-1-11 16 AS I' 4-0' BO r,�,.md is• Z _ ROP.MAST ARM r 1660-1-109 1 1 As _ a: C STA 51+T2)5.95 4I PNURNVF OI.AV 4 11 Street o- Y 6)0.5-120 I I AS D CONNECT C J.,..,- - ! LE26 Er NGTH 32.09 N'L� N[ RIO-3E PROP.MAST ARM STA 51+66A1 I ARN BEARING.5 8T Or W (NOOIFIED) `v'I LEUTs LED II SNS 4 0 IS SEA LUN/HARE (15.12 Li) �L,.6 I {II 1 61]-1]-31 I 1 AS D3-] D3-1 STA SI+]1.I3 ,I R' ��_VVVi J Z I I 635-1-11 1 1 AS 2 AS 2 AS INSTALLATION (33.21'LT AI 699-1-IA I 699-1-IA TO BE INCLUDED IN ARN LEN47N 38.09 - W THE COST OF REM ARM BEARING 5 01'59 E 1, • NOTES: 665-11 1 64]-11-38 I/AS II • d E CTR D Cf 9AgK PROP.PEDESTAL SIGNAL ® 1 'ROP.PEDESTAL SIGNAL I. SIGNAL TIMING TO BE PROVIDED BY NfAMI-DARE I 635-1-11 12 AS STA 51+66.50(24.24 LT) /9,%+ El '1� } STA 5-I-Il (I EA LTJ COUNTY TRAFFIC SIGNAL AMD SIGNS OrvISION. 1 635-1-11 12 AS `t' ' g,N �2 } 635-1-I1 I 1 AS 2.ALL PEDESTRIAN SIGNAL NEARS SHALL ALIGN WRH I 646-1-11 I I EA j Il. • -1(�r ... r• i I 6/6-1-1/ 1 EA CENTER FAR SIDE END OF CORRESPONDING CROSSWALK. r. 663-11 IEA X11• -� A I 665-11 I I EA 3.TRAFFIC CONTROLLER INCLUDES THE INSTALLATION OF. LUMINAIRE OfGI WR21-L33B-0EI-SNRRARSPogT WR21-GTE NORTH ANERfCA REQUIREMENTS '--• _--' GSN/AT6T R80MH1/AWSL 2 ETHERNET,RS232,No Wr Fi, _ T.rL6� W�F ; ENTERPRISE SOFTWARE PAAKAGE,EXTENDED TEMPERATURE, LA(FT) LB(FT) �� A°, 6C9 4L i US POWER SUPPLY,ANTENNAS. -00' � _ I t CONTROLLER OPERATION 73 VI 120 V,LED IOAIRE � y ,I '4!,,,,L. --- ].MINOR STREET:11TH$YLFAH USE ElEVOLVE -. 1 MINOR STREET: PENNSYLVANIA AV PHOTOMETRIC CURVE Q CONST LRH ST. _1st E,,,. I , ^� ER51[301550-120-2]] �jy8 y�- 1 _-r-f _..... PM.I• I.FLASHING OPERATION: [ATA(DG N0. - ,9iq. YELLOW-1 6 6 ERSIIC3D15501BLCK_ REO-468 fib.Py 54,1/E 3.50P:IEl � I .3 I NIM -lIITH ST eer 11TH STREET 4.PHASE ACTUATES 2 '"' 1 ' PHASE RECALL:1 SERVICE POINT ITEMS -_ -_ iyr _ PED.POLE 1 633-I-17 16 AS _ _ _ �I►a. / Q 639-1-123 1 AS • .._-•yl-•. •6■� �\ N.c, A 7� 4'e _ 77 I OE • r� A pYDa h b!f ��� rE eOE F%T� ��li I a39-I-1 1311 LF 61 Mil:} USN BUTTON 'is 1 641-2-12 1 1 EA AT PNOP FP�o lvaiEPDT� +� -M61.- Ver N PUSH BUTTON 140,I-PHASE �, 1,i ^_ ! „_„ REMOVAL ITEMS STA 51APPROX56.4/(2339 FIT) A viz G l-i fi ❑ PROP.PEDESTAL SIGNAL G' • IY . �: 'ROP.PEDESTAL SIGNAL 690.32-2 14 EA $TA 51+66.61!24.19 RT1 it/ •, 63i�-130 f-11 ;1�RT) 690-SO I EA 635-1-Il �I AS NW CORNER NE CORNER I 646-I-Il I I EA �,. j 3 d' I c555-I 11 IEA 690-90 I1 PI 665-11 II EA 1 665-11 II EA �, J • El ❑M PROP.NASI ARM I C.�' PROP. A 32A MAST WITH LUMINAIRE STA 51+)1./8 1 DETECTORS (30.19 RT) j (ARM RENLTN.38.09 PUSH FON LOOPS ARM LENGTH.30 :I >- ARM BEARING I N 01' 59 W SN BUROM ARM BEARING.NBT 01'E 1° M0.0£N0.OF I64]-11-30 I/AS V1 • 1 64]-II-3B I 1 AS \: I A LOOP SPS OETPS. I 635-1-11 14 AS W I 633-1-11)3 AS PEO.PILE T (]E_ , PED.POLE L A-II I 1 NOTE:THIS ISA DESIGN BUILD PROJECT.'PAY ITEM NUMBERS ARE PROVIDED ONLY a ..Il•I'FZE1.Fq!!/ / / FOR THE PURPOSE OF DESCRIBING THE WORK TO BE PERFORMED. -- - / PAY ITEM DESCRIPTION FOR THIS PROJECT ARE SHOWN UNDER PLAN T-3 111. r Itr//to SW CORNER SE CORNER TABULATION OF QUANTITIES. 11TH STREET&PENNSYLVANIA AVE ID/2767 MUM'-ft( MIAMI BEACH WAITNwPARK .�-- lean l f RecoMommammakmat_ M 1. BI NALIZATKIN PLAN amalmame a.. °^e'O"ff"`O1�•'.""'. I Fr i r� - - _ -+dW Me vMmi anneal .,...Nw.mmu. a.w..Wrw .w..w.na„ POLE,STREET LIGHTING LUMINAIRE AND MAST ARM DATA POLE UPRIGHT POLE DATA STREET LIGHTING LUMINAIRE TRAFFIC MAST ARM DATA PLAN DESIGNATION DADE CO. (ORIENTATION OF FITTINGS) ARM WHEN REQUIRED SEE STEEL MAST ARM DETAIL SHEET _BUILT-UP M SHEET LETTER/ TYPE CLASS HAND PUSH PED CONTROLLERVENI[ULDIM DIM DIM DIM DIN DIM SECTION TYPE ORIENTATION SPREAD ORIENTATION M0. NUNBER NO. HOLE BUTTONSIGNAI CABINET SIGNAL Y' V` •E' •F 7 •If ABOVE 2767 T-4 M I OS-IS P 311O' 330 270 T-6 WA I 05-12 0' 370 270 190 T-4 CA I DS-IS P 3/0 310 270 T-4 D6 I OS-II P 300 X0 I(0 MOTES: I-HANOHOLE ORIENTATION ISP UNLESS OTHERWISE NOTED. •MIAMIBEACH ELAI"NGD PARK AM Coma TTw E N '� w/ . . W emus:N. -� AP ® d o ..._ STEEL MAST ARM DATA ...means rn.avrfsone w ew�.w.a..mn ems One .Naar�/i_ 10.11 w.N a.aaraaroanarar.arr..Nyar.wna, 6i ._.w.� MATER-AL SPECIFICATIONS pnvr ",� YWpFFIC ENGINEERING PUBLIC WDIVISION PT. TRAFFIC ENGINEERING DIVISION ANCHOR BOLT DETAIL ....... .o i•. •+�a... TYPICAL POLE AND ARM SIZE REQUIREMENTS :Z71=7Z 7., m_I��I --�..°—o.. e _ - ...wae.m.m.,.nm nm anss w .�PRIGHi.�E SIZE . mm rtr�¢ O•O TRAFFIC ARM SIZE a; ......,.•"" i ...�m. �.. — �..ve s� s M'�� �plt — _,. I.:4__w F i TRAFFIC MAST ARM U ORIENTATION DETAIL "Y - gym' ;w i 'r©„s C •...,,,mc . 1 1 .,s. NG .w. As ." '"` na .w �. ° IRIAim fdl, � �n....R�..,e_.m w._m.�,....� — ...m........._.....m. ....w @16111® img r Y w TRAFFIC MAST ARM 6 ORIENTATION DETAIL L n illi "r °CTIO••" Eu.�w'ac r.▪ a�°▪ � mw N6SEC TION'A-A' .P .a. ..-r w BASE PLATE AND FOUNDATION DATA "` "`�r.w.,."`.,.m" '."71:1 .,"n,"' gam,..• •'q a .`.'.'.r".e"v""." ////// w v cmaE r ' t e.t¢.U,Rm°wErz.r m•.. TYPICAL ® T EL Mme' • p e n , '.r' I./ 't'an.......va"' a w Tram;s��.a�u E cm. R INFOR IN r.�a1 ''3ff a. mfa . « '1.'-',.- . .,r ;a —w. rill ,' —R.a.—g--..g¢..°,. nn r.m. a°.•aa.s,rsx?amm. a...mm.,,... m-, ..x . ems ARM ATTACHMENT OE TAIL /0,F.°F.7.4%.7 x.m ovuu717-5"."'":' • TELESCOPIC SPLICE DETAIL FOR R .SOS[$ • • • • z=4,`"`„,1"."-',,,,,„‘`'`',,,,,,"r„-won o....•..smucw.a me I-v rxw oS so z vx. ARM LENGTHS OVER 38 FEET - � ., . , er,..m,z r .,°.a.g.�m..,a.,,.,m m,v„,e,.w,m-x '^. eMIAMIBEACH FLU :�a...�..s �—Or= "'” °" ' M FLAMINGO PARK vW,.Mn. go arms Gm.me.mai mat eanto STEEL MAST ARM DETAIL MINX mom sariumsourr"". ..t,11•••.:,..••••:,7=••••• mvea�zP.oAM.w.,nA,xA!mmzw -aula r , work"�" -9 �� x/" Y�ow I. In.an tiploort t 1 1 t t I o 1 1 1 META. T.DISCONNECT SWITCH { 6aArznL ZI1T:;;L;:;11T METER eW1vE3ro mon � 1 �f RIGID GALVANIZED STEEL COMMIT FROM UTILITY UAE Y FROM METER F.P.L. F.P.L.PCE_ •1 N TRAMSFMYER MW SERVICE DISCONNECT OUT MN.MN.air SWAM TERMINATE CONDUIT Worm INSULTED • MAIM NT NMI SEEICE SLOCO ME1I GROUNDING CUSHING RIM SOLNo D.O. HANOI®NECT FRN•WO CONCRETEHE ROLE PRESTRESS TYPE P-ll C LONG.(SEE NOTE ll DU MPS/8)/210 V N/S.N.ELECTRICAL f CO AMPS 120/EWI V N/S.N.EIECTRCAL [GNINIXIER CA6NET SERVICE CSCLNN£Cr SNITCH HEA.WIT SERVICE 06moMECT WITCH MAW DUTY IM OMR1Y ExCLOSURE lSTWIESS STEEL, IN'NEMA O ENCLOSURE(STAINLESS STEEL, W/40 IMPS FUSE(SEE NOTE N W/A AMPS FUSE FOR LIGHTING NAST IRY.HSFE NOTE 51 LIGHTNING PROTECTOR FPK MAKE WIRE ENTRANCE 26 IM I-I/2 METER CAN(FACE SINEW..OR ROAD• 1 a _ LMNNTIOMT STEEL FLEXIBLE CONDUIT l TELCO DOOR PIC GRIMING WINE IN 3/f • PIC DRAW NCE IN 3/f N PIC UWMO RAND CROOKED STEEL CONDUIT N.I RCD DNYANIIED STEEL CONCUR MID BOT 4 F.P.L . _ PIC 1 PIC GROUND RARE IN NI MCD GALVANIZED STEEL CONDUIT CONDUIT CLAMP IMP., TSP DIE POLE CRCLNCNO PIG rm.MUST BE DETAOED FPK SERVICE DINE ENTRANCE I CLLR I27-1/2 FM 56YM' OWNED CONNECT CORD BRANCH CIRCUIT IN I-1/2 ROD *ME TO ITE GALVANIZED STEEL CONDUIT EXIST.ELME NUM'H INHERENT TO THE ROLE WINO tin PULL 6111(27_,Y C Y Itl 6(REFER TO NOT£91. N COLTER NAMED'MEMO LIC SFR• I10A M EO STT X It x-N6"1V r•MC mI/Nr REST U6H BYIR.RANWIT PULL BOY!P7-AFP X C X 51I BOTTOM THE COON.(PTC IRU TO BE CONNECTED PAo lcxalND mm SNB UP BAER MAPoLED'MMFIC SWR.' MOTETS SUN F.P.L SERVICE HOON-UP CRADE M1P. r,/ N Ob.M P M QfI4R CONCRETE PAD ITT, '�. ' SttINEB/CN MWADE�WJ �" PP DPX CONNECTION L 05,1,Y C X C iN;n7 '• ` �R4I.me pi 975/....,.a,R1W7 COVER ED'TRAFFIC SIGNAL' m'M<•HH 5/0•INA.I d0 DRO ROD / s I YN•DIA.X IDd CRD ROD SAN•INA.f qb GRO ROD nP.1 INP.1 K Rao urn 2.6 X FIC MD IN z PVCritMOTON 1746 KM r IN t moan-PSCHEDULE O TO PK AFTER STEEL E(LW STREET LWT GN MAST ANTE SEE NOTE 91 9 DP, SERVICE POINT DETAIL RM PO. I.CONTRACTOR SHALL COORDINATE WITH F.P.C.ENGINEERS FOR THE INSTALLATION OF THE F.P.L.RISER. N.T.S WHICH INC!(/DES A CONNECTION FEE of IIM.m. THIS FEE SHALL BE INCLUDED IN B'0 ITEM 619-I-52) 9.1.11.1.SIZE SHALL BE•5 MIRE,THE MOM DROP SHALL NOT EXCEED IX FOR THE SERVICE OXOCTOR AGN) A NEN TRANSFORMER.IF NEEDED.HAS A SEPARATE FEE N N_.THIS N LIE INCLUDED IN BD ITEM 619-1-GNP. JO FOR THE BRANCH CONDUCTOR Fm A roroL INE NO LORE NM 5X. 2.ALL GROOM RED SMALL BE INTERCONNECTED NSNG'6 CR0190 WIRE•. D.RILIBOXES moor 6E PROVIDED SO COYOUT RING m ROT EXCEED P10 FEET H LEAOrn. 3.PMMOE SUPPLEMENTAHH COAD ELECTRODE SPACE AT A MHUNR VT APART. U.ALL ELECTRICAL MCR MO MITERAL TO COMPLETE SERVICE ASSORT,TO LC INCLUDED IN BID ITEM MAO-I-M. E.SERVICE DISCONNECTS TO RE ORIENTED ON CONCRETE ROLE SD THEY ME PARALLEL TO THE SIRNAU.METER 1.THE MME FOR THE CONCRETE POLE MO THE INSTAUATW SHALL BE INCLUDED IN BO ITEM 611-2-E. BE ORIENTED ON SIDE OF CONCRETE ROLE SO WHEN REAONG Ir TLV ARE FACING LNKOMO TRAFFIC. 6.ALL COMM.SMALL RE TYPE RIM-2 OR RIM.INCLUDING THE GRIND ANNE(OTHER TOPE Of[LWONTM IS NOT ALIONEC. METER CAN MUST BE NUYBVY,FPL CATEmO J/J..METER HR. Go/ALD NEUTRAL. FXroq INSTALLED,UNCS 1 MR./TALON 41106-0OF Al APPIOED COML. 6.YININM WIRE SIZE SHALL BE S. ES'LA QVMM1 HAND EX-. W.SERVICE DISCONNECT AND POLE TO BE INSTALLED AS PER PUN. T.CONTRACTOR SHALL SUBOr STRUCTURAL LVCVUTIOK OF THE ROE.SOIM AND SEALED BY A PROMS...MOWER. 5.PROVIDE f FEET OF COILED TERYNATW OF ONOLTON IN THE MUM MIMED'ELECTRO'. 6.MW SERVICE omowxfCr SHALL BE RATED FOR SERVICE ENTRANCE,LABEL MUST dE FACTORY INSTALL. 6.CONDUIT FRO•UErEN CM TO ENTER DISOWNECI ON SIDE OPPOSITE OF THE LEVER. 55105555H000: BraulE5ROFRECORD105—._ COAp M AM BMCH FLAMINGO PARK i�p..°vc.oetlan 10 co•rorr0.AE �W_"'®0�0Q ELECTRICAL POWER SERVICE DETAIL �.�.a®m. °� �'0N£A1QM1.°A°. Plot OFIALOCN PUBLIC WORKS warmarr 554 ot.55, DM wow. ATII•I_ °+— �L �I.� as Jule_ rt NMra MUM «T.o....,.smWnrR.IM.M.21151 rsellW SIGNAL HEAD&SIGN //gDETAILS A 0 S 20 PROP.ARES PROP.ARI/ © ® (DOUBLE SIDED SIGNS) (DOUBLE SIDED SIGNS) (DOUBLE SIDED SIPROP. SI(SEE SITOE PH TION FM TREE SIGMAUZATION PLAN SSEET T10 (BEE SIGNUZATION PLAN SHEET T-10 T-M 6 MIAMI DADE STANDARD ATMTAMI DAOE STANDARD INDEX SHEETS ATTACHED 6MMTAMi DAOE STANDARD!NOES SHEETS ATTACHED INDEX SHEETS ATTACHED AT THE END OF HE ENO Of THE SIGNAUTATfON SET OF PLANS) E END OF THE 554-2-22IO11 BET Of PLANS) THE SHEET T-1 ZATION SET OF STANDARD STA.1310)50.19.00 LT STA 1310150.H.CO LT STA 3.0.00,)OSP RT PROP.NEW SIGN s5/-3-11 r AS 656-2-11 r AS 554-2-21 2 AS STA 1308.00 1= 136•X36•) WX-2 4.X 12 WD-1 W16x I Q 30•X 30•IA•X!r 30•K 30• It X 1Y ZqL /1 Z9 Z4 A 5 MAI 11tH STREET OPERATIONS NOTES MS 13 $3:3 •1.MAJOR STREET:mN STREET. IIIII 2.PEDESTRIAN FLASHER UPON ACTUATION ONLY. 11TH STREET �yM )INV p•,A> rommimnr' 3.FLASH DURATION 15 SEC. ,VN AFFKOW �4r' `\, N III /� A c\ II .),"*"4,4F."/ P • ier PROP.NEN s1cN STA 11.550 0 (30R'X30') (36•X3 RI-58L6') PROP.AAFB Z (DOUBLE SIDED SIGNS)(SEE SIGNALIZATION PLAN SHEET T-10 S MIAMI DADE STANDARD // !NOES SHEETS ATTACHED AT THE END OF THE SIGNK(IATION SET OF PLANS) ./ STA 12.1100,20.00 RT 650.2-11 /AS /V/7//////7/7///1/7//// NOTE:THIS ISA DESIGN BUILD PROJECT.TAY ITEM NUMBERS ARE PROVIDED ONLY FOR THE PURPOSE OF DESCRIBING THE WORK TO BE PERFORMED. m //u PAY ITEM DESCRIPTION ARE FOUND IN THE FLORIDA DEPARTMENT OF --I..I�� F I�IIjI re TRANSPORTATION BASIS OF ESTIMATES HAND NOOK.' - 11TH STREET&LENOX AVE ID M TBD oammml II/x mM I A M I B E AC H FLAMINGO PARK /��.... sere.° � 4DNN , /�� _`: "` aneum3e w.n.w MaMNxla T•B. "I" mRRr.�= rt amm.. ,mal.. ..a..IrRM.m...aw+..Rw.-.-+.+MIN...w. SIGNAL HEAD&SIGN DETAILS 0 5 20 Feet ' (DOUBLE SIDED SIGNS) (DOUBLE SIDED SIGNS) (SEE SIGNAlLSATION PIAN SHEET T-10 Cr MIAMI (f'µDAMD LOPLA SH SHEETS ATTACHED KNE) ROP.NEW SIGN 6 MIAMI DADE STANDARD INDEX SHEETS ATTACHED A THE EMD OF TNN ARD INDEX SH SES OF PLANS) PROP. n+16.00 ® ® AT THE END OF THE SIGNALIZATION SET OF PIANS RI-SBL PROP.N£W SIGH STA 163+1400,LBW LT STA DiG030,ASO'LT (36'X36') (3VX31p)3.011! y� 634-2-22 IASIT 651-1-11 1 AS �C 33 T D O ® o ® o / W11-2 W16-7PL WII-2 1,116-11,1 30'X 30" 23'X, 30'X30' 20.X iT . I 11TH STREET -- C' 16, 'OM � I 17 OPERATIONS NOTES 11TH STREET I.MAJOR STREET:INA STREET. ` 4.4.40, . � \ 4 � 2.PEDESTRIAN FLASHER UPON ACTUATION ONLY. `` 3.MASH DURATION•JS SFC. �( �;�� 416,.... l7rR. • !It fal PROP.NEW S! ® STA.115897.0 � ---1 qid, Ire x (36•X36') J- . '© ©3 Z (DOUBLE SIDED SIG S)1RTS E SIGNALIZATION U /O\ A. PLAN SHEET T-IO 6 MIAMI DADE STANDARD INDEX SHEETS ATTACHED AT THE ENO OF Z •• PROP.MPO THE SIGNALIZATION SET OF MANS) / (DOUBLE SIDED SIGNS)(SEE SIGNALIZATION STA 16•10.00-20.65.NT Z LAR SHEET T40 6 MIAMI DADE STANDARD INDEX SHEETS ATTACHED AT THE END OF 654-2-IS I/AS THE SIGNALIZATION SET Of PLANS) STA MHSUU,WO.A I 654-2-22 Il AS NOTE:THIS ISA DESIGN BUILD PROJECT."PAY ITEM NUMBERS ARE PROVIDED ONLY FOR THE PURPOSE OF DESCRIBING THE WORK TO BE PERFORMED. 11.0 m LI! TPARANSPORTATIONY ITEM I PTION BASIS OF ESTARE IMA ES HAND BOOK.D IN THE FLORIDA DEPARTMENTOF - �._• Ir-''I/,ul `[ 11TH STREET&MICHIGAN AVE ID#TBD DO 1 m !//4), •MIAMIBMCH RAMINGO PARK AP Ea�n°cMuY �R MC WPM,E �_���"� � • � wN1O1tlf'svInNorr PEDESTRIAN BEACON PIAN r ..�.�- ,G B � .r �� «s f * Men w•6• •.n...MN.•WS•n r.. ......MM.MMNMM.O• I 4 ff R . 1 t j' e t i. is 1 1 LIGHTING PLA\S *til°4* 0••001.°1° . \°°1111111111 z m z FLAMINGO PARK NEIGHBORHOOD CIT"OF MIAMI BEACH RFP NO.:2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS CI_ MIAMJ B * 'WA" PUBLIC WORKS DEPARTMENT ��,,� , HIGHWAY IMPROVEMENTS .w`y1' \,.°°R FLAMINGO PARK NEIGHBORHOOD `�k, -lid PROPOSED LIGHTING IMPROVEMENTS ALONG 1 1 th STREET �S' w.�, (FROM EAST OF ALTON RD. TO WEST OF JEFFERSON AVE. AND !. FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) LOCATION OF PROJECT PROJECT LOCATION m..vm II Y ILJ4 B 8��.�m.� I� �I on1A im i CITY OF' MIAMI BEACH >,aa� _ • +'----„'_, MAYOR: PHILIP LEVINE 1'-'t�" �"� INDEX OF LIGHTING COMMISSIONERS: RICKY ARRIOLA a� [III ,II Ic SHEET NO. SHEET DESCRIPTION -U HYI�U ''_'ice/n`' L-I KEY SHEET MICHAEL GRIECO ,IMI L-2 ELECTRICAL NOTES JOY MALAKOFF -- —n I I(fin ;� L-3 POLE DATA&LEGEND MI MILKY STEINBERG III - I L-4-L-I0 LIGHTING PLANS KRISTEN ROSEN GONZALEZ = a p JOHN ELIZABETH ALEMAN 005 ! 1_ I I f y j '' L-II SPREAD FOOTING DETAILS J L-l2 ELECTRICAL DETAILS CITY MANAGER: JIMMY L. MORALES 1 _ —I _ I/r��. " CITY ATTORNEY: RAUL J.AGUILA =_—— ——_—_�_-1— VU�I ASSISTANT CITY MANAGER/ \I DIRECOTR OF PUBLIC WORKS: ERIC CARPENTER, P.E. 4-ht v R;— .;A".=,,,,�.; CITY ENGINEER: BRUCE A. MOWRY, Ph.D.. P.E. LOCATION LAP N.T.S. A&P Corsulting hansportatlon Corporation oration DM t 0 10305 N.W.11 Sse.L SUM.115 l� A C MI.M.R 72831 E (305)592.7283/fax(305)593.1594 �+ ..a. Vendor No..85-0770583 CA No.:E8-0007797 ELECTRICAL NOTES: ,. TH ! Lr ! !UMI M FOLLOWING: 2B. BALANCE ALL LOADS AT ND D<KROECT WIN ALL LOADS ON. PROADE AND INS,LL NEW ROADWAY LICHITNG SYSTEMS PM A COMPLETE NORRING SYSTD/IN PLACE.WORN ON DRAW.. 30. ALL BUSSES WALL BE COPPER. 2 IRE CONT. CTO NOALL PROMDE ALL.T LOIN BU!NECESSARALS Y FOR O LABOR INSTALL ME MORS WALL BE IxSWOED.AS INOU...THE ]t. NJ.CABLES PRIOR TO ENERGIPERFORM ZING.SUBMIT ALL NEMER Sws RESULTS FLED APPROVAL!OY CALIBRATED s NGINEN.TRUMENTS P NEiA TESTING STANDARDS ON A BWOIHO CWS ILL Gir MIAMI BORFACR ANANp APPULANiS OWi O ECSSCDS ERIE(NEC).LOUL.0E£SEC COG,FLORIDA ]x. MINIMUMps N SSIANrc ALLOVED NEE E CONDUITS AND Sdu/mEPNdE COYYUwCOEON CONDUITS.HALL BE N THE CONTRACT.SHALL OBTAIN ALL NECESSARY PERMITS.INSPECT..AND APPROVALS. 120v Fr 5. ME CONTRACTOR SHALL COORDINATE HIS MORN,NM ME OVER,REPR[YNTAnVE AND THE OTHER DSOPUNm. 31 CWMACTOR SHALL FRONDS TO ME OWER OPERATING ANO MAINTENANCE MANUALS(OH/MANUALS)FOR ALL EQUIPMENT. TIE£acsIgg M A.SUBMITTAL DA,STATING EQUIPMENT RATING ANO SELECTED n FOR EAd PIECE REQUIREMENTS SHALL BE INCLUDED IN THE PROPOSAL CONTRACTOR SHALL MINN,DELIVER AND INSTALL ALL CONDUIT,PULL- r AND EQUIPMENT AS REQUIRED ED BY ME unuTlEs TO MEET-THEIR SPEW...SMAINTENANCE WIRED TLg0 P IMA a Udi -I'O .CA-(DOS) C.NAMES Ax0 AWRI:SYS CE Ai!EAST ONE WAunm YRNCE AGENCY. 'ECTa. pgvGER 45iANCEIN;0911'45.ACnCWNVIG AxM�NE lrig,xE2NONs SITIUI i e S VAniTm.''NOi ExCLED AB N. FPL EXISWG STREET T.TINC WALL Ix OPERATIONAL DURING CWSTRUCTON AND WU BE REMOVED BY FPL ME CONTRACTOR SHALL COORDINATE NTH FIN.THE REMOVAL Cf THE SPSTINC STREET UCHTING F YRMGE PONT,GENERATORS A TO INSURE ZIEE a INH)CONSTRUCTOR.t`41C.WIT£CONNDUCTOR..¢ECMICAL SYSTEM FOR u0!UNTIL THE NEW UdWO SYS.IS TESTED TED EPTED BY ME Cn. FOR ANY TEMPORARY WNW NECESSARY TO MAINTAIN ME uc11nHG 35. FEE.R CONDUCTORS ARE SIZED FOR MAXIMUM VOLTAGE CROP OF 2 PERCENT AT DES.LO.PER INE FLORIDA BUILDING TO. ALL EQUIPMENT AND MATERIALS SHALL BE NEW MO UNUSED. CCOE,DIMS.13-413.1,ABCI.I. IL CWS SURGE PROTECTIVE PEACES,POLE VOLTAGE DROP OF O PERCENT AT DES.LO.PER ME FLORIDA WxOAn OxS,t'j.'c A PMEASLPOE..C.i4CTORsL.PaCE rli PULLRWYE£PANELBWRDB.CONDUIT,GATS' Ba' BOLDING TD CONDUCTORS WED P.uANUW CONTACTORS AND.0 RES. GFRs,GROUNDING OROUND RmS.WREWAYS,C.TNML PANELS DDMBINAn.U.nHO 32 OMERGROUND u.rws WO.IN MESE_DRAWN.MAY NOT BE LocATED AS SHORN.PLEASE REFER M CML WGINEERING DRAWINGS FOR THE CT 12. ME CONTRACTOR IS ALL ovrcr.WORK Cf ME 1D. ALI WORKMANSHIP FOR ARPERIWSORE TO ONE NSKi N HE CONDATET PAIR OR PLACE TEED.NNST DEFECTS M MATERIALS AHO DB C.TRACRMt Y iRmARANIEm�ME IWUL4IN�n.WO C.nNUAn.O SERVICE Al nsr EN WRINCCOHIT CA.. .,COMPLETION. IN COORDINATE EWIPMNi P ELECERSTHROR E'0 INTICAL ERN LOCATIONS AND VERIFY ALL COSTRUCTI.S MM ALL SUBCONTRACTORS AND t£ OTHERTHE RAM.ARE NOT TRADES SO THAT GETS ARE AVOIDED EXACT TO NSTAWnAlmN CC WSWIi RUNS THEY ARE!O BE COORDINATED NTH ME IS. ALL CONDUCTORS SHALL BE 600V,X..,,COPPER. 7. AALL LE ALLOYED.CONDUI (UNDERGROUND)SHALL BE SCHEDULE 40 PVC UNLESS OTHERMSE NOTED.O/a'SHALL BE ME MINIMUM 9 COLORED 2.A TAPEPES LL BE PLACED .TOR OF ANO ALONG THE ENTRE LENGTH OF ALL UNDERGROUND CONDUITS O PED FOL B ALL MER c.DUns:GREEN COMPOSITE TwE Du.znE d APPROVED AUEMWTE AND wPPum VAIN A BOUT-DOW DEMOLITION &INSTALLATION NOTES: TRAFFIC--OOTW COKE MARKED'STREET STRBEEET LECT1NG•. RCONE RCN ALL COORDINATE NM Fo.L AND PRONBE AND INSTALL NEW SERVICE PONT PER FELE STAWARDS AND MEXPENSE WDVuaIRRITERED IN PANEL CH SCHEEWLE.TROL MSAHALL BE INSTALLED IN EACH PANELBOARD.Dum TERMINAL BLOCK SCHEDULES WALL BE ®OMER EWIPMN!SHALL BE DISPOSED Ar ME CONTRACTOR,a M.MI BEA.PueLc 0HVNR WPARTMENr.ALL 22. LEL REFERENCES TO A P.wnWLw MANUFACTURER ARE OVEN.AN ALTERNATE'B.S. 23. .1_SP.E CONDUITS SHAU_BE CAPPED NTH A PVC CAP.AND IDENTIFIED BY PERMANENT MARKERS•T ALL PAVEMENT CROSSNOS MArd PWEmDARO ZEDZIT s wTH NAME IDrVAN'ELwavDPANo CR`.D"WIITaND uBBERSHO YRMCE POINT wENnnCAn.SHAM 2£ CONTRACTOR WALL BARRICADES.ETA. PRO E ALL NEC SSARY EDIAPMNT FOR M.D.T.(MAINmNAN.a TRAmC)INCLUDING SW,FLA.., N. 20. ALL OUTDOOR INSTALUTIONS SHALL YET CURRENT FLORIDA BUILDING COOE INCLUDES SERVICE PMT,L.P. TUTEESFOUNDATONS SHALL BE DESIGNED FOR 150 MPH MND NTH EXPOSURE IMPORTANCE FACTOR 1.15 MD APPROPRIATE GUST FACTOR.THE CONTRACTOR SHALL INCLUDE WITH IRE SHOP DRAWNC MEAEx DMND LwL.IZ REWIRNNT. TME STATE OF FLORIDA SHWA.MAT THE PROPOSED INSTALLATWS MLL MEET T. ALL SPLICES IN PULLBOXES WALL BE MADE NM MOLDED SPLICE KIT TYCO-RAYCHEM CATALOG A GELCAP-w_2/0_3 HOLE.. REGI CMIAMIBEACH KdGm. FLAMINGO PARK :Ram" O � LPE = 6 ;Lr«NR DN APS :; TD MEOW O@1R�YOIT" ELECTRICAL NOTES R anoorrm wwrf..wm.nu ecoa.e ICMa4111.120YP rn APIOBI1 ort/DRAIT CS rumens LaN n kn.PM/Arab.Aryuncy lE fnwRaNMHyP 4y�AM�rawnN/LmryeRNMEp1 POLE DATA LEGEND >p PROPOSED LUMINAIRE WITH SINGLE ARM AND(I)80 WATTS L.E.D.LAMP POLE DIST. LUMINAIRE MOUNTING TYPE III.DRIVER WIRED FOR 120 VOLTS OPERATION.LUMINAIRE MOUNTED CIRCUIT STATION OR ARM WATTAGE POLE SETBACK NOTES ON MAST ARM AT 30 FT.-8 IN.WITH B FT ARM.USE AEL CURVE ATBS N_MVOLT_R3_3K.FOR LOCATION AND MOUNTING DETAILS.REFER POI 4-3 10+44.17TH ST WEST N/A 100W 13 BACK OF SIDEWALK TO SIGNALIZATON PLANS FOR DETAILS. P42 A-3 11079,11TH ST WEST N/A 100W 13' BACK OF SIDEWALK h P03 A-3 13+28,0TH ST WEST N/A 100W 17 BACK OF SIDEWALK V PROPOSED UGHT POLE WITH(1)100 WATTS L.E.D.LAMP TYPE IV,DRIVER PI4 A-3 I4+40.DTH ST WEST N/A 100W I7 RACK OF SIDEWALK WIRED FOR 460 VOLTS OPERATION.LUMINAIRE TOP MOUNTED AT 13 FT. P45 A-3 15+53,11TH ST WEST N/A 100W 77 BACK OF SIDEWALK UPLIGHT SHIELD,180'HOUSE SHIELD.USE HOLOPHANE CURVE GVD2-P50-30K-AN-M-BK-3-N-C-BK-GVDHSSI8. PO6 4•3 17+03,DTH ST WEST N/A 100W 13' BACK OF SIDEWALK 1147 A.3 18+15,DTH ST WEST N/A 100W 13' BACK OF SIDEWALK Pit 44 51+00,11TH ST EAST N/A 100W 17 BACK OF SIDEWALK $- EXISTING UGHT POLE TO REMAIN. POW A4 53+27,DTH ST EAST N/A 100W 17 BACK OF SIDEWALK fel. EXISTING UGHT POLE TO REMAIN. P010 A4 54+78,DTH ST EAST N/A 100W 13 BACK OF SIDEWALK YID M 10+02,11TH ST WEST N/A 100W /7 BACK OF SIDEWALK CAL) EXISTING UGHT POLE TO BE REMOVED. P432 AJ 11+23,0TH ST WEST N/A 100W 13' BACK OF SIDEWALK P433 M /2+27,DTH ST WEST N/A 1004 13' BACK OF SIDEWALK TJ EXISTING SERVICE PONT'A' P434 4I 5+40,LENOX AVE. N/A 100W 17 BACK OF SIDEWALK y P415 M 13+84,17TH ST WEST N/A 100W LI' BACK OF SIDEWALK El PROPOSED SIDEWALK MOUNTED PULL BOX. 1016 A-4 14+97,11TH ST WEST N/A WOW 17 BACK OF SIDEWALK _ EXISTING SIDEWALK MOUNTED PULL BOX. P477 A-4 16+09,DTH ST WEST N/A 100W 17 BACK OF SIDEWALK P438 AI 5+38,MICHIGAN AVE. N/A 100W I3' BACK OF SIDEWALK —•— PROPOSED,(4)2'PVC UNDERGROUND CONDUIT: P7119 M 17+59,0TH ST WEST N/A 100W E7 BACK OF SIDEWALK (1)WITH LIGHTING CONDUCTORS.FOR CONDUCTOR SIZE AND CKT.REFER TO PLANS. P020 M 18+73,DTH ST WEST N/A MOW 17 BACK OF SIDEWALK (3)SPARE WITH A TRACER WIRE PLACED IN THE 1021 A-2 30+39,DTH ST EAST N/A 100W EP BACK OF SIDEWALK TRENCH AND EOUIPPED WITH PULL WIRES/STRING P022 A-2 52+52,TRH ST EAST N/A 100W 17 BACK OF SIDEWALK INSIDE CONDUITS. P023 A-2 54+02,DTH ST EAST N/A 300W 17 BACK OF SIDEWALK EXISTING PVC SCHEDULE 40 UNDERGROUND CONDUIT. CONVENTIONAL LIGHTING DESIGN CRITERIA CONVENTIONAL LIGHTING DESIGN CRITERIA AVERAGE INITIAL INTENSITY 0.6 F.C. UNIFORMITY RATIOS AVG/MIN 4:1 OR LESS MAX/MIN 10:1 OR LESS WINO SPEED ISO MPH 1.01100.1100. •MIAMI BEACH FLAMINGO PARK o n .m'"' MEM. Rc —_ • ~ir� 0n o P'U v DEPARTMENT w T n POLE DATAS LEGEND Ar' a.sA�A eo.sa.wnWw.mr.Iwn cmLa[®KYB+c emw un o...0/1I - OF- Ramos. UI.IWn RUM IN R.+T.,U* AmmmIGKF II n..M-rI4.INs wlwM..Nry MIWILBHNI.,PL Ci ¢ H C i RIW UNE 4- -i BEGIN LIGHTING PROJECT l s m \, 4t BTA 10+00.00 s c 1, I.alt RAY LINE _ o.. � 51 STA ET. JI ! - .. G G G P i,' - GG `� � J S -m� G , S 5 G Cu ' o,.> 5 q S 'Pr C‘4 ; �� s' -'11TH ST. ¢coxsrLIRST. a's-aer50 s 0 G s —d w m -- - --- ROT 400.00y� -- -� 'j / / \\ ' ' ..- W - -..- 3 - ILI N Irl -- - : GE //q -GO�. G .... .i.or -..-.-..pE GE' APS " ii RAY UNE-' .._ F ____ „% i STA 10102 L P011 CLT. att Ci I�) - h M t "`RAY LINE la ' �' FEEDER LEGEND 0 (21(AL)#4 FOR CAT.A-3 S(1)(AL)#4(G) Q (2)(AL)00 FOR T.A-40(1)(AL/N(0) u GC ,jraai! 1111121.1,111rE I le 11'.:ktiali Y1J/1 rap -evma elMIAMIBEACHawnw . FMINGO PARK �° anawm.� �rrinvi .ow�p wene.se ••••••••••• 'moue YOAy GORYB►"^xLIGHTING PUN aneoraaucEA.wwn. ate' -M.AXIiIMn¢ra i ""..j<• uwmn aas r.vwaer n.m.e.xs D nn.e.rxrm.rmwn..aw.axMvuexTox.m -- ._ `r ' - '',10. j;:g '' STA 11+79 STA ^ " /�� / 20 ^ m ^ ^ ---° _*‘.0 ^ • ~=°= -------0.-- -- -~ -�0� ^ ^ ~ -i`-n---. . •_�e�=�-' 1 Nossimoressmomesismov • • )STA 14.40 �� i(„ As.,CKT.A-3 z STA 15453 0 5 20 , PES CET.A-3 ® F••[ 1'' 9T - 9TBT ._..:.._8T 01W UNE- -. -.... "I!ZINE 9 —_- • • •_ -- "- _. _ _ • • • om . _ _ • G G PGAG G - GN -.. /G____. G -I - G - \ G - G- / hi G'‘.\11— pO S 5 2S S.W S S - - \ 2f SMI - S 5 S \ S 2t'SAN S S " S S .- . . + 14 — .. _.. _...__—.._.-_— Q coNsr.IRA sT. I;TH ST. 15- 5 .. 5 5 5 .. 1'1SAN o �'.__ h G. _..__ !` c UKY •. N w3 :t N. --.i. -N W -_ • .. 1`\ N ..-..-_. N N42 U J 1 �� '_ R/W UNE RAE LINE F O _ STA 13494 STA 14197 _ I �I � W� PI15 CRT.M G PIM CAT.4-1 ST1 1COT. I I:I ,<n o 9917 CET.A-4 I- II " ^I-42 i I li • R/W UNE_1 • 1 L._1.,}I Ii,- m � N LIGHTING PROJECT I STA.5+35.00I FEEDER LEGEND C (2)(AL)*4 FOR CKT.A-3&(7)(AL)A4(5) . ro~•6 (2)(AL)•4 FOR CKT.A-4 G(I)(AU*4(5) ' ((.7--;2) ll'�� 11'1)114.114i ,Il3a 1 IIIETL I' .W!NHN111 R,Djj 1141011l•_ill/I 'i�� g11Un IInrl 1 1�i�dla Iatnlr /� '..iq�4lQ�ir)GI (A'n� AMI BEACH NEIGHBOR.. FLAMINGO PARK ^� ,.m arvrw.mr...�wxra 810'�`� _ •UMUC WW CW pVT"^f' LIGHTING PUN AI= •/ "" — orven.ea Nana mom•,m, __� �� rRIALTO!0011 eams wow. •n D.I/30/17 _,T r.• NwI.• NNA•IT I.lso PK w.m.4 nNUK••/1�lbwt/N+N MMn. KIKIPWLIIIL10 oa LIMITS OF LIGHTING PROJECT 5T.17403 STA 19+16 STA.19+13.6 1.1 P06 CKT A- PH7 CRT.A- . o® Feet w _. ._ .._._ _-_• -CA • -'-_ Fk FAY IIME _� h il O• .5. S F S -_ S21'3AN 5--- _ S 6 ... ;S i-._5 S It SAN S � + _-- _ --T_.r 11114 .I 18 • : .,� � cys �'-- - 5 ' ... - •'. S._.. ....--.-5._....----_,G .1.5. ..-. '..S 2P SAN - - ___ ...\5 _-_'_5 --- __ -__ --- —._ _. —._._.__ _ - --- 0, W ---_ 1 _ - _..__ r i x of /y- '•_ -_— _ __= 7<-_--- -N.__ T—— _ _ - ----y--------- /h Y 'NOTE, OT / - - -- or. '.:'OF or:... GE — " or "` -or— GE '.Dr L_I o4- - 'NOTE, •o GE - - NorE z LIN ------f• � • N11N EJ • i, STA 17+ .I 1 MY LINE — T"_....__ STA 18+73 IH19 CAT.M -,X PHP CKT.A-2 NJ =*a-�N' •i EXISTING SERVICE POINT•A• Q .',. STA 18+26 : a U I ill • STA 6+38 I i1,1 14jYd4// ;,0 I ///fI .`NAV UNE BEGIN LIGHTING PROJECT STA.5+35.00 I.1I NOTE FEEDER LEGEND I' I-LOCATE EXISTING CKT A-2 AT THIS LOCATION&CONNECT 10 (2)(AL)#4 FOR CRT.A-3&(1)(AL)#4(0) AT PROPOSED PULL BOX. 2-FOR CONDUIT CONTINUATION REFER TO MIAMI BEACH (3 al(AL)#4 FOR CKT.A-1&(11(AIL HO(W NEIGHBORHOODNHNO.10A/FLAMINGO-LUMNUS LIGHTING ® (2)(AL)t/FOR CKT.A-I,(2)(AL)#4 FOR CKT.A-2& I(AL)i/(61 „ *sit ILllilltl f II Veit"'I IL •MIAMI BEACH . .„„ M ,.E •.�♦... ; M. P0. FLMIINGO PARK b:o..wm..: moue wanks DIIPARTMENT""-' omeamersamm ems law mamma P.m 11GHi7NG PLAN cmao•s.wwEw.....r....... 4 — MOM ..n w•m vnlO.1no7 - -z....N./20112.0..w N... 0.e II s..wsP.rvro..w ror0uv'nvn..1..wx 11 N .... 0 5 20 e 3.6-45 ! I R/W LINE RIW UNE !-, : ' :•,_ Feet .-, i,1 Z •2K ' LIMITS OF LIGHTING PROJECT CAT LASTA-IOLEON EXIST .80 STA 50+00.00 4 %--- : ,1/-R/W LINE 3.6 .i r RAW UNE -4- 3.52 - ‘-- NOTE: .- ,— Z1 • Ol G ,' WOKE 6 t.- ... -— -.- - - - 49 t LLI 1 s,47, .-. ,,,5 5 ir SAN 5 5 5 ..5.- . -!..1- s ! 55 1r saws: ' *- x .=-_-.--, -:, ,-,v . .... . N__ It_ Or W.4 w • • • , a ' ,,,..,"" I.- \\ -_ 4 4 ____,W.' , ,._, '-'..-,,'—'-----.-:-.-1-- --.4 • — '‘, 'Y ' .;.,. % 1 — E OE Of 1. OE 1 '', '!.., .E 1 GE OE NE- -,:,0E ff°T2 2 „, - OE OE 1/E, -:- - ) OF, MV LINE ' 4 l'i'f; NW UNE -, „; 3.90 l• r--- , ,1::r i LAST POLE ON EXISTING L. 1, • 3.35 r3.1.(.., L 7 '.!4., 3-5:5 '' .--3.-.. .70 CAT.A-2 j; I'''! ' Z''' . , ' !VW UNE h ...'C VW UNE 111 Luu . . 'rt •i - .... NOTE FEEDER LEGEND ,,, , . . . l-LOCATE EXISTING PULL BOX AT THIS LOCATION&CONNECT © al(AL)#4 FOR CIT.A-I&(I)(AL)#4(G) PROPOSED WIRING FOR CET.A-I. 1...;,1 , . 0 (2)(AL)#4 FOR[Kr.A-2&(1)(AL)#4(G) \-giritilipu ,--.,I I-.LOCATE EXISTING PULL BOX AT THIS LOCATION&CONNECT -`,4.11, ON I: 1 • .,. • 1 : a, PROPOSED WIRING FOR crr.A-2. • , =' r",:t.It, I' !!Iii.16,3 4 14/ ..... el MI AMI BEACH FUVAINGO PARK ,.........,..........c,,,........4...„,...... ENNEEROFREIXOD_mamma,wank :, p w w mwt ow... OPE.. INICCAPPEN1131.PE ...... ---1 A .71...k," Plellmis PLAHLT05.1.11 •••••,...ffica W PUMUC WORKS DISPARTMENT mrE LIGHTING PLAN ..,....._ ...,_ ...ppe alscoaanscr•mov.•••••••04,4” COLL ..... ,...i RAMON orri,rf 017 ere i..-e Of L-,2..4.. Mal. 3/30/2017 S1530 III m.o..,Newman.,Lt 313401-01•10303 0310342000,17001107,71-41122113060 dt i ti3 1,S 'CI tl I y ,5R I l '�11/0.UNE 0 5 20 iii H ,,fLEClRtAL-DOC(SAAC - fee[ STA 51000 ROW UNE JIll 2 �- 4 1 J _ PH CET A. ,J .�,,p„Az_ , l r RAY UNE -Y'- - 3 L o ST BT- sr • • �r/I 4� v ' RM'LINE o n __ • O • o � .'---t7-1,-.. • -U _• • • •-moo o E k \ --- ---- i0. i-5 a _. — G - -- 2 5s - s-. .s Ir SANS. S - - -s - 's .. f` : `% - • -;51- --: ..s it sm s. W I .s _s s. _ cti ------ --_ __ r _- _-.- ___ FjECTRSA6WCf¢AYK_ • T 'i(?) £ 01 of �X:1 E JE OE OE —• t \ le — MY UNEi . \ al 1,11,_1 --- STA 50.39 11•21 CET.A-2 STA 52451 PI22 CET.A-2 r II AI :.� RM'UNE > t i OUTING PROJECT , R/0.UNE STA.5+20.00 W i IIi N. '11 i I II E a I, i f FEEDER LEGEND /p(2)(AL)04 FOR CET.A-1 0(1)(AL)#4(0) '/Il, Q (2)(AL)IE FOR CET.A-2&(I)(AL)#4(0) tC€ l/R) "--11111=19,911111 IOj j. t��.:e+til 4•itJt'IY.1ltl f 11'411: 1.Illi ....;r0119,0,, MIAMI BEACH arew°°° IIAMN0PARK � .. m m :w wav®. •�" exa FEW. ® M` •` PloNme .� PUBLICWowDoucM T^F- ' nemosUONIINO PLAN ro ` rn.00Ea.w.cEA wwr,Tu -�W®RTa� 's_ msoas 5/30/2017 2:15.IN PAT.r..f.., ..tt.....-f1.,...... .,ut.a. 0 0 20 Feer STA 53427 STA 544211 END LIGHTING PROJECT I#9 CRT A-I s Fn STA 55+25.00 `NAV UNE L. - -__ r. e--.7:2• — - - - — ----�' - -----. Ql -. .G. 9GAS G - -G. '- . ....G -_.....-6 G --PGAS G -.. G . -_. 6 G G _ �_ ,.▪ ././ r q cowsr.Nw sr. _ 3�, __ T ITF 3r— _- --__3. - — -P':- '— \—56- _ Lu I • T b J ..5._ __5 '- .- - S - S- 1Y SAN s... 5..... q COAST.INN ST. ✓ii€2Ncu wlcr aANc. s _ ._-rr SAN - ./'s _.. .-. -- h\ IT --_-,--_-,•=4,-.7:54-..N..__ •.._.. 4 _ — Awa- N -w OS OE -OE -.. I r2de OF .. -OE '-BFO --. -_.8F0 IWO VII#0_-.--.. -BFO.. ......BFO ..BFO --,} _._____ _.i; i/ MY UNEP— � D\ l -- !l. SFA 54402 k'\ Is23 CST.A-2 a 7 0` ST �h • N N s , FEEDER LEGEND 10 (2)(AL)BA FOR LET A-I&(I)(AL)s4(0) 02 (2)(AL)#4 FOR CET.A-2&(I)(AU#4(G) ASN t A11 flag,/ ,- 1A Itl41d1r�/!//f 1. tId4111i�lY'ff/ ercwawx000. AMY e+o.eu or t 11116p1111 1 AMI BEACH FIANIN00PARK Trrr '� PUBLIC WORKS�.�,mo,.e� —�AP......44:4.4.o...:. _ � p.. .�� uaNRNo PUN �..„,.�,..,�.eax.. OM env ...3i30m v.-10 Or i-,x e..., A.m. (AN FINN n w.era w.er`e•I ANNAN.e.I..nuernNvuevm.ov 1..—ARM ORIENTATION //---M I5 BARS®IP ALAN. N15 BARS®IS MAX. PROPOSED SIDEWALK �—I Top 0 BOTTOM.(LENGTH..W TBOTTOM.(LENGTH-LI) —OP 3 CLEAR I (TOP&SIDES) 5-15 BARS t It MAX. A - ' EACH SIDE. Fr DEA CONDUIT • E r -- }II SASE AREA -t X 1'-tl ---1� t COVER I' BE FINISHED TO • (BOTTOM) SECTION A-A RULY LEVEL AREA IP 1•DIA SLEEVE PW CONDUIT I FOR GROUND ROD 2P X 15(9 X IS a j7S5 PULL BOX MIM ANCHOR N. .. EXPANSIONUMATERIAL ill q 1 ELTN PROJECTION 1.CHAMFER t.i --_ ��_ i _J_' PULL BOX 1St MIEN ii��(— �� EL 3t ROUGH . �ELECTRIC DUCT-SYSTEM l9 ANCHOR BOLT CIRCLEt PVC PIPE DIA CONDUIT EDGE OF FOOTING (TO FACILITATE 3 EAN I• ) TO COINCIDE WITH PROPER DRAINAGE) S' (TOPCL6 S BALK OF SIDEWALK —UI PLAN (tBCTTOVM •DIA CONDUIT . P MN.' SLEEVE SPREAD FOUNDATION(N.T.S.f _ E - J (9920 S DIA CONDUIT GRAD ROD SOIL PARAMETERS: DESIGN LOADS: S DIA CONDUITIP SECTION B-B FRICTION ANGLE:29 DEGREES AXIAL DEAD LOAD:202 LBS (CONTRACTOR MAY ADJUST BARS AS REQUIRED TO AVOID CONFLICT WITH CONDUITS) SOIL DRY UNIT WEIGHT:105 PCF WIND MOMENT(TRANSVERSE):2.6 FT-KIPS 14.5. SOIL SUBMERGED UNIT WEIGHT:42.6 PCF WIND MOMENT(LONGITUDINAL),045 FT-KIPS ULTIMATE BEARING CAPACITY:4.500 PSF SHEAR(TRANSVERSE):026 KIPS PERFORMANCE FACTOR 0.45 TORSION:0 FT-KIPS 7P S*5 BAR NOTES: TABLE OF SPREAD FOOTING PARAMETERS I. DESIGN SPECIFICATIONS: POLE NO.STATION FOOTING DIM.L DIM.B DIM.C N M LI L2 5 FOOT STRUCTURES MANUAL,JANUARY 2015. TYPE AASHTO STANDARD SPECIFICATIONS FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LUNINAIRES.AND TRAFFIC SIGNALS(6TH ED)AS MODIFIED BY FOOT. 2. FOUNDATION HAS BEEN DESIGNED FOR LIGHT POST OF 134 MOUNTING HEIGHT. DESIGN WIND PRESSURE BASED ON A 25 YEAR MEAN RECURRENCE INTERVAL(150 M.P.H.WIND SPEED). 3. CONCRETE:CLASS II CONCRETE PC.3400 PSI 20 DAYS MINIMUM COMP.STRENGTH. 4. ANCHOR BOLT MATERIAL ASTM FI554 GRADE 55.DIAMETER,PROJECTION.LENGTH.AND BOLTS CIRCLE AS PER MANUFACTURERS SPECIFICATIONS(SUBMITTAL DATA REWIRED). ANCHOR BOLTS AND HARDWARE TO BE GALVANIZED PER SECTION 460-30 OF F.O.O.T.SPECIFICATIONS. 5. BEARING PRESSURE:MAXIMUM OF 912 PSF.SOIL SHALL BE CAPABLE OF WITHSTANDING THIS PRESSURE. NOTE:N&N INCLUDE TOP AND BOTTOM STEEL MATS. 6. ALL CONDUITS SHALL BE P.V.C.SCHEDULE 40. T. AT PULL BOX CUT TOP REINFORCING AS REQUIRED. S DENOTES TOTAL PER FOOTING B. SHOP DRAWINGS SHALL BE SUBMITTED TO EOM FOR APPROVAL PRIOR TO FABRICATION. 9. WORK THIS SHEET IN CONJUNCTION WITH LIGHTING PLANS. 10.CONDUIT ROUTING SHOWN IS SCHEMATIC ONLY ANO RAY BE ADJUSTED FOR EACH CASE AS REWIRED. elMIAMIBEACH .N "'�`�°� � - 6 ���9n FLAMINGO PARK -AP �� BYM�.MOAR�C-AR91�R n^E' Alp eswanete.e .rlmm. SPREAD FOOTING DETAILS :47.,...47,...°::......an 1° "•1omo, --- ®C�M6V i M_ m.uM• Wm 061 LINER w.pp.., .'non _ _ �� P.....N.tWP U Mnw 101...NMPAVM.N11Myuwm.r.ago ..—ACORN FIXTURE Am TYPE 3 osmeumN. UPLICRT POE.ID,HOYE SDE SHIELD I/JUT-TAP BALLAST P POST CAPITAL W IN QUAL.R cn.=M WEL PRxnc CLA "CORNS w.WNLLE SENEs xo Lo.nxc T ^ LCOS • "nRERs WO o:-P50-501I-w-x-e-,-x-c-e-cw m.ALOGN Awa°.rs l ow. BOLT CYCLE4R Bf�3 s ° u."`wce cam"w WAY DOLT " aDEL°B R SORFEIBSERI= "tee POLE c�n-IPrr Ego.�"' cmcµR°.,."a�wN >=�EcFIBERGLASS POLE INVIRFACTURERT YANSTREET . R.�wxEs xISxEB GRADE ROADWAY w.wrm �� r"noEtnw III'II tIIIIIIIIIII J. _� MO " '. NIIWIPP!WICD! a o ER111i• PRON.un INSTALL=R0.µY.IN Pp[. "" I u�ii 7iii — - wPCD1�° HANOI�I=, a_.SCOOila :wLL�.�TALL w.TOTER BOT,w•.ON CEN. jiLII 5 cO„w RA. E.T —k 11.11, -- III!il u EnNax. ...P R,S<FUSE HOUIER °.,x FRONT w EALENALx s-n TOP AND a,• • 1�1 ei".w°.R" Ili Nx10 w" R°x-°R�,°'Er' ;:-.dl:Rae. _P „ P0RED�0 PLACE �° _� IfI RAINBIRD ESP—LXMEF 8 STATION --1"iI `L -°- w"oEww.o m LIGHTING POLE FOUNDATION DETAIL CONTROLLER e Ng kV I =' 11° NOT EO SCALE lki RESISTANT•TRAFFIC RA.COVER. gE GSE RNIRE EllARTE TIER 15 HEAP DOM SOD OUND EBS =-R0.-RaG C 3/,PA COU COAIL PPER CYO xuTpmRE x,wxso smEEr uwnx° IACO ALL NEW STREET LIGHT&FIBERGLASS POLE DETAIL III SEE.INBLonoec xmEP: ASTRAY FOR TRENCHING.Davi.rwE) w FlNISx m.oE �,��\\� BE v OR ROVED"w nsor /%� '# ./ r�i�NO�a SM FINISHED w BE VERIFY POLE COLOR MIN TM ar PRIOR B ORDERING �.. °� �R. sa• O• ,7 r L«.,°R TAPE POLES 3;. •� rr:::./ T P" TAX'''. �jq 3A e.r (TOT) INSTALLEALL D TTP° :TME a;"HAVE THE Bk."P THE O �w�E,E a"RR. .�'-i_ `-�µALL HALE•INTERNAL UPLIGHT SPEW TO �: V:i,'ri�;' N.»RE. AL! Q I=wo:).e.�Nur a �,wP..cE E w a.� WINDLOADING NOTE: + 2.• b ELEcmuL DUCT SECTION JJJ---��',•:`• .. '. ..RC REawRwwTs GUST FACTOR PER APPLICABLE MBE CF INSTALLAPOI AS oTnrim IN THE FLORIDA x°.BB�rw.L°BBT T°.LET ,E REw�RE°..nL°.B.xB. TINEREOSTERED IN RORIDA SHOHING-r,...,THE PROPOSED SEE of B"�ET .T � ,ALL ROLE INSTAL4110.YIALL BE SUTABLE FOR 150 NPR RIND NTH APPROPRIATE I✓yam✓1�• �.Rc•°X CONTE°"R."wwx°RSP. Fl FCTRICAL DUCT UNDER ROADWAY Fl FCTRICAI DUCT IN EARTH ,°.,NOT TO SCALE c'i PULL BOX DETAIL TYPICAL .TCO MACHINES �T`N' NOT TO SCALE ALLOWED RR TRENCHING �� BEACH EiwmRro°o. FLAMINGO PARK �P Eo....... an' Rtena.cs Rmua NW. _�n•commomo corm sox rum...rum mMM0NKSOVYRMEIR n` ELECTRK:ALDETAILS a®pem�s" aneoe.c wwrfw"uwr Piwu ewe �'a - -�meecwn.6Ra .RF— vw o"a MIS nem. An,Dv.k1/30/53 e.e- -I3ar. R.eie. 3,0,e1= R1SST w',rm.e./ny.xnCR.11 Stne-rr.w+RM+.RwwMRT.rvuoPLTozan .ADSCAPE AND IRRIGATION PANS FLAMINGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH I RFP NO..2016-205-KB o DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOREe FLAMINGO PARK NEIGHBORHOOD-PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS 6 m MIAMI '"'�' „„ BEACH ��' ��� ���� ,,, PUBLIC WORKS DEPARTMENT Nri.-1:, HIGHWAY IMPROVEMENTS T•�_�rr \ FLAMINGO PARK NEIGHBORHOOD Is 11 '..exE PROPOSED LANDSCAPE IMPROVEMENTS ALONG 11th STREET , u7E,' (FROM EAST OF ALTON RD. TO WEST OF JEFFERSON AVE. AND ',,.FE. FROM EAST OF EUCLID AVE. TO WEST OF WASHINGTON AVE.) .-K„ LOCATION OF PROJECT_ PROJECT LOCATION 811 OM.aMMUS OI m L Ill 1 lig I i I I Ii I RA ► 1 I/1LlllnJ CITY OF MIAMI BEACH -- _ 1 MAYOR: PHILIP LEVINE �__ 'EP 1:1!. Nm ^— ,�a' INDEX OF DRAWINGS SHEET NO. SHEET DESCRIPTION COMMISSIONERS: RICKY ARRIOLA I KEY SHEET MICHAEL AELAGRIEF O I S V LJIIL IJILL y " ��ff fi fi nn 2 PROJECT LAYOUT/KEY PLAN JOMICKY STEINBERG I I :I I, 3-6 PLANTING PLAN KRISTEN ROSEN GONZALEZ y p. p JOHN ELIZABETH ALEMAN 111_1_ _,`_L _3 r 7 , 7I 7-8 PLANTING NOTES,SPECIFICATIONS,AND DETAILS CITY MANAGER: JIMMY L. MORALES 1.=1_,,_ - 9-12 IRRIGATION PLAN CITY ATTORNEY: RAUL J. AGUILA === -_ =J t JI l3-I4 IRRIGATION NOTES,SPECIFICATIONS,AND DETAILS ASSISTANT CITY MANAGER/ f ��(� DIRECTOR OF PUBLIC WORKS: ERIC CARPENTER, P.E. — --— ----— u CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. LOCATION MAP N.T.S. AIP A&P Consulting Transportation Engineers Comoration 10305 N.W.41 Street,Suite 115 �"J Miami,FL 33178 (305)592-7283/for(305)593-1594 Vendor No.:65-0770583 CA No.:EB-0007797 1 I i 1 I I, III fII e I' 7 IA2.1nR1.1 LAz.znR1.2 III 1.0 y�HI ' ry;F T 71 //////l ,J0 r 1 Y j.111 el f-']� .w IU2.3/IR1.3 / lI 11 r'''''—illit: = FF _ 11TH STREET ` --; F� IY �N �� III 41 II' p L—� H. rJ /1/ /��- II i II n u 4i li L-riiJ n / III / 6 n II ! it r. II II i/ Ii I ,I/ Z Z z a / O z c s g S 2 Ill I > 2 z I MIAMIBEACH e.ac°Txwc FLAMINGO PARK NEIGHBORHOOD LANDSGPEnnamECTOs..., MY Nain•1101 Oaw 31161.0, — ~nmmnwor,,,, v¢T nT-. PROJECT LAVOUTMEY PLAN ' VIEUX,ir{xy •. EEo R u.O 68672056867205rno,isc SCALE .O MATE EEvncx un..Y o.....Moo...le u..,.... Low Smite hp.) is;; • Sada Tom P.) 11TH STREET 1? N ill i•APoi 0..) ✓Iii;r3 h:: ia11 ►�Y gem %: valet s:.s .s;.. Tt 24M �'iiii iiiii -- .- W h• iii; "� D O' ,1 111111, . ;;;;;iiiiiii ;; • ;iiiii<iwi u— • .. '44'34441, IL a4;1 Q 11,-...;i:-; I I III IJ III SHADE TREES TALL PALMS KEY PLANT NAME OTT. UT.SIZE KEY PUNT NAME p1Y. 'UT.SIZE CAKR m. 11'de6' KEY PLANT NAME (dapNAMEmiimw QTY. UT.SIZE CNN OrywbWwa 8oco m. MIN,:md 24'ex. ...Poo,.BemMd CONG Cam nuc:tMa m 20 d OA ...HpmdN Cardmn CAGE CoesolpeNa�IT�nadllo IT ea Id'd.o''.pma,J Hi. LVO Coconut(85(2Idm ea 20 dM EMI ...G.., Glc boodeohnprols a. IB114.APS 21'w<. lYu llv.dS IoI T,.. r. It'd c 6' Pwedle&Pon Polm FIGI Fue+xcmcwpo Gomm bunt WN Tmmdnd +Wad.ticd. SAPA Sobel adnriea R2 r.2Cd OA,booed.hormone ...Gnw.IMMT,, 2600 r. 18118.�n8d 21'wc. SMALL TREES(under OVH w e' ...Sobel Poen 09E bua Daae r. 18118,Fdef 21'wc. KEY PLANT NAME WINO VedcM1M moalgorrimp�o r. 20 HE GA MVO ye,a.a pTY. UT.SIZE MNM . 11@.,md •21we COES Omemmue mecca...me' ea 0 d.6 weal,T N. SMALL PALMS NnTd s 0OM eirm) cam!maeae r'18 ...Si.m 9unwi.00d 0.0 dm<®Me rKEY PLANT NAME QTY. UT.SIZE MISCELLANEOUS ...DAN,,HAlT . IP d.s'.vpmd.l'W. HYu N LAN lagmaemn.a iaaMo 10 ••••••.la9miaule UTd QA Y.Aaaeare f6mon' m w..5 sold and m. I0 d.6 spread,2-W. ...Ade Palm 8O%SJ Sol ...Gem MMM mlwbeFa .mtrdie ea 10 d QA BOR SE SNSeed 'en v DOE Mlmandy Faeroes Bd.M'see.,x( .. .".Spmdk Tolle HYVE HY Everglades Mud .._S'>^pon'e SMppv lobed n am km Mamamebell.d 18 r.Bd OA,MIA xunk SMrbd AldoWm Mdd ...Pygmy Doe Pour mna.cy. PIRA Thome mdyo ea 6'd OA ...ThokF Palm LOW SHRUBS MIAMIBEACH oKa mt.. FLAMINGO PARK NEIGHBORHOOD waween_U.NDSCAPEARGHITECT OF RECO.,____ DRAM SV US Mb Pa. Flo Nam Amo�IR11RA>OKKNIRIMIK„n ENAT M.' PLANTING PLAN pNcrtn. + ,�, I IcsAsneeney WWIane 1,20.0. r�uxw eearms ""an[e wmoe.r MO CATE NEN.. aPa.eV 0.MO ar.e>e we..N w EALING SLYER BUUONNg0�0 TREES ON ADJACENT SUE iia .. *.�1���./f\�A1►, * flys':.: -.: SA 11:iii`*:'; ie,/ as feliii,sl :_,...iit,'E,V-- ..� Io.Shw AEP') . -/�, ��� ���� i��� Incl villi iiiii villi 16 villi. rdl. iiiii 11TH STR ET �;.�, seen Pak Aln viiiie Rill rdravwM. I ren I � �� i�. ���"'11E r a ¢ t iiiii•Amei ilii•: W 1....... Ki _ z , , , ,. _u IIII IIII SWEDE TREES KEY PUNT NAME TALL PALMS PM UT.SIZE KEY PLANT NAME Ott. ea SIZE GABE CaRedulRa b ••• m KEY PLANT NAME OTT. UT CLM Onmobolanus mom .BRd::m emaMd le'aw.a apml.Tcd. GONG�mmKdeea w m zrww .NRd^"..,am level@.:e,af zA•wc, CAGE C.*44.maamilb IT ea M'IW x a spm..Tad. URO amm.mPAumow , ERA Emotlea Ma n. IB11@..,.S R1'w<. . m 20 RAGA ...Gobe�C.rge UM lrvbnv baaawm m. lA'.i.d'spW,Tcd. Rounded Fon Palm NEwa 440.040rm 0rm6 A' m. mar,...kw.0.c Wtld Toniodud SADA SMal palm,. aZ m m_20.0%bomad.Immense ...Gra Maud Tan 3600 SMALL IREES(under OYH we) ..SdW PalmwR WE bw pre m. IBsI@.:mud 2E'w.c. KEY PLANT NAME YHAO VN.Aa^m"4amma^° m.NMA p1 COES Gammas mama PTY. Ui.SW ...Moagarr ldn LAW lmmimm*brem, letl@,:wd ZR'o.c 'Lean' m. ballxd'speod,Ycd. SMAD PALMS NaderOYH weldKEY wen Jammu ...L.e Bumn.wd L' am nuan tbH m. 1061.5spore.?cal. HYLAPUN PE�RMAE QTY. UT.SIZE MISCELLANEOUS LERe IO lo9... m Ib id OA d StAma eHomy' I4Pm+.sena mom nI0 . Nl.6'spend.T.d. ...NaAe?aM Plana,LI PPM NYEMaba.ehal61k en IOMEOA BOl65iMa Send 20% MOOR ./..."2`22.9.2'2 Ball.a'9pao4,<.rdn. "'SRadk PoAn IB Everglade,Mud _.SvRears SoPpm Med a.m lam PHRO Mom.amber. n.@tl OAdouble.md Xnaded AMloFim Mull me,Doe Palm m'n.Ice, %NRA Theum wd. ea Ala OA ...IM1MCF Palm LOW SHRUMS MIAMI BEACH eoacTxR FLAMINGO PARK NEIGHBORHOOD re, erv,m IANOSCAPE ARCHITECT OF RECORD — learners•LRm�r,�,. s..*a". PLANTING PLAN [Kean ___AER___N m l OaA 9.010,•�•P' rxR mo R u x° emRms Mal r a BATE NMI. i � .L , , llr IIIIiLlf lfg Yr E - A r-..rim.— . - II/II Iy'ILI/IIIII. S iIl � ,.... �� _m —•/ Shads ToR) -�r r 'III �� II� ' V � b$/ubigI IIiII 53Tall.ha BrpJ IIII i I ands ON " Small Lo hp) 11TH STREET IIIIiI Ma.oMlre ^/II. II . I IIII I � r 1IIIIIII/IIIII•IIIIIIIIIIIII' .�� I•. FI5IEF _i - IIA > _ _ �IIIIIIIIIIIIIIIII • —4'= — ----—a—'I— 11::;';21 Q ;r '.,..-.s to �•-. SHADE TREES TALL PALMS KEY PLANT NAME Ott. UT.SIZE KEY PLANT NAMEKEY PLANT NAME OTY. UT.SIZE CARR CdHhr'am Moslems m. 11'aR,6'xpd,rxd. OTT_ LT SFIE CHIERA Clopob04.xa mom m. ISUIT,Ada121'a.c .&od;m BawHkd CONG lam..c;bo m 2a MOx ...Ham.d(¢aplum CAGB Casolpixo BmwdE.o m M'm1.6'oreod.8cd. URO L.;san:o asumU;o m 2QNOA ERU EMbo, d o. 1SU IT,:..SE Al o1. ..BMoh.l irm 12 ...ROardlooi FOo Rdm OSA Loaves IoMS;quu, m I1'sstl x 6'speed,8 cd. c CU Flan m.mcmpT Gram hand ea 18018.:od Al'0x. .w0d lmmad SAM Sobel mimeo so-21.M booed.hummer ...G m blood Tem 2dOp SMALL TREES(under OVH aura) ...Sobel Palm op SPE .D,pose o. 18,18 sohall AZ ac. KEY PLANT NAME OTT. UT.SIZE UFAN Ve.gp.p.p E'mrO1p m.MbR ON GOES Camrumua.ecaa SkaseAspmotl,EW. mummery Pan SAVO annum volutes ea 1.18.;mol 21'o.c Sem&Mon.00d SMALL PALMS funds Ohl.eaL wm lomso RG Na comm on la 5,5'sped rN KEY PUNT NAME Ott. Y1T.SIZE MISCEWWEOU$ IAM Cahoon NOIR Moak*lovers* es IaNOa d Sr.Ammo tlo am NYw LoneranaM..onm;ca 10 m ITS-69xmd.rm. Sand 20% HYVF ...BaNe Pdm Plums Sod K delis MTN /Symonds Moss, 8MI x A.mend,l aunts. M.Spadmeho4 atm xn 1aMOA MeV*.Mir. Smeoot Stop, 6.,,,,...“.0,, PNRO Phases;amass IB m 8,10A.double MAL %melded Madam 1.16 ..Ppmy Ooe Pmm ono.cY THRA Thema mama m.b'sd OA ...TM1OEh Palm [OW SHRUBS MIAMIBEACH PROOFS,NAMEFLAMINGO PARK NEIGHBORHOOD women_LANDSCAPEARCHITECT O RECORD DpAyants AS Sm Pen Pft KwL.wwRD�1P ..rnnc PLANTING PLAN .i'�-'.',i.-'_ axecMA_SP.. oT m.. osw sM...e.N wa.. P.,... r�u xo. Manes .xw�,E �_ SPAWN —„�Or SSW....c>.a...IAN r.“•:°, m ;;._ k .J11�. 45, ':.11111111\11118 �%%%%%%i }}S7� A z �. 1R. 1R1': ,.iAa1'e ru R�` •��.\1\1/1/1N111 � 1 _ti d "+.'{q�/� A rr'1.yn AA'S1fiJ rbJ R'L 1 R r r .s3S ° ,.y,,ar > 1 e ; a 1'h+r 1p:. A .+ _ _.. IMF,enr..1=16110.11•R Al [lititi 1�' r'R�.+Q'' =r J RO Shed.1.1 ran Mwl \ I:1111� 111191111 5U.SM6Mp1TN Palm \ \ Kri 11N1] !!.1 —NAs\s\'33 .1111\' 4 S �SIKMDYo.1 11111' rMpl.(rywl 11111 ... ! 184s1i w`i 7 � i ... � x:11111111/11\1r .� ` 11110:. iN111M111\\ -- t.;111111111\\\eN,' II 11\111111111 , lig 11 Wr%• N. .,.rr SHADE TREES TALL POEMS PLANT NAME OTT. UT.SIZE KEY PUNT NAME CARE C*IMAPArn L.NA.me m. LA'atl.6'spm',Sml. KEY PLANT NAME CITY. UT.SIZE CAM Q.aoharmua loam Ott. UT SIZE KEY a1@,.Md 2A'wc Maul on LNA$.d CONG Cum nuRva m PLY W W ...NonawM fawlum m 1 CAGE CA*,.,b Fmmdlb 1A'aKab.prmd,Tcd. .fame.Pmm ERU Eaadm Wombs o. 10418%Mo.2e a.. ...RMd.al Am I R m IRO lNnbv rwwelfdm m AT loll 0.S VIA yailem lvliTo m. lA'a/.6'.pmd,Tcd. SVA ..RdedRoundedEon Poon 42 FIGI FAA.rmcmca G.o Wan& awa ea 1RMI@.W2A'wc. ...WM Tamodnd m aa d CM,boded,hormone ._Gron b4 d Amu SMALL IREES tun..OVR what ..Sdal Pabn ar WE Lou mon m. 4.11 VE KEY PLANT NAME Ott. UT.SIZE MO Machinnarymopra m.?It b M COBS Cmomqus vaw'Sekan' m IOS.b0.0*70 MSIrimrvnEn 4220 Ammons.... m. 18/1121%my Zfx ...SN Bunm„uad SMALL PALALMSlurd.,OVA Maal wm 1mNn. ECA R.cam* ens PLANT NAME ...�Fom Wlr m IU aJ1.5'pmd,Sca. IEU OTT. UT.SITE MISCELLANEOUS NmoLorbe Wm.., m 10 MI 0A am F Augrexn.'fboo:' NN Gw MMIe m 1D m. man.bapeod,zml. Palm Imxy Sol .-J.mild and rFadw,be•- m BALM ,.......I.....,.......I..... a all,L'pmd,A Barka. ._Spode Poon IB m. sOk � Smd KAI ...SaxamS SR.... Med aax lass PMO P.m.bd.; m @loll OA.MAL odr umdd Mdubm Mdch ...FA,Dale Paan MFA TbimamPAmo m 6'aE 05 PHch PA. LOW SHRUBS MIAMI BEACH mMECTEEMF FLAMINGO PARK NEIGHBORHOOD _LANOSUPEARCNOECTOFRE o/E..RR�R��I r. ar¢r nnc PLANTING PLAN omsm n. Ma losla...eay MOIL MI.LANOSCAPE :is!::aYie•.�.1. sm. 1.mo FC u xa. memos � no ars MMsw Mvo.ee m u.a. ..r. R W LAITOOMANTWAVANN ... _ �PLAN VIEW 2,1-...W115,41! . a = SHRUB INSTALLATION DETAIL _... .,. - O env' _no.�.s.�.. NNI. ",. 2,2, ,._... ...,, , ..m ROOT BARRIER INSTALLATION DETAIL SHRUB SPACING DIAGRAM .00.1.13,41.11.00M41.4,0"1415%.7•1.� ,w :.;'�7e w,"`„~"''" "f" "" "°" TREE INSTALLATION DETAIL UP TO 2.5"CALIPER "z°"+o m`. rEe."c°wTMo%::iwro . �w .un,awna.1:14F rT7,a.x.o.r:rex. a,..°. —..„.—.„... m,..•......,.m .....�. —.°,..: .. {..✓x.ef4 i� .,.:."zs 72:41.722,....7,...22=r”ur [T —v re.ww nnwn.miruw wmxa BRApNGi All WWI Na.rsr.�.amaN 4 \ wis.c. I4 � -- i1II �I �-. ,, I7 . ....y..°...... ...e.. ..0._..tim A.. ........ m a......., nu.ewrmu 1 :6 ur.rf ar sx •••••••.•••••••. ,l.�waorn TREE PLANTING AND BRACING IRTAII +[•mm �m.a.mMoara.0 aEo STAKING DETAIL WITH A CALIPER Of LS'OR GREATER ..:� R yrpel . r.,_.... a' , ,,.,.„oma,„ M.. ,,.. PALM PLANTING DETAIL TREE INSTALLATION DETAIL 2.5"+CALIPER MI AMI BEACH -.wE FLAMINGO PARK NEIGHBORHOOD — BONIe xosuPeaR x¢ro B o__ IRMO IMO ••••••=lSIEE*^^E PLANTING NOTES.SPECIFICATIONS,,,. a s<u w 06•7205s x .Emox . ..«.E.,.,.xEK„,,,,.. AND DETAILS 40. Na aRw rcc sc•L Nw .Im eN :.. E sulm,uxoscwc T wr.k r ..w.r w..o..r ..LVA CELL o ®v . ■ ' ■. �,,� � ■:.rz..xl:.mm., �. n4,1TNI,m, • • i TYPICAL SILVA CELL DIMENSIONS NOTES TOT,SILVA CELL UNITS 150OSS uniExmuV,wL-31m0H.Or 0.MM.SOIL) MIAMI BEACH --- FLAMINGO PARK NEIGHBORHOOD em an_LANDSCAPE ARCHITECT OF RECORO__ R.so R 1�1•II���.w�I slim*Ane PLANTING NOTES,SPECIFICATIONS, AND DETAILS x....'�'�u, carie Amo n.a NO. eeeawe urolOEc NO DAR im+sw Arco er m NUN a...R., FP: , ',A-0, r iiiiii 7 s ilii. Witty-.. t�_:(A /41P1 "7"147 iiiii4 iiiii 11TH STREET �? yi::' iii��13 III3I SSIII' °°..0000 ..III IIIII /I. el •ISA'IIIIIIIIII/IIII/IIIIIlig \.-i+ -- — \IIII/IIIIII/IIIIIIII ^ IIIIIIIIIIIIII/I/III� IIIIIIIIIII/IIIIIII ---. JIIIIIIII.IIIIIIIIii J r �J;f IS _ ,f o4 W I 1 }J�i i 4• a WA Cti.;1 CbJ Z V 4_. I I III III I MIAMIVE/\V t -N FLAMINGO PARK NEIGHBORHOOD I scue +m^v rtND PEar�„T'PRECOR ems..r w.ro..... 1 oeuw _u RECORD Fr�v.m. 0�¢r nnE: owwEr ns _ rr°.m.:nn Street Sheets, �<o����r IRRIGATION PLAN c»ECEEE.�, ,,,r.,,,�,,,,. :m'P•:':•.r'..�. Pa DATE EErras ..00 er .m. COMO SEVER BUDON0004TIES ON ADJACENT AM IIIIIIIil16 ii„i11TH STR ET ..�.i..liLiii iti.6:1: s1�n =� Iii � � r _... — SY:�: . I/ IIIII.IIII • II ..IIVIII••••V 40.4:v4, I` x i IU�, MIAMI BEACH --- _. a—U % HI,ECTOFxECao mom FLAMINGO PARK NEIGHBORHOOD — n: ..."�YA11B�BBBN� ..:ET T.. IRRIGATION PLAN _.3g_PM.Sxo�eeaaw �T ^". smxaaw aiwna.q LANOSCAPE t- xxE 1,20 o 2 v. m...r .01......xo 0•12 ..g. op,e.o..m AN I@ 0•arx r . 0 11s A. tyo — -� ,il%iiiniigaii ho/ � i !�iilisiiiE`x " , IN iii! ��'��=w 51 iiiii 52 Nil V'I,II SII+I�wiry • 53 rM III ii , 1 AA iii��. 11TH STREET .�,�„ _ iiiii' ,iiia iiiii iiiii iii Eel pOv�r2' � 'ra :? �.iavl a y ra c,--t._,.,_---= ---------- _ - + o re A P.�...V.9......, `?'••.i s. -:.'L�..=_,=----w- ,=--- r'A°'A.- ii ik t- , • •a I OW a s At h r�fi v 4 :::hi MIAMIBEACH r xwc FLAMINGO PARK NEIGHBORHOOD I p l og 0.wosure wcro �o x y�01, Shea. •01.1.RM. ..�. nnc llll Foe Name.,,.m.naaw sheet.. IRRIGATION PLAN MA 1 n.....: m 137411 F/r.\..\.,zak - - 11 :2:2��%t%414" rte. sShoeT.e►w 'ENNSYLVAN IA AVE '2:"` ::`>\ nor nw '4 ��\\\,:�'t : g stilt \ss , ^.yV MIN *Z* —r fral 'vim' � Vii, '\\\\\\:\\\\\.•/4/1� i w MIAMI BEACH woscr wac FLAMINGO PARK NEIGHBORHOOD _ wox¢n_ osu e x wrtcro a o Re Patn FM�wM0wown�r° srccr''r. IRRIGATION PLAN ehmW. n au9.w 31.L.xor x ueaurzcr '"•.'ri St.asu�.no IRRIGATION MATERIALS LIST 22.2 as —w..N--.,.a.sr m.. ...... e..INC or.*lb*. ana,ar rW ® e..Cesar. 2 IMMO mr Wa2 bdll.�� b A sal r.,.sa. From • maw 200469 R.,,.,,r,.,,r e..ae..avr. .vaNn c.,.a wr .•.aas 1.00 201. a„w sr.•ns.a,..r, ▪ 2* n2,•r • 122m. ' 10.0 ee.4 (aaaM 022.4 • 2-0 402 ay. RAMA,i]oo�r.are�rbd AAbl. saay : 552..0 Da.N ARE SONG OW! VIE WM114 MIAMIBEACHwioSCrN.E FLAMINGO PARK NEIGHBORHOOD 00000 =LANOESGPENICWrEeT OO RECORD mwn�a� 55EE*TU. IRRIGATION NOTES,SPECIFICATIONS, p.. �O%•ER..ary AND DETAILS :FSi y *CCM,- —woes sruv,uxosurc,wa«,E„ .svo.e.O.MUT•.•.••.2...,E •. t -........-.-.....„ ...,-..... ....,....,-........-,....-.,:,,::T'" ..-....- C;77.4:1.1±7:. ,,..-. oral P i --- tiii ILW ...,. II ,...,.......,. %IN -71 413 °:::7_ DETAIL OF STUB-OUT FOR FUTURE USE RAIN SENSOR DETAIL PLAN VIEW . azi.mr..2.-.....,.. ...0044.., FIllt 04 ........... -EiF ' 6 Ili , " .-0- ..., lII i11i 1----SPRINKLER ON RISER DETAIL FOR SHRUB AREAS L — ----a 1•Igirmillsi ill L-7-7,:-.TiZ:77-1E-n S.17,7Z TYPICAL SOLENOID VALVE ASSEMBLY • ELEVATION VIEW ''''''.F.i.r7.i..F.:::;;F:'•":::Z;"""7' ... lit-- •11110 ,BRAgaltg.,J,PSR(EsyrEVATTNNL ASSEMBLY„, DETAIL .......,.... ''•"--7...=„..":T,!,,T.:T"..".= °•' ,illifilibli 11, ..” ....___.____. ,c...-..- ... fill-_.._____......_....... ,........_ .... -,... II I) III FLEXIBLE SWING JOINT DETAIL 1 . liffy=v1-7,:va277,rwaiviatic:::,E,:i7.:'" CONNECTION TO METER DETAIL ... SCAPE ARCIliKT OF RECORD AM P. MIAMI BEACH .--- FLAMINGO PARK NEIGHBORHOOD =.:..1::: FM.arna,,............9 - SHEET MIE IRRIGATION NOTES SPECIFICATIONS, M11....T. AND DETAILS nertavram 7' ,-, ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM MIAMIBEACH OFFICE OF THE CITY MANAGER LTC # LETTER TO COMMISSION 486-2016 TO: Mayor Philip Levine and Members of he City C. mission FROM: Jimmy L. Morales, City Manager DATE: November 14, 2016 SUBJECT: Evaluation Committee Relative to equest for Proposals (RFP) No. 2016-205-KB, for Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood The purpose of this LTC is to update the Mayor and City Commission on the status of Request for Proposals (RFP) No. 2016-205-KB, which seeks to establish an agreement with a qualified firm for design/build services for right of way infrastructure improvement program for Flamingo Park neighborhood. The City received seven (7) proposals pursuant to this RFP on Wednesday, November 2, 2016. The responsive proposals will be reviewed by the Evaluation Committee in accordance with the criteria established in the RFP. I am considering appointing the following individuals to serve on the Evaluation Committee: • Eric Arencibia, Civil Engineer I, Public Works Department, City of Miami Beach • Sabrina Baglieri, Senior Capital Projects Coordinator, Capital Improvement Program Division, City of Miami Beach • Kathleen Smarsh, Resident, City of Miami Beach • Luis Soto, Civil Engineer III, Public Works Department, City of Miami Beach • Igor Vassiliev, Civil Engineer II, Public Works Department, City of Miami Beach I am also considering the following individuals as alternates: • Eugene Egemba, Civil Engineer III, Public Works Department, City of Miami Beach • Wanda Mouzon, Resident, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works Department, City of Miami Beach I would appreciate any comments and/or suggestions you may have by Thursday, November 17,2016. Thank you. C: Mark Taxis, Assistant City Manager Alex Denis, Director, Procurement Department JLM/ /BAM/D/`,1 F:\PUFtC\$ALL\Solcitations\2016\2016-205-KB (RFP) DB Infrastructure Imp Program Flamingo Park Neighborhood\09-Evaluation Committee\LTC RFP 2016-205-KB DB Flamingo Park Neighborhood.doc Competitive Bid Reports -C2 E MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: September 14, 2016 SUBJECT: REQUEST FOR APPROVAL TO ISSUE REQUEST FOR PROPOSALS (RFP) NO. 2016-205-KB FOR DESIGN BUILD SERVICES FOR THE RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD. .. . ......_............... ... .. RECOMMENDATION Authorize the issuance of the RFP. ANALYSIS The City of Miami Beach is seeking proposals from qualified vendors to design/build 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue in the City of Miami Beach. The Selected Design/Build Firm shall coordinate the design concepts within the context of both the existing cross section of 11th Street. The qualified Design/Build Firm will be responsible for providing architectural, structural engineering, electrical, landscape architecture, construction cost estimating, surveying and geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawing(s), surveying, geotechnical, design development, estimate(s) of probable construction cost, construction documents, permitting, bidding / award, construction and construction administration services for the Project. • MINIMUM QUALIFICATIONS. Please Reference, Appendix C, Page 32, RFP 2016-205-KB for Design/Build Services for Right Of Way Infrastructure Improvement Program for Flamingo Park Neighborhood (attached). • SUBMITTAL REQUIREMENTS, Please Reference Section 0300, Page 12, RFP 2016-205-KB for Design/Build Services for Right Of Way Infrastructure Improvement Program for Flamingo Park Neighborhood (attached). • CRITERIA FOR EVALUATION. Please Reference Section 0400, Page 18, RFP 2016-205-KB for Design/Build Services for Right Of Way Infrastructure Improvement Program for Flamingo Park Neighborhood (attached). CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of RFP No. 2016-205-KB for Design/Build Services for Right Of Way Infrastructure Improvement Page 208 of 2187 Program for Flamingo Park Neighborhood is subject to funds availability approved through the City's budgeting process. KEY INTENDED OUTCOMES SUPPORTED Ensure Reliable Stormwater Management And Resiliency Against Flooding By Implementing Select Short And Long-Term Solutions Including Addressing Sea-Level Rise Legislative Tracking Public Works/Procurement ATTACHMENTS: Description o Request for Proposals (RFP) 2016-205-KB Page 209 of 2187 REQUEST FOR PROPOSALS ( RFP) DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD RFP NO. 2016-205-KB RFP ISSUANCE DATE: SEPTEMBER 16, 2016 PROPOSALS DUE: OCTOBER 31, 2016 @ 3:00 PM ISSUED BY: KRISTY BADA Or MIAMIBEACH KRISTY BADA, CONTRACTING OFFICER II PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6218 J kristybada@miamibeachfl.gov www.miamibeachfl.gov Page 210 of 2187 CP. 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 Page 211 of 2187 AN", 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.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD Miami Beach,Florida Sealed proposals will be received until 3:00 PM on October 31, 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 RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD.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 11th Street(Alton Road to Jefferson Avenue and Euclid Avenue to Washington Avenue)Right Of Way Infrastructure Improvement Program Flamingo Park Neighborhood.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;traffic signals,signage;streetlights sidewalks;and streetscape improvements. A Pre-Proposal Meeting is scheduled for September 27,2016©10:00 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 October 21, 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: kristybada(a7miamibeachfl.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.oublicpurchase.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.gov/procurement/scroll.aspx?id=23510. Sincerely, Kristy Bada Contracting Officer II Procurement Department RFP 2016-091-KB 3 Page 212 of 2187 B EACH 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[s]")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 Flamingo Park Neighborhood. 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 September 16,2016 Pre-Proposal Meeting September 27,2016 AT 10:00 AM Deadline for Receipt of Questions October 21,2016 AT 5:00 PM Responses Due October 31,2016 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 2016-205-KB 4 Page 213 of 2187 m 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 kristybada(a miamibeachfl.gov £dditionally. the City Clerk is to be copied on all communications via e-mail at: RafaelGranadot miamibeachfl.•ov: or via acsimile: 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 rafaelgranado(a)miamibeachfl.00v. RFP 2016-205-KB 5 Page 214 of 2187 Se`.' 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 2016-205-KB 6 Page 215 of 2187 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 2016-205-KB 7 Page 216 of 2187 BEACH 21. Postponement/Cancellation/Acceptance/Rejection.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 2016-205-KB 8 Page 217 of 2187 ! 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 2016-205-KB 9 Page 218 of 2187 '� ✓p. A, '.i B E \C h- 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 2016-205-KB 10 Page 219 of 2187 BEACI- 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 2016-205-KB 11 Page 220 of 2187 ',\12°,,..`H BEACH 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, •ro'ect 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; 11x17 or 8'/2 x 11 or 8'/2 x 14) 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 c. Construction Superintendent for the DBF and other major subcontractors. RFP 2016-091-KB 12 Page 221 of 2187 '. BEACH 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. Include Projects which illustrate experience within the Miami Beach and/or coastal communities. (1 page per project) 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:At the request of the City the 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://supplierportal.dnb.com/webapp/wcs/stores/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). WMBE and S/DBE utilization is encouraged. For applicable firm or team members submit certification from either The State of Florida Office of Supplier Diversity or Miami Dade County. RFP 2016-205-KB 13 Page 222 of 2187 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 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 including; water and sewer replacement, extensive utility coordination; signing and marking; signalization; street lighting and maintenance of traffic. Provide projects where impacts to adjacent properties were mitigated during design. (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 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). 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 2016-205-KB 14 Page 223 of 2187 ,,a { },' 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 City to 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 2016-205-KB 15 Page 224 of 2187 CA ' B EAC F� 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 dearly 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 / 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 /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 2016-205-KB 16 Page 225 of 2187 ILA ` t 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 Page Intentionally Left Blank RFP 2016-205-KB 17 Page 226 of 2187 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/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/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 Page 227 of 2187 • f BEACF 4.Determination of Phase I&II Ranking. Phase I&II/Step 1 scores(by the Evaluation Committee)and Phase I & II/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 I 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 2016-205-KB 19 Page 228 of 2187 ! 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!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 $100 I$100 X 20=20 20 Vendor B $150.00 20 $1001$150 X 20= 13 13 Vendor C $200.00 20 $100 I$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 2016-205-KB 20 Page 229 of 2187 BEACI- 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 2016-205-KB 21 Page 230 of 2187 CITY OF MIAMI BEACH REQUEST FOR PROPOSALS(RFP)No.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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 I. MIAMI-DADE COUNTY DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES(RER)(formerly DERM). • Class I Permit for Construction of Seawall • 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 • Notice of Intent to use the General PermitFor Construction of Watermain Extensions for PWs • Notification/Application For Constructing A Domestic Wastewater Collection/Transmission System 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 2016-205-KB 22 Page 231 of 2187 APPENDIX A �.. MIAM BEACH Proposal Certification , Questionnaire & Requirements Affidavit RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue , 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 23 Page 232 of 2187 Solicitation No: Solicitation Title: 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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 2016-205-KB 24 Page 233 of 2187 1. Veteran Owned Business.Is Proposer 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 2016-205-KB 25 Page 234 of 2187 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 2016-205-KB 26 Page 235 of 2187 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. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. 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 2016-205-KB 27 Page 236 of 2187 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 2016-205-KB 28 Page 237 of 2187 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: 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 2016-205-KB 29 Page 238 of 2187 APPENDIX B IA BEACH " No Bid " Form RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those 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 on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. RFP 2016-205-KB 30 Page 239 of 2187 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#2016-205-KB 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 31 Page 240 of 2187 APPENDIX C MIAM BEACH Minimum Requirements & Specifications RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 32 Page 241 of 2187 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 have successfully completed the construction of two(2) projects similar in scope, cost and volume in the past ten (10) years as the prime contractor or Design/Build Firm. Successfully completed means that the project has reached final completion and that there are no pending issues. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 3. The design lead consultant shall have successfully completed the design of two (2) projects similar to this project within the past ten (10) years. Successfully completed means that the project has reached final design and project is either ready for construction or under construction or construction has been completed. Development of design criteria packages are not considered similar. Submittal Requirement: Project name and location; project description; original and final contract duration,original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 4. Design/Build Firm or its design consultant shall have successfully permitted two (2) projects similar to this project within the past ten (10)years with environmental agencies such as Dade County, South Florida Water Management District;Army Corps of Engineers,etc. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 5. Design/Build Firm or its design consultant shall have successfully completed the design for deep underground structures and seawalls of at least three (3) projects during the last 10 years. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information.(1 page per project) 6. Design/Build Firm or team member must be 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 RFP 2016-205-KB 33 Page 242 of 2187 • 3.10—Highway Lighting • 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 Submittal Requirement: Submit a copy of the required pre-qualifications. 7. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than$10 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 $10 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent). 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 For Flamingo Park Neighborhood. 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 work contemplated under this proposed contract comprises the design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR NEIGHBORHOOD Flamingo Park Neighborhood— 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. The work will include but not limited to site preparation; earthwork, roadway reconstruction, water main installation and water services relocation; and storm drainage infrastructure installation, street lighting, pedestrian lighting, signalization, landscaping and streetscape RFP 2016-205-KB 34 Page 243 of 2187 improvements. In addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. The general location of the work is as follows: The Flamingo Park Neighborhood more specifically described as 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. 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 consist of the removal of the existing old water mains and installation of new water mains and services including new water meters with automated meter reader technology. Service lines will be relocated to the front of the properties within existing City right-of-Way in areas where the service lines are in easements at the back of properties.Water service must be maintained at all times. 2. 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 to 3.7 NAVD, and harmonization of driveways. Utilizing an updated survey containing finished floor elevation (FFE) data, all road right-of-ways within the limits of the project shall be reconstructed to newly targeted elevations. Additional design considerations will be made to maintain positive drainage away from the private lots. Street lighting improvements and enhanced signage along each street will be considered. 3. 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, the connecting to existing outfalls and the installation of a new 48"storm sewer system. 4. Gravity sanitary sewer Improvements consists of the evaluation of the system to determine if the system segments should be replaced or repaired by lining or grouting. Sanitary map showing pipes to be lined will be included as part of the DCP. Sewer service shall be maintained at all times. Design and construction for bike lanes, multi-use paths and sidewalks as depicted on the typical sections in the Bicycle Pedestrian Master Plan 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$9,200,000 Million. Project Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. RFP 2016-205-KB 35 Page 244 of 2187 • Design &Permitting Phase:90 Days from the issuance of Notice to Proceed (NTP) • Substantial Completion: 365 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 $5,000 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 $5,000.00 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. Remainder of Page Intentionally Left Blank RFP 2016-205-KB 36 Page 245 of 2187 APPENDIX D MIAMI BEACH Special Conditions RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 37 Page 246 of 2187 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 2016-205-KB 38 Page 247 of 2187 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 2016-205-KB 39 Page 248 of 2187 APPENDIX E M1AM 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. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 40 Page 249 of 2187 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.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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 2016-205-KB 41 Page 250 of 2187 Section 2—GUARANTEED MAXIMUM PRICE(GMP)-SAMPLE REQUEST FOR PROPOSALS(RFP) No.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER ,511,,..„?".�" ` 11 �1 DESCRIPTIONS ' ` �y"' QUAN 1 UNIT ,UN TOTAL 4 a✓'k'a e " ^rte 1 "'=,3*7 a�+"* a s C" �tj v P COS AMOUNTf 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 OW 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 DEMUCKJBACKFILL TO REMOVE EXISTING UTILITES DRAINAGE PAY ITEMS PUMPSTATION 6 CURB INLETS 1 LS MANHOLES 1 LS YARD DRAIN(W/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 RFP 2016-205-KB 42 Page 251 of 2187 FIRE HYDRANT 1 I LS SEWER PAY ITEMS 8"C-900 GRAVITY SEWER 1 LS 10"C-900 GRAVITY SEWER 1 LS 12"0-900 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 LA GORCE OWNER CONTROLLED PROJECT CONTINGENCY 10%OF TOTAL GMP LA GORCE TOTAL GMP LA GORGE 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 lam authorized to execute this proposal and commit the proposing firm) RFP 2016-205-KB 43 Page 252 of 2187 APPENDIX F MIAM BEACH Insurance Requirements RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 44 Page 253 of 2187 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 2016-205-KB 45 Page 254 of 2187 ATTACHMENT B REQUEST FOR PORPOSAL (RFP) AND ADDENDUMS 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: 786-3944002 ADDENDUM NO. 4 REQUEST FOR PROPOSALS NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) March 27, 2017 This Addendum to the above-referenced RFP is being issued pursuant to Phase ll of Request for Proposals No. 2016-205-KB Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood 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. ATTACHMENTS. The following attachments are incorporated as part of this addendum; Exhibit A: Sample Design Build Agreement Exhibit B: Revised DCP Exhibit C: Letter to Commission, Evaluation Committee Relative to Request for Proposals (RFP) No. 2016-205-KB, for Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood Exhibit D: 8 INCH AND 16 INCH WATER MAIN 100% PS#1, 11 ST Miami Beach Open Cut Phase II - 54-INCH PCCP F M 54 INCH PCCP FM - REVISED SET OF PLANS FOR OPEN CUT PHASE II As Built 8 W.M. along 11 ST: Pressure Test II. ANSWERS TO QUESTIONS BY PROSPECTIVE BIDDERS. Q1. When will the D/B Teams expect to receive NTP-1/Design? Al. After the contract is executed; tentative contract award is April 26, 2017. Typically 10— 30 days for contract negotiations and execution. Q2. When will the D/B Teams expect to receive NTP-2/Construction? A2. Only one NTP will be issued. Q3. How many days after NTP-1, substantial completion should take place? A3. Please refer to revised DCP. Q4. How many days after substantial completion, final completion should take place? A4. Please refer to revised DCP. Q5. Should the D/B firm account for all cost associated to the implementation of contaminant treatment systems and/or the cost of the disposal of the of dewatering for the contaminated water 1 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) (about 600,000 GPD) found in DEP and DRER record maps at Pennsylvania Ct & 11TH Street or an allowance will be provided for this activity? A5. The Design-Build Firm (DBF) should account for all the costs associated with dewatering and the disposal of contaminated water. No allowance will be provided. Q6. Topographical Survey in CADD files. What was provided in the DCP was PDF A6. CADD Survey will be provided upon award of contract. Q7. Geotechnical Soil Survey. A7. Currently no Geotechnical Soil Survey for the project area is available. Q8. Copies of the preliminary Class 1 and 2 permit applications submitted by the CMB to Miami- Dade County DRER (see DCP -5). A8. Class 2 permit application is currently in process. Once the application is completed the copy will be made available. Class 1 permit does not apply to the project. Q9. In DCP -6, item M, sub-item 2 mentioned that this project shall obtain substantial completion within 250 calendar days after NTP and final completion shall be 60 days after the issuance of substantial completion. In DCP-16, Item 10.1, sub-item A mentioned that this project shall obtain substantial completion within 200 calendar days after NTP and final completion shall be 120 days after the issuance of substantial completion. Additionally, the Technical Specifications/Contract Documents, Section 1.6/Work Sequence, page 01010-2 calls for substantial completion in 730 days from NTP and final completion 30 days after the issuance of substantial completion. Which one of these three conditions apply to this solicitation? A9. Please refer to revised DCP. Q10. In DCP-7, item 1.04, the work will include: roadway reconstruction; water main installation & water service relocation; sanitary sewer force main installation; sanitary sewer relining/replacement; storm drainage infrastructure installation; street lighting; pedestrian lighting; signalization; landscape & streetscape improvements. In addendum no. 1, Q5/A5—street lighting & pedestrian lighting as well as landscape & streetscape improvements were not included. Please clarify. A10. Street lighting, pedestrian lighting, signalization, landscape & streetscape improvements, as well as harmonization are parts of the project and need to be included. Q11. Should we include Community Outreach as part of our GMP? Al 1. Yes Q12. Please advise if High Performance HP pipe can be allowed as an Optional Pipe Material for the drainage system in this project. Al2. No. Q13. Has the evaluation committee been selected yet for Phase II of this project? Will it be the same member that were on Phase I? 2 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) A13. Please refer to Exhibit C. Q14. Please advise as to what datum is the survey that was included within the Step 2 Package. We were unable to find it. A14. NAVD. Q15. Can the City provide us with a copy of the proposed improvement along 11th Street between Jefferson and Euclid Avenue that is currently under construction. This will help us determining the starting points for all scopes of work at Jefferson and Euclid. A15. Please refer to Exhibit D. Q16. Do you have the existing as-builts from the Alton Road project in particular at 11th Street. If so, can you please provide. A16. All available as-builts are located at the Public Works office at the City Hall and can be obtained on demand per city's procedure upon award of contract. Q17. The addendum says the sample agreement was attached. It is not. Please provide. A17. Sample design build agreement attached as Exhibit A. Q18. What is the anticipated start date of this project? A18. Please refer to responses to Al and A2 above. Q19. What are the liquidated damages for this project? A19. Please refer to revised DCP. Q20. DC-8 Note 1 Refers to several CAD files, "APC1604 Neighborhood 10A — 11th St.052316 6.dwg" and "APC1604 Neighborhood 10A — 11th St.052316 4.dwg". Can these CAD files be made available to us? A20. These CAD files cannot be provided at this point. Please disregard the statement. Q21. DCP-8 Note 7 refers to adjustment and/or relocation of the existing fencing along the north side of 11th Street across Flamingo Park. What is the limits of the ROW for this area? What are the height restrictions and details for this fence? Does the City envision the DB firm to correct, repair, or repaint the existing fence in addition to adjustments/relocation? A21. The fence will have to be relocated, repaired and repainted as necessary. • Q22. DCP-8 Note 7 referring to the Fence along 11th Street across Flamingo Park. Are adjustment/relocation of the fence a mandatory requirement or is harmonization left to the DB firm's discretion? A22. Please refer to Response A21 above. Q23. Can the City clarify the exact starting and ending point of the project. For Example is the Mast Arm at the SE corner of Alton Road (around STA 600)associated with this project? 3 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) A23. Immediately East from Alton Rd. (not including Alton Rd) to Jefferson Ave., including transition with current Phase I 11th Ave. Improvement Project, Euclid Ave., including transition with current Phase 111th Ave. Improvement Project to Washington Ave., (not including Washington Ave.). Exact limits could be specified more clearly and/or adjusted during the design. Q24. To better assist the design team are there any existing CCTV footage/reports of the sanitary sewer lines in/near the project area? A24. This type of information if available may be provided upon award of contract. Q25. The provided plan elevations and the onsite benchmark elevations do not coincide, Please clarify the correct existing elevations for the project work zone. A25. The survey was provided for information purpose only. As stated in the DCP all information (including benchmarks)will have to be verified by DBF during the project. Q26. The better assist the design team, will the City release the existing roadway profiles. A27. Roadway profiles could be made available upon award of contract. Q27. Which design specifications are required for the Barrier Walls? A27. This information can be verified by DBF during the design. Please refer to DCP-2 1.03 A. Q28. Looking at the Sewer Atlas it appears that the tie in is at the intersection of the 30"X42"X54". Please confirm our pipe crossing is 54"? A28. The connection point to the existing 54" FM will be at the intersection of the 11th St and Michigan Ave. Q29. Sanitary sewer force main improvements will consist of continuing the recently constructed force main. Can we please get the plans that depicts what and where this forcemain was constructed. A29. Please refer to Exhibit D. Q30. Please provide the Construction Drawings for the underground and streetscape improvements {{ for the Right-of-Way and Infrastructure Improvements currently under construction on 11th St between Michigan Ave and Euclid Ave. A30. Please refer to response A29 above. Q31. Can you please provide us with CADD Files of the existing survey so that we can provide accurate conceptual plans? A31. Please refer to response A6 above. Q32. Section 01010 1.6, B indicates that the substantial completion shall be achieved 730 calendar days. While DCP-16, indicates that substantial completion shall be achieved in 200 calendar days. 4 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD J (PHASE II) 1 A32. Please refer to revised DCP. Q33. DCP-16 indicates the work hours shall be between 8:30 am to 5:00pm. Depending on the response to question no. 1, the times may need to be reconsidered. A33. The work hours could be extended from 7:00AM to 7:00PM Q34. Section 01010, 1.29 B indicates that several permits were pulled by the City. Can you please forward to us the copy of the permit so we can look at the permit requirements. A34. Please refer to response A8 above. Q35. What is the anticipated date of completion for the First Phase being performed by DMSI? A35. May/June of 2017. Q36. Are there any sanitary sewer video inspections that have been done recently that you all can provide? A36. Please refer to response A36 above. Q37. DCP-10 indicates that the manholes not in "Like new" condition shall be lined/replaced. Is there a list of those that the City considers to be in poor condition so that we can properly include in the bid? Or will the Engineer's recommendation be sufficient. A37. This information is currently not available. Q38. DCP-10 indicates that the sanitary sewer services shall be removed or replaced. Will lining laterals be acceptable? A38. Please refer to DCP-10 E.3. Q39. Would it be possible the release a copy of Appendix E "Cost Tender Form" in Word or excel format? A39. Cost Tender Form should be completed on the format already provided by the City through Addendum No. 2 for Phase II. Q40. Please confirm the datum use on the conceptual roadway plans provided by the city are NAVD 88. A40. Yes. Q41. We are requesting the current Phase I plans for this project. A41. Please refer to response A15 above. Q42. On the price sheet it specifies "RED CONCRETE SIDEWALK 4"WITH WIRE MESH." Is this a typo or are we supposed to put wire mesh in the sidewalk? A42. Generally no wire mesh will be required.IOMINNIMIONSIIIIIMINIMISMI 5 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) Q43. On the price sheet it specifies "RED CONCRETE SIDEWALK 6" WITH WIRE MESH." Is this a typo or are we supposed to put wire mesh in the sidewalk? A43.Generally no wire mesh will be required. Q44. On the price sheet for "CITI BIKE STATIONS," other than a slab is anything else expected of the contractor? A44. No. Q45. On the price sheet for "BUS STOPS/SHELTERS," other than a slab is anything else expected of the contractor? A45. No. Q46. DCP-6: Previous projects had a second Notice to Proceed (NTP2) defined as the milestone after permits were obtained. This schedule specifies there will only by one NTP, defined by contract execution. The project duration is tied to project execution. Is it correct to say that the DCP states we must design, permit and construct the project to substantial completion within 250 days? A46. Please refer to revised DCP. Q47. DCP-6: Please define "partial Completion"as described in Substantial Completion. A47. Please refer to DCP-6 M.2. Q48. DCP-6 states Final completion is 60 days from Substantial, DCP-16 states Final is 120 days from Substantial. Which is correct? A48. Please refer to revised DCP. Q49. DCP-10: Please clarify other than coordination efforts, what will be expected from the Contractors in regards to the Utility companies undergrounding their services. A contractor for instance has no authority over FPL. A49, The expectation in regards to Contractor's work are outlined in the DCP. Q50. DCP-12: In regards to work sequencing, this is typically considered means and methods and set by the Contractor. The paragraph C states, "shall be sequenced", is this phasing mandatory? A50. Please refer to DCP-12 Paragraph C. in its entirety without taking partial sentences out of context. DCP-12 C provides the explanations, reasoning and expectations for sequencing. Q51. The cross sections provided specify FDOT Gravity Wall. Are we to assume the gravity wall pricing must meet FDOT Standard Index 6011 Scheme I or will other wall alternatives be accepted? A51. Information will not be provided at his time. Please refer to DCP-2 1.03 A. II 6 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) Q52. The Cover Page on the document released on February 9th, 2017 states "Addendum No. 2" but the footer says "Addendum No. 3" please clarify the number of total addendums that have been released for this project. A52. To date four (4) addenda have been released, including this addendum, pursuant to RFP 2016-205-KB Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood Phase I and II. Q53. The DCP and other Documents switch between "Design/Build services for right of way infrastructure improvement program for Flamingo Park Neighborhood" and "11st Street Infrastructure Improvements from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue". Which of these is the City's preferred title/ description to be used by the bidder when addressing this project? A53. The preferred title will be: "Design/Build services for right of way infrastructure improvement program for Flamingo Park Neighborhood." Q54. We are requesting any and all CAD files related to the 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) project. Q54. Please refer to response Al 5 above. Q55. We would like to request and extension to the submittal date since we have not received the responses to our RFIs. This will enable us to properly complete our submittal package since several of our questions are pertinent to the actual technical proposal and conceptual plans. Furthermore, could you please advise whether HP Pipe has finally been accepted as an equal to A2000. A55. HP Pipe is not currently accepted. Q56. Please confirm the datum of the survey provided. A56. NAVD Q57. Please provide the survey in electronic(Civil3D)format, inclusive of the point data/files. A57. Please refer to response A6 above. Q58. The DCP indicates that all existing utilities being replaced are to be removed. This could provide to be costly for the City, has time implications and adds to resident/property owner inconvenience. We will assume that the existing water can be grout filled, instead of removed unless the existing WM is in the path of proposed drainage or force mains. A58.According to DCP the existing utilities being replaced are to be removed. Q59. Scope of work, DCP-7, part B refers to utilizing an updated survey with FFE data to reconstruct all road right-of-way within the limits of the project to newly targeted elevations. What are these elevations? A59. All road right-of-way reconstruction should be based on a minimum elevation of 3.7ft NAVD at the edge of pavement. 7 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) Q60. Please provide finish floor elevations. Note this is important to design and comply with the requirements set forth in the scope of work. A60. Please refer to Response A59 above. Q61. Please provide geotechnical soil boring reports/data. We assume there are no adversary soil conditions. A61. Please refer to Response A7 above. Q62. DCP requires for Viton gaskets in areas where contamination is discovered. According to the DERM maps, there does not appear to be any known contamination. We assume the City has confirmed the same. A62. The confirmation cannot be provided at this time. Q63. Would the City require a separate meter to power the strobe lights for mid-block crosswalks as described in DCP-8?We assume yes. A63. This information will be specified during project execution. I Q64. Please provide details/information on the LED street lighting requirements, type, style, photometric requirements, spacing, etc. ` A64. Please refer to City of Miami Beach Engineering Manual Q65. Are there any existing City Wi-Fi units in this neighborhood? If so, will they need to be relocated by the DBF? Please confirm how many there are, location and what is the procedure for relocation? Can any contractor perform the relocation, or will the City require that is be performed by a current City vendor? We assume there are none. A65. The information cannot be provided at this point. Q66. Please confirm the City will accept Duckbill check valves?We assume yes. A66. The City accepts Duckbill check valves for appropriate applications (subject to approval by city engineer). Q67. The DCP is silent on the allocation of scooter/motorcycle parking. However, City Ordinance 2016-4060 approved on 09 November 2016 states that "The parking director of the city may designate curbside parking spaces for scooter, moped, and motorcycle parking in either individual parking spaces or groupings of parking spaces. Parking spaces with such designation shall have either posted signs, curb markings, or pavement markings promulgating scooter, moped and motorcycle parking only." Please provide scooter/motorcycle parking space locations, quantities and requirements. We assume none are required. fi A67. This information cannot be provided at this time. Q68. What would be the transition requirement (maximum slopes for sidewalk and roadways) between 11th Street and adjacent transverse roads and alleys? A68. Same as 11th Street Phase I project — please refer to plans provided with this addendum. .. VIONNIVAIIMENSIfil 8 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) Q69. Please clarify the discrepancy with days; DCP -16 Says: 1.10 work schedule Substantial completion, shall be achieved within 200 days from NTP Final completion, shall be achieved within 120 days from the issuance of substantial completion. Now they have stated 3 different amount of days, within the documents. We assume the greatest amount of days. A69. Please refer to revised DCP. Q70. We checked the as-builts provided by the City for sanitary sewer and we have marked up the atlases: • Green boxes mean we have those as-builts with inverts. • Red circles mean those as-builts are missing. • Yellow circles means they are missing but we probably won't need them. The DCP requires that we connect the 30" force main from the new pump station located within APCTE's project to the existing 42" force main. However, as-builts have not been provided for either the existing 42" or the new 30". Additionally, the GIS and atlas show that they are already connected. Do we actually connect these? I think the City needs to clarify/provide more information. We assume no connections required in this contract. A70. The clarification cannot be provided at this point. Q71. We marked up the topographic survey with the high points (green boxes) and low points (red circles) as close to the center of the road as we could tell. We also marked the catch basins shown on that plan in blue circles. The original file is labeled "TOPOGRAPHICAL SURVEY, PROPOSED WATER, SEWER AND STORM.pdf," but comparison with the storm atlas indicates that these are existing. A71. The clarification cannot be provided at this point. Q72. The Miami Beach standard detail STL5 (Street Light Details No. 1) appears to have the incorrect model for the lighting fixture (#GVD804KAHSB3N), as the GVD series is a Granville upright pedestrian lighting fixture. Please clarify which Cobra fixture model is the City's standard. A72. Please refer to City of Miami Beach Engineering Manual Q73. DCP-9, Section 1.04.C.3 requests 3 each 2" diameter PVC conduits throughout the length of the project. Please clarify if the City will require 3 each on BOTH sides of W 11th, or down ONE side. If ONE, which side? A73. DCP-9 1.04.C.3. clearly specifies three conduits each 2" diameter. The side will be determined during design phase. Q74. DCP-10, Section 1.04.G indicates that secondary service lines that pass overhead across 11th Street shall be buried underground to the maximum extent practicable. The very westernmost crossing is at the intersection with Alton Rd. This area was recently improved and a portion falls within FDOT right of way/jurisdiction. We assume this overhead crossing is to remain to avoid the new improvements. Please clarify if otherwise required. A74. The clarification cannot be provided at this point, please refrain from making unsubstantiated assumptions. 9 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) Q75. In regards to off-duty police this is a large unknown. Since the streets will be closed to traffic we assume there will be no need for off-duty police to maintain traffic. Otherwise please provide the expected hours that we should include. A75. The information cannot be provided at this point. Q76. Is the Force Main work to be submitted as OTHER WORK in the Sanitary Sewer section of the Cost Tender Form? A76. The force main work should be under the FORCE MAIN EXTENSION/CONNECTION item. Q77. Will the City accept 36" polypropylene or PVC in lieu of 36" RCP for stormwater? A77. No. Q78. The DCP states that "Three each 2" diameter PVC conduits to be installed throughout the length of the project for traffic signal and communication purposes."Therefore, 1) Is the conduit to be installed in the entire project limits, or only in the vicinity of the signalized intersections? and 2) If conduit is to be installed in the entire length of the project, is fiber optic cable to be installed in the conduit to facilitate interconnectivity and communications with adjacent signals? A78. No additional information other than in the DCP-9 1.04.C.3. can be provided at this point. Q79. At the Prebid conference items such as available topographical CAD drawings for the area were requested by the DB firms. At that time the City noted they would make them available to us. What is the status of the CAD files? A79. Please refer to Response A15 above. Q80. Please provide copy of the permits. A80. Please refer to Response A8 above. Q81. Please clarify the working days allotted for construction, there are differing amounts in the bid documents. See 1.03 M and 1.10 of the DCP for conflicts. A82. Please refer to revised DCP. Q82. What datum is the topo provided in? A82. NAVD. Q83. What is the expected completion date for the DMSI construction currently underway? A83. May/June of 2017. !� Q84. Who will make the call on man hole rehabilitation the City or the Design Engineer? This will impact pricing. A84. This will be subject to approval by city engineer. 10 ' ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) Q85. Gravity Sewer Improvements Pg 10 1.04 E please define"Like New". A85. Reasonably close to a "New" condition. Item has no visible wear, and all facets of the item are flawless and intact. Q86. Can an allowance be added for the survey of the existing sanitary sewer system or can the City provide their survey? A86. No. Q87. Force Main Improvements Pg 10 1.04 F Please identify the limits of construction for the 42" FM, where are the connection points on 11th Street? A87. The connection point to the existing 54" FM will be at the intersection of the 11th St and Michigan Ave. Q88. Dewatering for construction, are there any existing drainage wells to discharge into during construction? A88. The information cannot be provided at this point. Q89. Please provide a list of Major Events and their corresponding demobilization dates that will impact this project per Pg 4 1.03 G 3. A89. Please refer to available calendar(s) of events. Q90. For the signalization, does the City prefer AC or Solar? A90. AC is preferred. 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 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. kr Sinc---:,Ok Alex Penis Procu ent Director 11 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) I I 1 1 EXHIBIT A Sample Design Build Agreement 1 1 a 1 y, 12 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN(BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) DESIGN/BUILD AGREEMENT by and between. The City of Miami.Beach, Florida and XXX)00000000000a 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 4 32 CITY'S DUTIES AND RESPONSIBILITIES ARTICLE 5 34 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 11 58 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 CONTROL/QUALITY ASSURANCE ARTICLE 22 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 CONTROL/QUALITY ASSURANCE APPENDIX F 105 NOT USED APPENDIX G 106 DESIGN/BUILDER'S INSURANCE AND BONDING REQUIREMENTS APPENDIX H 110 DESIGN CRITERIA APPENDIX I 111 FORM OF PERFORMANCE BOND AND PAYMENT BOND 111 FORM OF CERTIFICATE OF SUBSTANTIAL COMPLETION 116 FORM OF CHANGE ORDER 118 APPENDIX J -PERMITS 119 APPENDIX K-CONCEPTUAL PLANS 120 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 XXXXXXXXXXXXXX, 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. XX)UCXXXXXXXX (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 XXXXX)CXX)CXXX)CXXXX)(XX Dollars ($)0XXXXXXXXXX (), as determined pursuant to Article 7 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. 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. "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 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, 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 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. "C " 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. "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 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 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, the number of 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 to any 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 Work on 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 may be 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 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 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, 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 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 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. 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"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. 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. "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. 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 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 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 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. 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 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 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 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 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, shallprovide 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) 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 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, 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 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. 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-BuilderT"" 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 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 professional 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 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.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 harmless 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 Builder's sole 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 which shall 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 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 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, 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. 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 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 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 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: 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. 21 4 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. 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: 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 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 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 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 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, 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 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. 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 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. 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. 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. 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 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 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 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 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 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 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. 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. -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. 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. 3.24. Subcontractors; Design Su bconsultants. 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, 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. 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 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 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 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. 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 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. 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. 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 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 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: 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 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 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, FloridaStatutes, 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 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. 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. 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 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. 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. 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; 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 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 review periods into its Project Schedule, so as to achieve the design within 60 days following NTP. If the City'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 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 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 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 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 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 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 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 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 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 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 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 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 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. 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 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-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 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; 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 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 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 City 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 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 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 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 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 approved in writing by the Contract Administrator or City Manager 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 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 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 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: 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 DIGITAUmedia 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 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 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: 49 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); 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 and/or any other costs incurred by City for extended construction administration, to the extent permitted by the Contract Documents; vi. failure of Design/Builder to provide any and all 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 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 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 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, 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. 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 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. 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 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 Retainaqe. 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 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. 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 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. 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 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. 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 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 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 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 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 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. i. 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 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. 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 that it 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 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 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 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. 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 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 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). 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; 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 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. 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 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 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 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 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 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 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. 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 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 the claim 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 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. 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: 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 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. 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 preserve 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 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. 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 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 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: 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 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 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 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 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 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; 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 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, 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; 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: 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 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. 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 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 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 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. 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 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. 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 the 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 Proiect 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. 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, only be 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 who 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 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. 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 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 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 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 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 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; 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 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; h. 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 i. 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. 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 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 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. 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 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. 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 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 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 owned by 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 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 shalt 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. 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 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: 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: XXXXXXXXXXXX. 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 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 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. 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, 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. 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, 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 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. Proiect 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 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, 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: • 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 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 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. 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 verification 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 Design/Builder 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, 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. 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. 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 NOT USED 105 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 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, 3`d 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 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 XX (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: [attach copy of Agent's ID card (Street) Issued by Fla. Ins. Commissioner] (City/State/Zip Code) jAtty 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 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 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 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 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. 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 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: Ick 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 119 APPENDIX K 120 1 I I i 1 i EXHIBIT B Revised DCP i i I I I i I 1 13 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) DESIGN CRITERIA PACKAGE (DCP) ,DESIGN /BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE Formatted:Font:14 pt,Bold,Underline IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) M-Th - - _ _ - - - ! e Formatted:Strikethrough • _ - WASHINGTON AVENUE 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 (DBF) 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 11TH STREET INFRASTRUCTURE IMPROVEMENTS FROM ALTON ROAD TO JEFFERSON AVENUE AND FROM EUCLID AVENUE TO WASHINGTON AVENUE. 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 DBF 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 DBF. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-1 11th St Improvements 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 DBF 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. 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 multi-volume document including the following items: Volume 1: - Request for Proposal Volume 2: - Design Criteria Volume 3: - Attachments Attachment 1: Topographical Survey Attachment 2: Typical Cross-Section Attachment 3: Master Specifications This document and the Technical Specifications include Project requirements to be adhered to by the DBF. 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. In addition, the Consultant shall apply and obtain all regulatory permits for this project. 1.03 SCOPE OF WORK A. The DBF shall review all laws, regulations, codes and rules applicable to the development, design and construction of the Project, correlate all such codes, rules, regulations and laws with the City's requirements, and advise the City of any program requirements that may cause a violation of such codes, rules, regulations and laws. B. The DBF shall make the necessary changes, revisions, modifications, etc. to prepare a signed and sealed contract document set that incorporates the intent RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-2 11th St Improvements of the master specifications (Divisions 1 through 16), and the conceptual design plans. In this capacity, the DBF shall make all requisite changes and revisions required by the CITY and/or jurisdictional agencies at no additional cost. C. The DBF shall assist the City in filing documents required to obtain all necessary approvals of Permitting Authorities having jurisdiction over the Project. D. The DBF shall coordinate the design and construction requirements with any Permitting Authorities, utilities and all Project stakeholders. E. Information regarding existing conditions for the project has been developed and is included as Volume 3 in this design criteria package as follows: 1. The DBF shall prepare geotechnical soil survey, or review and amend the existing geotechnical soil surveys, as needed, to meet the requirements of the scope of work and the Public Work Manual, Part I Geotechnical Considerations. The DESIGN / BUILD FIRM shall verify/update the information presented to the extent necessary to ensure that the project can be designed to meet all required criteria. The DBF shall include in its proposal additional geotechnical data that is deemed necessary to properly design and construct the roadway and underground utilities. 2. Topographic Survey: A topographic survey is provided as existing information with this DCP. The survey is provided for information only. The DBF shall verify/ update the information presented to the extent necessary to ensure that the project can be designed to meet all required criteria. The DBF shall review and amend the existing topographic survey, as needed, to meet the requirements of the scope of work and the Public Works Manual, Part 1, Section 1, standard Design and Plan Production Criteria, Survey and Mapping Standards. The DBF shall include in its proposal additional survey data that is deemed necessary to design and construct the roadway and underground utilities. The Survey is included in Volume 3 attachment 1 and was used to develop the Conceptual Plans. F. The DBF shall prepare signed and sealed contract documents for the CITY's review to verify that the Project intent is complied with. The DBF shall also utilize the City of Miami Beach Public Works Manual (PWM), current version with all updates to supplement any details required to complete the Project. G. Contract Document Preparation (Drawings / Specifications): The DBF shall review the Design Criteria Package, Master Specifications (Divisions 1 through 16) and Plans provided in Volumes 1, 2 and 3. The DBF shall make the necessary changes, revisions, modifications, etc. to prepare its contract document set that incorporates the intent of the master specifications, conceptual plans and the requirements of Division 1, of the Master Specifications. The DBF's contract document set shall be submitted to the CITY to verify that the Project intent is complied with at the 60%, 90% and RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-3 11th St Improvements 100% design milestones. The DBF shall also utilize the City of Miami Beach Public Works Manual, and any updates to supplement any details required to complete the Project. The Public Works Manual is provided to the DBF as a basis to develop contract documents that meet the intent of the scope of work. The following is a list of items that the DBF shall incorporate into its Contract Documents: 1. Relocation of Existing Underground Utilities: It is the DBF's responsibility to coordinate the relocation of any and all existing utilities that are in conflict with the proposed improvements as depicted in the DBF's contract documents. These include but are not necessarily limited to: FPL, BellSouth, Charter Communications, Level 3 Communications, Adelphia Communications, Atlantic Broadband, AT&T, Teco-Peoples Gas, NUI-City Gas Company, Florida Gas Transmission, MCI WorldCom, M-D WASD, M- D PWD and City of Miami Beach, etc. It is the responsibility of the DBF to verify that the final contract documents are free of utility conflicts. The DBF shall be responsible for the identification, coordination with the private utility owner for the relocation of any private utility in conflict with the proposed work at the cost of the private utility owner. 2. Existing Utility Verification: The DBF shall include in its proposal any required underground utility investigation that is deemed necessary to fully identify the exact location of the existing utility and coordinate with the utility owner for the relocation at the utility owner's expense. During design, the DBF shall submit its contract documents to each utility owner and request that they identify / verify the horizontal and vertical location of their utilities. The DBF shall forward correspondence and its contract documents to each utility owner with a copy to the CITY and the PROJECT MANAGER. The DBF is strongly recommended to field verify each utility and / or manhole excavation, utility crossing, utility tie-in and excavation greater than 12-inches in depth to field verify the location and depth of identified utilities. Methods to be considered by the DBF shall include but not be necessarily limited to subsurface utility exploration in accordance with ASCE 38-02 Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data (Quality Level A), vacuum extraction, water extraction, ground penetrating radar, magnetic survey, potholing, or other method deemed appropriate by the DBF. The DBF shall also verify its design of the proposed improvements with respect to conflicts with identified existing utilities. This effort shall include, as a minimum, the identification and resolution of conflicts between proposed improvements and existing below ground utilities, structures, footings, foundations, and landscaping, etc. and existing above-ground improvements. The CITY reserves the right to request that the DBF provide documentation of utility verification requests and subsequent responses from utilities during analyses of unforeseen condition claims. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-4 11th St Improvements 3. Construction Sequencing Plan: The DBF shall incorporate the construction sequencing restrictions presented in this document into its contract documents. The CITY will consider minor, non-substantial deviations from the construction sequencing restrictions on a case-by-case basis. Major events held by the Convention Center including but not limited to Art Basel requires all traffic lanes for all the roads in the vicinity to be opened and the contractor demobilized. The DBF shall anticipate construction restrictions on such events unless it is clearly demonstrated that no impact to those events will be created as a result of this project construction activities. H. Contract Document Permitting: The DBF shall prepare applications and such documents and design data as may be required to procure approvals from all such governmental authorities that have jurisdiction over the Project as represented in its contract documents. The DBF shall consider the impact of permit fees in its construction opinions of probable cost. DBF shall be responsible for meetings, submissions, resubmissions and negotiations with such authorities. CITY will attend meetings with governmental authorities as deemed necessary by CITY. DBF shall respond to comments by such authorities within ten (10) working days of receipt of comments. It is recognized by the CITY that the time period for obtaining permits is beyond the control of the DBF except for issues concerning the permitability of the design and the DBF's ability to respond to permitting agency requests for information. The DBF shall be responsible for monitoring and tracking progress on the preparation and review of permits and subsequent requests for information. The DBF shall correspond with noted jurisdictional authorities to establish permitting requirements, revise its documents and respond to permitting inquiries as required. The DBF shall copy the CITY on all correspondence and also attend meetings with the CITY staff to review and discuss permitting status. The following governmental authorities that have or may have jurisdiction over the Project have been identified: 1. City of Miami Beach Building Department. 2. City of Miami Beach Design Review Board. 3. City of Miami Beach Historical Preservation Board. 4. City of Miami Beach Planning Department. 5. City of Miami Beach Public Works Department. 6. Miami-Dade County Department of Regulatory and Economic Resources (RER) (formerly DERM). The City is in the process of applying for the Class I and Class II permits. The DBF shall assume that this permit will be obtained by the City prior to beginning construction. 7. Miami-Dade County Water and Sewer Department. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-5 11th St Improvements 8. Miami-Dade County Public Works Department. 9. Miami-Dade Department of Health and Rehabilitative Services. Failure to identify governmental authorities that have jurisdiction over the Project at the time of permitting does not relieve DBF from responsibility to pursue the permit as described above. Note that this effort includes the procurement of permit extensions,whether existing or new. I. Construction Certifications: The DBF shall make certification to the City at the end of the project that the project was constructed in accordance with all approved plans and applicable codes. The DBF shall provide all certifications, inspection reports and project information necessary to close out all permits for the project. It should be noted that phasing of the project shall require multiple phased certifications to put some partial systems in to service during construction. J. Submittal of Contract Documents to the CITY for Review: The DBF shall submit three (3) hard copies and a digital copy (CD, Thumb Drive, etc.) of the design documents in digital format (pdf and native format -AutoCAD, word, etc.) to the CITY for review and comments, the contract documents at the 60%, 90% and 100% completion stages. The submittal of the progress review contract documents shall be in compliance with the requirements of the PUBLIC WORKS MANUAL (PWM) for each completion stage. All review comments generated by the CITY shall be addressed and included in the subsequent submittal. K. CAD files shall accompany all the as-built and record drawings for review by the City, and be included in all pay requests. As-built drawings shall be consistent with current CITY surveying and GIS standards as required in the PWM. L. The DBF shall attend weekly design and construction meetings with the CITY to review the project progress. The DBF is responsible for preparation and updating the project schedule for these meetings and provide, one (1) day prior to the meeting, a list of items and issues to discuss and address during these meetings. M. Time Frames and constrictions: 1. Notice to Proceed (NTP1-) is expected to be issued soon after the contract /(Formatted:Strikethrough has been executed by all parties. 2. Time is of the essence to substantially complete this project within 365 Formatted:Strikethrough calendar days after Notice to Proceed (NTP) is issued. Substantial Formatted:Underline completion shall be reached when partial completion of the proposed street improvements is placed into operation. All required testing, installation certification and acceptance by the City shall be performed prior to substantial completion. The City and the DBF agree that Liquidated RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-6 11th St Improvements Damages#1 for delay are set in the amount of A2750455,000 per calendar / Fortna�Strikethrough day and shall be deducted from monies due to the contractor for each \ Formatted:Underline calendar day that expires after the time specified for substantial completion date. 3. Final completion shall be s9 90 calendar days after the issuance of /(Formatted:Strikethrough substantial completion. The City and the Contractor agree that Liquidated Formatted:Underline Damages#2 for delay are set in the amount of§47000 35,000 per calendar Formatted:Strikethrough dayand shall be deducted from monies due to the contractor for each __ - Formatted:Underline calendar day that expires after the time specified for final completion of the entire project. 1.04 WORK COVERED BY CONTRACT DOCUMENTS The work under the proposed contract comprises the design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR NEIGHBORHOOD Flamingo Park Neighborhood — 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. The work will include but not limited to site preparation; earthwork, roadway reconstruction, water main installation and water services relocation; sanitary sewer force main installation, sanitary sewer relining/replacement, storm drainage infrastructure installation, street lighting, pedestrian lighting, signalization, landscaping and streetscape improvements. In addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. The general location of the work is as follows: The Flamingo Park Neighborhood more specifically described as 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. The scope of the work incorporates the following activities as well as all miscellaneous construction necessary to accomplish these major goals. A. Water main improvements consist of the removal of the existing old water mains and fire hydrants and installation of new 8" to 12" diameter water mains and minimum 2" services including new water meters with automated meter reading technology. Service lines will be relocated to the front of the properties within existing City right-of-Way in areas where the service lines are in easements at the back of properties. Water service must be maintained at all times. All valves shall be gate valves. 1. Coordinate and install landscape irrigation where necessary. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-7 11th St Improvements 2. Viton F or Viton Extreme gaskets in areas where "contamination" is discovered. New standard EDPM gaskets to be used everywhere else. B. 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 prow; edge of pavement elevations to 3.7 NAVD, and Formatted:Strikethrough harmonization of driveways. Utilizing an updated survey containing finished Formatted:Underline floor elevation (FFE) data, all road right-of-ways within the limits of the project shall be reconstructed to newly targeted elevations. Additional design considerations will be made to maintain positive drainage away from the private lots. 1. Enhanced bulb-outs will be constructed at each intersection. The design and landscaping of the enhanced bulb-outs to be similar to that prepared on the current 11th Street (Jefferson Avenue to Euclid Avenue) project. - - - _- _ _ -_ • _ - _ -- _ o!• Formatted:Strikethrough Neighborhood 10A 11th St.052316 6.dwg). For the intersections of 11th Street at Lenox Avenue and Michigan Avenue, the north side bulb out design shall be similar to the proposed section under construction at the intersection of 11th Street and Jefferson Avenue. Rcfcre~^~ dra•ings Formatted:Strikethrough prepared by APCTE (file name APC160•1 Neighborhood 10A 11th St.052316 4.dwg). 2. DBF to coordinate with MBPD on the extent of the proposed parking and bulb-out design along the north side of 11th Street from Pennsylvania Avenue to Washington Avenue. 3. DBF to coordinate with City and adjacent property owner of 1050 Washington Avenue to reconstruct the pull-out and sidewalk on the south side of 11th Street at Washington Avenue. 4. All sidewalks shall be reconstructed to a minimum of 6' wide (Miami Beach Red) and raised to the maximum extent practicable allowing for harmonization to adjacent properties. 5. Cross walks shall be constructed at each leg of each intersection in the Project consisting of brick pavers in a piano key pattern. 6. Mid-block cross walks shall be constructed at the intersections of 11th Street at Lennox Avenue and Michigan Avenue with appropriate signage. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-8 11th St Improvements 7. Significant adjustment and/or relocation of the existing fencing along the north side of 11th Street across the frontage of Flamingo Park (Jefferson Avenue to Alton Road) will be necessary to maximize the sidewalk width. Note that the sidewalk on the north side of 11th Street from Jefferson Avenue to Meridian Avenue is being constructed at a 10' width. This cross section will be continued west from the end of the project to Alton Road to the maximum extent practicable. 8. Landscaping from private property that is to remain adjacent to the public right-of-way shall be trimmed so as not to impede pedestrian/non-motorized travel. C. Street/Traffic lighting improvements and enhanced signage along 11th Street will be required. A photometric plan will be developed by the DBF to install new pedestrian level and street level lighting. Reference lighting standard ANSI/IES RP-8-14. 1. The DBF shall coordinate the removal and relocation of the existing Cobra Head fixtures with Florida Power and Light, the DESIGN CRITERIA PROFESSIONAL and the City. The design of the lighting system shall meet the City's illumination design standard of 0.6 foot-candles for residential areas. Also, the minimum lights distribution model to minimize shading by trees shall not exceed a ratio of 4:1. It shall be the responsibility of the DBF to review, revise and finalize the design of the proposed improvements to meet the intent of the scope of work and budget and all requirements of the PWM. 2. New traffic signals and mast arms to be installed at each signalized intersection within the Project. Each shall be built to black mast arm standards with pedestrian signals. 3. Three each 2" diameter PVC conduits to be installed throughout the length of the project for traffic signal and communication purposes. 4. All pedestrian level street lights to be black Granville II classic LED design with cap and finial. Lights to be 100W maximum 3000-degree K. 5. All lighting shall be arranged and installed to minimize glare onto adjacent private property. 6. All street level street lights to be black Tapered Aluminum Fluted Pole design with Decorative Pole Cap. Consideration will be given to mount the street level street lights to the traffic signal mast arms. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-9 11th St Improvements 7. Street signage to be coordinated with City Departments and Miami Dade County. Mount signage to utility/street light poles to the maximum extent practicable. Signage and sign poles should not be located within the sidewalks. D. 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, the connecting to existing outfalls and the installation of a new 36"storm sewer system. E. Gravity sanitary sewer improvements consist of the evaluation of the system to determine if the system segments should be replaced or repaired by lining or grouting. DBF to televise each segment of the system including service lines. Sanitary sewer service shall be maintained at all times. 1. Sanitary sewer manholes to be inspected to verify integrity. Manholes not in "like-new" condition shall be lined/replaced and/or repaired at the discretion of the City. Where brick risers are noted, they shall be replaced with concrete rings. Manhole castings to be replaced with "like-new" castings. 2. Verify the integrity of the sanitary sewer service leads from the main line to the property line. Service leads that are not in "like-new" condition shall be removed and replaced. 3. Cleanouts to be installed if not existing at the property line on all sanitary sewer services. F. Sanitary sewer force main improvements will consist of continuing the recently constructed force main from the pump station area and connecting to the existing 42 54"force main will be re•uired. Formatted:Strikethrough Formatted:Underline G. Utility pole relocation/replacement shall be coordinated with the appropriate utilities. Secondary service lines that pass overhead across 1191 Street shall be buried underground to the maximum extent practicable. Guy wires for utility poles shall be removed and attached pole to pole to the maximum extent practicable. Secondary utility poles that are next to new utility poles where the transmission/distribution power lines have been relocated to the new pole and the secondary pole attachments have not, shall be coordinated with the appropriate utility and the old poles removed as part of this project. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-10 11th St Improvements 1.05 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the latest editions of the following publications: 1. Miami-Dade County Public Works manual "Design and Construction Standards"; 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements; 3. The Florida Department of Transportation "Roadway and Traffic Design Standards"; 4. The Florida Department of Transportation"Structures Standards," 5. Miami-Dade Water and Sewer Department "Design and Construction Standard Specification and Details". 6. City of Miami Beach Public Works Manual. 1.06 SITE INVESTIGATION A. The DESIGN / BUILD FIRM, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials, availability of water and electric power; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the DBF to completely or properly evaluate the site conditions shall not be grounds for additional compensation. Failure by the DBF to acquaint itself with all available information shall not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the WORK. The CITY assumes no responsibility for any conclusions or interpretations made by the DBF on the basis of the information made available by the CITY. B. Soil boring information may be furnished to the DBF for its general information. Such data is not warranted to be correct; the DBF, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the DBF because of differences between actual conditions and those shown by the boring logs. 1.07 WORK BY OTHERS RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-11 11th St Improvements A. Concurrent work by Other Contractors. The DBF's attention is directed to the fact that work may be conducted at the site by other Contractors during the performance of the WORK under this Contract. The DBF shall conduct its operations to cause little or no delay to work of such other Contractors, and shall cooperate fully with such Contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work on Utilities. The DBF shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.08 WORK SEQUENCE AND PHASING A. The DBF shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage structures, ditches and canals, gas, electric, internet, television and telephone. Prior to commencing with the WORK, the DBF shall perform a location investigation of existing underground utilities and facilities in accordance with this section and Section 01530 — "Protection of Existing Facilities" and shall have obtained all required permits and permissions. The DBF shall provide a schedule to the CITY's Public Works Department at least two (2) weeks prior to each planned disruption to the roadway, sidewalks, driveways, and utilities for notification of the residents. City and City's PIO will prepare the notices with assistance from the DBF. The DBF shall provide the information for the preparation of the notices in a timely manner for distribution to the residents seventy-two (72) hours in advance of the disruption. B. The DBF shall sequence the WORK so as to minimize impact on residents. C. The WORK shall be sequenced so that the existing utilities prone to damage are replaced first followed by other deeper, more disruptive work. The work sequence is expected to be as follows: 1. Install sanitary sewer gravity line and force main, include new leads and clean outs at property lines, 2. Install proposed water mains and new service connections, 3. Install new storm water drainage system, 4. Surface improvements including asphalt pavements (first lift), curbs, gutters and traffic calming devices, RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-12 11th St Improvements 5. Traffic signals and street lighting, 6. Sidewalks and harmonization with adjacent property owners, 7. Final lift of asphalt, signing and pavement marking, 8. Landscaping, irrigation and street planting, D. It is expected that the DBF will employ multiple crews so that construction can be carried on concurrently. E. The WORK shall be sequenced so all testing are performed and "Certification to Place into Operation" are obtained for the proposed sanitary sewer system, water distribution system and stormwater management system prior to the construction of the proposed roadway improvements. In addition to the above, the following restrictions shall be maintained: 1. The DBF shall provide a detailed phasing and Maintenance of Traffic plans, for review and acceptance by the CITY prior to the commencement of any construction activities. The DBF shall notify the City's Fire and Police Department, and the Post Office fourteen (14) days prior to planned disruptions. 2. The DBF's phasing plans shall clearly illustrate the DBF's work intent. Each phase shall be broken down into sub-phases that allow work on different areas simultaneously. The DBF's phasing plan shall be linked to the Project's Construction Schedule. 3. The DBF shall make necessary provisions to provide access to driveways at the end of the working day. 4. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and travelers are only disrupted for one time period. 5. All affected residents shall be notified a minimum of seventy-two (72) hours prior to a shut off of water supply. Any water supply interruptions shall be scheduled to be as short as possible and not exceed four (4) hours. For multi-family apartments or condominium complexes, written notice of planned disruptions maybe directed to Condominium Association's Management Companies, Condominium Association's Board of Directors, Apartment Property Managers or other property managing companies or individuals via certified mail; for single family residences written notices shall be directed to the residents via door hangers. ALL Notifications of planned disruptions shall be coordinated with the City of Miami Beach Public Works Department. 6. The DBF shall submit a written request to the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department for shut- RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE: January 2017 DCP-13 11th St Improvements off of potable water or fire main supply, a minimum of seventy-two (72- hours), prior to the scheduled shut-off. The DBF shall obtain written confirmation from the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department and schedule it work accordingly. ONLY the City of Miami Beach Public Works Department is authorized to shut-off any potable water or fire main supply. 7. Access for emergency vehicles shall be maintained at all times to all homes or businesses. Excavation must be back-filled or barricaded at the end of each workday to prevent hazardous conditions. If a trench, excavation or structure is to be left open, it must be covered with a steel plate and made accessible to residents at the end of each workday or when work will be suspended for more than eight(8) hours. 8. The DBF shall coordinate with the appropriate local agencies and private companies, which provide services to the residents, as required to provide uninterrupted bus, school bus, garbage collection, mail delivery and other service during the WORK period. A Maintenance of Traffic Plan indicating proposed street closings, schedules, and alternate routes, which have been approved by the applicable jurisdictional agency, should be submitted to all affected agencies and companies for coordination and routing purposes. 9. Transportation provisions for handicapped or disabled residents shall be made by the DBF if construction prevents access to homes. 10. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipe and material shall not be strung out along installation routes for more than one workday. DBF shall store minimal amount of material on site within the City's approved staging area. 11. Traffic Signals, Street and Park lighting shall be maintained in operation at all times during construction. DBF shall provide temporary power supply and/or temporary lighting when necessary, to maintain lighting conditions meeting the existing lighting conditions. 12. The DBF shall develop a staging plan for review and acceptance by the CITY. The plan shall provide for the staging of necessary equipment, material and field operation trailers. The DBF shall restrict parking for its employees and sub-contractors within the staging areas and/or swales adjacent to the work area. If necessary, the DBF shall provide additional off- site storage, staging and parking as necessary at no additional cost to the contract. DBF shall maintain all staging areas until the project is completed. 13. The DBF shall limit the number of non-essential vehicles on the project area. The DBF is responsible to provide public parking for its staff and sub- contractors offsite and arrange for group transportation to and from the project area in order to eliminate the need for personnel vehicles to be brought to the project area. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-14 11th St Improvements 1.09 TRAFFIC CONTROL A. The DBF shall submit a conceptual Maintenance of Traffic Control Plan at the Pre-Construction Conference. This preliminary plan shall identify the phases of construction that the DBF intend to utilize to identify the traffic flows during each phase. The DBF will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. B. The DBF shall submit a weekly Traffic Impact Plan to the CITY by Wednesday of each week to allow for notification of anticipated road closures to public entities located in and doing business in the project area. The Traffic Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. C. The Maintenance of Traffic Plans shall be prepared in accordance with the Current Edition of the Florida Department of Transportation Standard Specification for Road and Bridge Construction, Florida Department of Transportation Design Standard for Road and Bridge Construction, and the Miami-Dade County Public Works Department Manual for Design and Construction. D. The "Maintenance of Traffic" plan shall address pedestrian traffic as well as vehicular traffic. E. The DBF, at all times, shall conduct the WORK in such a manner as to ensure the least.obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. F. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty(20)feet of any such hydrant. G. All existing stop signs and traffic signalization shall be maintained in operating conditions at all times during construction. A complete inventory of all existing signage and traffic control features shall be provided to the CITY prior to the commencement of construction activities. H. When permission has been granted by the City of Miami Beach Public Works Department to close an existing roadway, the DBF shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The DBF shall furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional agency may direct. Signage shall be affected one week before closure. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-15 11th St Improvements The DBF shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shutdown of the work until the DBF provides the necessary protection. J. In areas where there are existing pavement markings, the DBF shall install temporary pavement markings any time traffic is diverted for a period of time that will exceed one work day or as allowed by the City of Miami Beach Public Works Department. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated. Painting over existing pavement markings(black out) shall not be permitted. 1.10 WORK SCHEDULE A. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within e! 365 calendar da s from the Formatted:Strikethrough Notice-to-Proceed. Formatted:Underline B. Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within 4-28 90 calendar days from the issuance of substantialFormatted:Strikethrough completion. �> Formatted:Underline C. Time is of the essence in completing this project. Because time is of the essence, the DBF shall commit the necessary resources to this project to complete it in a timely manner. Note that a typical workday will be based on hours between ;8+3O 7:00 am and §+00 7:00 pm, Monday through Friday, Formatted:Strikethrough excluding holidays. If the DBF wish to work longer hours than those specified Formatted:Underline herein, it shall request so, in writing, a minimum of 72-hours (3-business days) 'Formatted:Strikethrough of each week. Work completed at other than regular working hours should be easily observable by CITY on the subsequent day. If the DBF propose to Formatted:Underline complete work that will be "covered up" after normal working hours, it shall reimburse CITY for costs associated with the observation of such work. D. The Construction progress will be measured with the construction schedule submitted by the DBF. If the CITY determines that the DBF do not meet the Critical Path Method (CPM) as specified in the Section entitled "Schedules and Reports", the DBF will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in timely manner will be borne by the DBF. E. SCHEDULE TRACKING 1. DBF shall submit scheduling information for the WORK as required in the Section entitled"Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision of the schedule. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-16 11th St Improvements 1.11 COMPUTATION OF CONTRACT TIME It is the DBF's responsibility to provide clear and convincing documentation to the CITY as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. The DBF is obligated to provide documentation to the CITY if additional elements of WORK affect the critical path of the project. If WORK set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the DBF may be granted, time to suspend WORK operations for vacations or holidays, contract time will not be suspended. During suspensions, the DBF shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. In addition, DBF shall comply with timely notice requirements as specified in the General Conditions. 1.12 PRE-CONSTRUCTION CONFERENCE Thirty (30) days prior to the start of construction activities, a Pre-Construction Conference will be held between the DBF, CITY, other interested agencies, representatives of utility companies and others affected by the WORK. The time and place of this conference will be set by the CITY. The DBF shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the CITY. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.13 UTILITY LOCATIONS A. To the extent possible, some existing utility lines in the project area have been shown on the topographical survey. However, the CITY guarantees neither that all lines are shown, nor that said lines are in their true location. It shall be the DBF's responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the DBF because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof of lines shown on the plans. B. The DBF shall notify each utility company involved at least thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. The DBF shall pay for relocation of water mains or other utilities for the convenience of the DBF. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the DBF and the utility company involved. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-17 11th St Improvements C. The DBF shall schedule and coordinate its WORK in such a manner that the utility companies relocating or supporting their utilities do not delay project construction activities. No compensation will be paid to the DBF for any loss of time or delay. D. All overhead, surface or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the DBF. All repairs made by the DBF are to be made to the satisfaction of the Utility Owner and shall be inspected by a representative of the Utility Owner and the CITY. E. Within forty-eight (48) hours before excavating, the DBF should call the CITY, for assistance with locating City-owned utilities. The DBF shall contact Sunshine State One Call of Florida (*811 or 1-800-432-4770) for free locating service for utilities for contractors and excavators. Within forty-eight (48) hours before excavating, the DBF should call Sunshine State One Call of Florida Inc., and a locator will be dispatched to the WORK location. The DESIGN / BUILD FIRM shall coordinate with the utility companies not included in the Sunshine State One Call of Florida, Inc. location service. 1.14 CONSTRUCTION LAYOUT SURVEY A. The DBF surveyor shall provide vertical and horizontal control for layout of the WORK in the form of benchmarks and control points located adjacent to the WORK. From these controls provided, the DBF shall develop and-make all detailed surveys needed for construction and shall establish all working points, lines and elevations necessary to perform the WORK. The surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida and meet the requirements of the Public works Manual, Part I, Section 1 Standard Design and Plan Production Criteria. 1.15 PROTECTION AND RESTORATION OF SURVEY POINTS A. The DBF shall carefully protect from disturbance all survey points, stakes, bench marks, etc., whether or not established by it, and shall not remove or destroy any survey point until it has been properly referenced referenced/tied- in by the DBF Surveyor. Surveyor All survey points that have been damaged by the DBF such as section corners, 1/4 section corners, property corners or block control points, including centerline of road Right of Ways such as the points of curve, tangent and intersection, shall be replaced at the DBF's expense with markers of a size and type as required by Florida State Statues. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The DBF Surveyor shall document survey monuments prior to construction and submit the location and type of all markers to the CITY. All RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-18 11th St Improvements survey points on the topographic, construction layout and as-built/record surveys perform through the duration of the project. 1.16 EQUIPMENT A. All equipment necessary and required for the proper construction of all work shall be on the construction site, in first-class working condition. 1.17 OWNERSHIP OF EXISTING MATERIALS A. All materials removed or excavated from the job site shall remain the property of the CITY until released by the CITY, at which time it shall become the property of the DBF, who shall dispose of it in a manner, complying with all applicable jurisdictional requirements. 1.18 EXCESS MATERIAL A. All vegetation, debris, concrete or other unsuitable materials shall be disposed of off-site in approved areas provided by the DBF. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. The DBF shall deliver any excess material desired to be retained by the CITY to a designated area within a 5-mile radius of the project, at no extra cost to the CITY. 1.19 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the DBF's responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, to meet all final grades, unless otherwise instructed by the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the conceptual plans does not relieve the DBF from making such adjustments as may be deemed necessary. 1.20 ENVIRONMENTAL PROTECTION A. The DBF shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents, which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-19 11th St Improvements B. The DBF shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the CITY. Silt screens shall not be removed until the turbidity of the affected waters is equal to or lowers than the ambient turbidity of undisturbed segments of adjacent surface waters. C. The DBF shall implement a Stormwater Pollution Prevention Plan in accordance with the Florida Department of Environmental Protection minimum requirements. The DBF shall obtain and prepare all documents necessary to obtain a Florida Department of Environmental Protection National Pollution Discharge Elimination System Permit for Construction Activities. D. All protection requirements covered by this subsection shall comply with all applicable jurisdictional agency requirements. 1.21 BASIS OF PAYMENT A. The DBF's during the design the pay request shall contain updated project schedule and a written status report providing the status of each discipline under design and permitting. During construction Professional Land Surveyor will prepare "As-built record" Survey monthly to support the payment request. In the event of disputes, the CITY shall make the final determination; no additional compensation will be made for surveying services. A Florida Licensed Registered Professional Land Surveyor and meet the requirement of the Public works Manual, Part I, Section 1 Standard Design and Plan Criteria, Construction Layout Surveys shall supervise this WORK. • B. The DBF shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by CITY as complete without the following: 1. Certificate of payment to subcontractors. 2. Updated Construction Schedule 3. Release of Liens from subcontractors 1.22 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. The DBF is advised that the CITY will not pay for stored materials. 1.23 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of roadways only. If approved in writing by the CITY larger vibratory compaction equipment may be allowed if operated in a static mode only. The DBF shall be responsible for all RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-20 11th St Improvements damages/claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.24 REPORTING OF DAMAGE CLAIMS A. The DBF shall keep the CITY informed of any damage claims made against the DBF during the construction period. All claims for automobile damage, property damage and/or bodily injury will be reported to the CITY within 24 hours of receipt of notice. DBF will conduct a timely investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and provide periodic updates, each quarter, until final disposition of claims. The DBF will advise the CITY in writing of its decision/referral to carrier. 1.25 PERMITS A. It shall be the DBF's responsibility to secure all permits of every description required to initiate and complete the work under this Contract, except for permits obtained by the CITY. B. The DBF shall furnish signed and sealed sets of Contract Documents for permit use as required. C. The DBF shall furnish to the DESIGN CRITERIA PROFESSIONAL and CITY copies of all permits prior to commencement of work requiring permits. D. The DBF shall be responsible for procuring extension permits as required throughout the duration of the project. An allowance for Permit Fees is included in the Schedule of Price Bid. 1.26 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the DBF shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2- PRODUCTS (Not Applicable) PART 3- PART 3-EXECUTION (Not Applicable) - END OF SECTION - RFP No. 2016-205-KB CITY OF MIAMI BEACH DATE:January 2017 DCP-21 11th St Improvements II EXHIBIT C Letter to Commission, Evaluation Committee Relative to Request for Proposals (RFP) No. 2016- 205-KB, for Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood • 14 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) MIAMI BEACH OFFICE OF THE CITY_ MANAGER LTC # LETTER TO COMMISSION 486-2016 TO: Mayor Philip Levine and Members of he City C. mission FROM: Jimmy L. Morales, City Manager 111.111111"b DATE: November 14, 2016 SUBJECT: Evaluation Committee Relative to Request for Proposals (RFP) No. 2016-205-KB, for Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood The purpose of this LTC is to update the Mayor and City Commission on the status of Request for Proposals (RFP) No. 2016-205-KB, which seeks to establish an agreement with a qualified firm for design/build services for right of way infrastructure improvement program for Flamingo Park neighborhood. The City received seven (7) proposals pursuant to this RFP on Wednesday, November 2, 2016. The responsive proposals will be reviewed by the Evaluation Committee in accordance with the criteria established in the RFP. I am considering appointing the following individuals to serve on the Evaluation Committee: • Eric Arencibia, Civil Engineer I, Public Works Department, City of Miami Beach • Sabrina Baglieri, Senior Capital Projects Coordinator, Capital Improvement Program Division, City of Miami Beach • Kathleen Smarsh, Resident, City of Miami Beach • Luis Soto, Civil Engineer III, Public Works Department, City of Miami Beach • Igor Vassiliev, Civil Engineer II, Public Works Department, City of Miami Beach am also considering the following individuals as alternates: • Eugene Egemba, Civil Engineer III, Public Works Department, City of Miami Beach • Wanda Mouzon, Resident, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works Department, City of Miami Beach I would appreciate any comments and/or suggestions you may have by Thursday, November 17, 2016. Thank you. C: Mark Taxis, Assistant City Manager Alex Denis, Director, Procurement Department JLM/ B M/ /`I'' F:\PURC\$ALL\Sol itations\201612016-205-KB (RFP) DB Infrastructure Imp Program Flamingo Park Neighborhood\09-Evaluation Committee\LTC RFP 2016-205-KB DB Flamingo Park Neighborhood.doc EXHIBIT D 8 INCH AND 16 INCH WATER MAIN 100% PS#1 , 11 ST Miami Beach Open Cut Phase II 54-INCH PCCP F M 54 INCH PCCP FM - REVISED SET OF PLANS FOR OPEN CUT PHASE II As Built 8 W.M. along 11 ST - Pressure Test 15 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) of 2 FOR CONTINUATION SEE SHEET No.2 _ _ ^ - 3PFM • _ -__ _. _ - __ .-� __ _ ___4 _.___ _.3PFM _-.. 3P FM � I..- T ___ WW-_--.. .... __ _.. 1.1 - __-_ ----- t‘.? - 1aS-- -39-3 ---- _____9SDUCT DANE El Z 11th STREET P GM n --P GN -__ N --__ -cis b �0_ to __--_.. 2r SAN �_ - _ r --zr SAN. il*102 q.Rsµ O .. 5'I'J ■ Q CONST. ._o94_1_PROP.54 al.EN 1r-20+ i PROP.1r SAN If15 IrN � NBP 01'IPE 4 �Y NBP OI'1pE 0 21V SAN. l I __(bJ-)02_ �_ -- ----1----- 30. 2T (ABANDONED) _ _- , _- .�,�AQP PROP I6 8•M 3.53.295 3P LD - �� PROP.36.SW Q PROP_36'SW. ,(Br)♦1 (REST)Sf0.]03+5329 3P SD --- - y��any.-o--PROP.Sr D.I.FM CUT&PLUG EXIST PWM PROP.IP SW )SX3.6)'x6 REINFORCED AC R PROP EPID W.H. 4--- 8.WM DJ C N AFTER PROP.N SEIIVICE ti _ CONCRETE SLAB(5.10 CY) ! _ _ IS IN SERVICE _ i (P wry - - N I _y ___-PWM- j . Z `Y r _- PROP.8'D.I.W.M. R/w N Il C NELT TO EXIST IP WM W/ PROP S(R M.J. _i (REST)STAJ103+)f4LEEVE BENDS(REST.) 1 I` (0/5 Ifi.2T R() CONNECT TO EXIST. (ROT.UP) � !t SD O WM W/PROP.R M.J. PROP 36.8 < - PROP P-22.5' SOLID SLEEVE/REST.) PROP.(4)P-9S MJ, STA.103136.81 0 ¢ I M.J.BEND IREST) (0/STA 10+92.83 B£AA''OS(REST.) )ROT.UPI RO 14.89 3.1 S LL 3 STA 10317268 0 POOP P MJ.G.V.- N I N PROP P 22S I (REST.)lS 5 14.89 RII _ IIT % 399.SIN/II` (ROTBOOWNE�) PROP.P-4S V.051,4115,1;),- PROP.P<S N.J.REND(REST) ) STA.101199.94(0/5 1166 RT) a FOR CONTINUATION SEE.--SHEET No.1 STA 10316]25 10119] .. ....«.�. I •-2 SCALE:;'=10VERT. 1Eir EXIST.GROUND ALONG ROP.GRADE I PROP 8"D.I.W.M. 1 ALONG PROP.8"D.1.W.M. sr %t )'1 i�� tI Of-ZCEP REINFORD CONCRETE SLAB(5.10 C) 2 .. 2 11 'ROP.W D.I. 'TM(CX ROFppAAMM Pgqo�P. -22-,Tv M.J.au; REST.) PROP P • II.1 BEND B-sr D L SE53J ,I I.■ (RDi r.WNj STA 15316]'5 1111 I (REST/ST- 102+3).00 I P'OP.P-1 S M.J 11,ND(REST) 0 PROP PJS J.BEND ■. -_.'/' IW li (3.•T.UPl A 1 3t 6B (RESi.I STA.1+2+31.)9 _ 0 111.11..1111111.1..- '1, -..r I+ I EXIST./: MN I `EXIST.P PROP. NJ.GV. PROI.P-/ M. ' 6-5'r d / I I i0P(H-0.32 I `i _/ fig(-)0. (eESf.)STA 107+9191 BEND ST))) 'I -4• B 1 1 BY AB IH E I! I II 1 0 1.U77 I.. R FCT PIPE(.JJ ` EX15T SWM _ REF AB-MEPP./ 11 I y A 3P COVER - (E'.0 S/N N.J.51Nr 1 1 IIIII I II (RE'J STA 102+51.1 PROP.3 SEAN.CROSS Y, y y EXf .PWM EXAIBS8050400)I (RESTJ STA +3a53'M C5807NEC6T�TIoy EX5( P SLEM W -2 3680 ER REMOV!+SECTION OF (RES I.)S1AJ10 i'J.8i EVR E IST.OV ER gel.,P MJ.BEND PI E AS NEEDED C. WM TO 36'COVER .! A 1021/1JN1 XIST.P WN EX15T.• WN J E PRO P M.J. PROP.rig BEND PROP.IBV 51T OP(-1 O.II SOLI.SLEEVE (REST.)STA 1�1+99.9/ NMI:(-13.M II REM I I II VIA ( L+Is s3 REST. PIPES 6 II�_ 11111■) 11 1 qq RE ALL PfPES 6 PROP I8+ FDTI 5 FIIOM I �� TROP.PJ4 .J.BEND F i t L FRON I INV.EL(-4.10 STA 1 3M25 III�I�I I I I I I I I IIS (REST)STA 1+1+91.% n 301+11.81 TO TO STA 03FT/A/ I_l.�lllllllll� I I❑UL11•I LI LIlmm 102 .0 103 00 10 I + . A!4 mMIAMIBEACHI APS= �""m`�` � 0,11 Str.NMI,_.W M...11.�MM.M.,„ NEIOHBORH000 Na 10A I FIAMINO0IUMMUSwall Br _MUGN ORIO IMPARTMENT n . PROPOSEDP DI W.M. "+em vncvAa�suQwNwxn, NOBSO rlM.a�. W W.s 1 N2 matermiaterenwasmovulow PIAN 8 PROFILE uv.ate'^' �, W x0ao0 ayzol w 4_ 1 S i I S 4 1 i 5 f # :S i y7 1 1 '' 1 a f ofa H ,5 i,,--q y__----1-1/SGN — 6 ^ I —— _ --- ' —— PROP 2SJS A II- M.J.BEND S OUR BAVK - - - - STA.1.586 DOWN) __-_ - - _ 1_ _�� I STA.10+58.6] f✓ VI CUT&PLUG EXIST.I6'WM ` AFTER PROP.16'WM IS IN �M1 ( o 0 SERVICE H A ABANDONED---_..AFTER PROP.XIS]i/S IN -;2P FEP a 5W Jr pis 3 �9�_ - FM'_I PROP I6'aS m ' /PROPTEJN0 p __ ROP^IB' w`$x L_ _ -_ 37A.TOl61r�0 OWN7 CUT 6 PWG EXIST IB'W Ie SERVICE if PROP.16'M.J.G.V. 9 !L CONST. ¢ ''D N,vi . (REST.)STA.!0+65.40 N 1.7 so.... O `.. I 11 F{. N I'54 50'W CONNECT TO EXIST. PROP 1)Ib^-ay ICW'W/ PROP.TA.NJ G.EST.) CROSS(REST. f-t I{ IIYCRET.E' ii PROP.SL M.J. (REST.)STA 9441 V.S PROP.e•OI W. 1 CCN o'N ' SOLID SLEEVE JEFFERSON AVE N.J.BEN65 ra � DROP/sxa N.J.. ) d0 1 STA 9re18 I SLAB(2 C) IRW6T.79 A 16'WN- �10YlYIlf,YRa — SWNTT - )® • n CONNER TO EXIST.IE WN W/ .�iNyd®py�11110 RI' • 0 n P.: PROP.16'N.J.SOLID SLEEVE — I (REST.)STA 9F39 39 3It; F- PROP IS-AS M.J.BEND 3 'd LU ' ,. (REST.)STA.9+53.10 W PROP.ST.f S M.J.BEND WI n I N `.4 PROP. 16"0.1.W.M. (REST./STA 9+56.11 a a n 0 f. Z, 9 u N.J.P.IZ)i6•-1126 a IN P I. ^ 2a wl a ., am.az.e N. BENDS(REST.; ... x,.2 - � .. EXIST.GROUND ALONG PROP.GRADE ALONGVENT. PROP.16'D.L.W'M. PROP. 16"D.I.W.M. ' 4 PLAYAS ' CONCRETE I k , SLAB I 1 2 x�k '. 2 'L... ..�� I SErEESiNOMDDETAL SES3) PROP.16 1724 MJBEN. j9IREST I STA SNOW 4 MOPE5.5 PROP. 6'-IS NJ.BEND (REST.)(ROT.DOWN' STA IOr5..67 (R£4.)STA 944].1' i PROP.18'-/S NJ.BEMD- PROP.18•X.'NJ.CROSS O 0 (OE. .l STA 9N19B J/ (REST.)STA 9NIJI l PTAIP.16 N.J.N.V. / \- PROP.r D.I.W.M. I MIT)STA 9441.101 6 EX .'WM EXIST.IP WM 5 II TO �A1 �3B•COVEII PaOP.1P-112 f--EXIST.PWM \ ll I EXIST 14?WN �A 9169.63 II 39 CONER +I -� El I6M / vRov.1P-IS A I I\ (R'.l n...MN ` 1 y -2 L- P g CORNET TO EXIST.y CONNER TO EXIST IB'WN W/ II Ex15T.3P SD I ( 'are: AM. 1r WN W/ 'S3 DROP.16'M.J.SOLID SLEEVE 11II IMV.E -R.Z4 'a EL--90 POOP. M.J. (REST/STA 9F3939 BY BRNEr I I III EXIST.Sr SAN. SOLID SLEEVE 11111EoEffiaig PROP.IB'SW- !REST.STAINV. L.-I.0 EXIST.1 SD IMV.E -5.86IOKT]9 mm�((�§m§�l PROP.IB'-IS'NJ.BEND- IMV.EL .99 I I 1 [6 SU'EV mm®/i[]��' 1 (REST.) 9F53.10 Br SUIIVBY /ROI:.14 NJ.BM. IP WIITImm POOP.IP M.J.BEND- E.�IST.21'SAM. I I Il�rl E -7.10 ❑'Mg!ri�mm Ocxeoxw000-. (REST.)Sri 9156.44 INV. L l/N-11 J.SO� rlfRt �A• Mr�wia+u¢ R'� _a_• ' 1 (ABANt%�NED)1 Oa0 MOW il•MAYMIAIIIASE II IWN •MIAMIBEACH 2E `� A �` �� NEIGHBORHOOD No.1OA/FLAMINGO-LUMMUS /gyp T'e"�,',, � M.w�+� .Y eNOALe p.m..^ PROPOSED B'O W.N. /~ `r'vm� aWE A iE 0 0 M+ rr: 2 N 2 _ _ gS PIAN B PROFILE n'� .�M. M N)/1017 awn II 3 J 1 I 1 1 i , 1 i I 1 1 1 1 T 1 i 1 I 1 ,1 1 i 1 i t I 1 1 1 e I J 7 -i. t i 1 CITY OF MIAMI -aii . • PUBLIC WORKS DEPARTMENT , , 1700 CONVENTION CENTER DRIVE,MIAMI BEACH,FLORIDA 33139 ,_, `�*\^_ 1'1i \ UPGRADE SEWAGE PUMP STATION No. 10:, N, 1051 JEFFERSON AVE. ir MIAMI BEACH FL, 33139 «A � PRDED. � � , t � :r' ' .A'. :"''''' '"'f' '7C::... 4 -. '', .-', it'''. II Y � �t 'SFW+,t SHEET INDEX w I0" f" t , _ e ....i„ . " - --$� C-1 COVER SHEET G-2 LEGEND AND GENERAL NOTES 14. d� 1.ith A C-} PUYP STATION No 1 E%ISTING SITE PLAN .A ♦"k�� -- �p� , 1 ��,�'k4 gi � � p_A PUYP STATION Ne.I PROPOSED SITE PLAN � G-} PUMP STATION Ne.L GENERAL PUJ! yyy''' 4kr P-! PROP.2{D.I.G.M.PUN AND PROFILE 11 y • --1W ye g S 5-] WET WELL 100 SLUICE CATE STRUCTURAL DETAIL T' i ,. .-7"-...,-.,p--- - ,,:•- , ?I S-! WET WELL STRUCTURAL DETAIL AT 'r �"i' � .� E-9 PUN ELECTNICAL SrtE PUN ANO NOTES cc Ai mYi R�R�•a 'iVa, E'I��A_jlgyµ 0=--,...-4--.-...r"7-sr E-10 FIRST BOOR ELECTNICRL PUN 1�S(71• -t iJk E_„ CONTROL PANEL WIRING DAGRANS. . i�-"'6� },_,„_,. RIRI elk,^ R, 4.X E-12 ELECT.BSER DIAGRAM d PANEL SCHEDULES 'fl' ��I�� 'Ed.0 `.y R�pl r -VP p_IS ODOR CONTROL CONXECTIOH .714,4 }Nl'i ; A L �jp '. . �a } Ty C z 0—I{ OpOR CONTROL DISCHARGE CONNECTION �'T�R •F M O L. fr' I TXRU IL ODOR CONTROL STSTEN 0: NAG METER DETAIL 2]TM 33 SEQUENCE OF CONSTRUCTION LOCATION MAP, 5000:I'=300' ]dvmys call 811 dem full business days before youdq 0,44,HISTORY DATE BY mryNr gnrA. uREV NP WR DESCRIPTION BY I. sunshine81o1acom MA_IBEACH w N ET a�eP .r "'°N ane® • � aa..a Nre m,wNn SHEET I Of 33 3 uPat mn ae:a OF.Na 9114-03-10-I is A AWMANIVE.CONTRIATIN M.MEM AVO VER/fr.DIOMMINS MP COMM.Al NI MTN MO TIM Emmy morrANT SMEOL wrIEN TNE mem spECIFIEV NoNcEoRTAL 00•05 ENTER. MCONTRMTAI re a.MI 611011000 FLAMM REM.IN DIRECT CONTAT 05011.WOW Me ORM 0 ——-fte.--....Vol ro RA 010.6 LINOPPNROUNE Maar,CONFLICT SI*0011 SEPARATIONS MR ALLOWED f I,: —4——.....•.. N./WE SEINED..•AM DEMSNED Ma c6151.40.0 Eon*TO TIM NAM PIM AND EOM OF PANMENI M.TWE MEEK IS EllmsEN IN A RATER TIENT MARINA PIPE oN r.... CA n.TOP OP..SEWER Ts 0...0 TO=NES MOW IDE EOM*of TIM tEARM PIPE. —...-....—..—CNN•us.FENCE N ME MIMI PIPES ME MIMEO MD CONSIM<TE0 EOM TO ME ISIMA PIPE ASO PRESSORE TESTED AT MIN...•...0..IN..erReer•••...........•cr.......... MA .... ,.RK. . Er E • .R .,........ :.:ana,00.. onrooe,..<.r E1177,7•41." 4 u....... 00101IT TO I E Pal re 100155 Me STATION TO MKT REPAIRS MA,ME 101 PPM.re UM =TIT MC","E 7•OroX7'•=1;=.1."::1741 7=6.El'rLECTZ OrRE"a:IL:n''ATO.:1'C''''' A LEVEL covIROL 00E01 sp..I.0 ADOM TO ME PROPONED POMO MT Mu-tr MALL NE CONNE.C10 TO Mr.01 WELLS ME m SERVICE TRE 000700 RV 0 PILE re SEUCT NIEICII 5100 RILL OE VSM TO MAIM ARDILLTION. [MM.ME MOM SEIMM cr........•motif WEIEFIELD lOWESEEPW AREA„ALL OE Non 01014/1.0.5 pERINVI ....•FoNLIC IKEIAILELO PAOSECISON AIWA MAU 0 ONE AvIONED MON 00.05•••AWE Pow DIANNTER A orr,Aems En,AA,.w.,.....„E......A.we,EAE popposs.,........ MT 6PFION50 PETEET0 MEM ON PIPES 5011.ON MILKED Evm NNEN rl.WA LEA..IS 01011 WE ALLOWED. RECTNRWAR MELL NefICE TIME PLANO a.THE MOINE NET WELL LAM DEMI.TNE NW.OF TM 60 WET 0a RIM To0005 TI.NM 5NCTIONS.mor IS PIAMMLY ACC0101.15,Wo NT 0E0 CF A 5EMNPAAT MOM OF worm TIM MISTIAS PLA0 Pe OW SNOW INNERE ME NAM SIM,......rr.r.11,11„ 5 FORCE NA.SAEAS CONSIMPOTO IN A MIMIC 011FIEU3 PraTECTIM AREA MALL SE Rm..LOCTRE IRM OR TO DETERNINF ME TRIMNESS Ille ME MFFICIA.TIO MAT WILL SE E.caoffERED DRILY=TwE 00.010 SPECIFIED PI AWERICAN WATER 005 UNE L.ENFRAL NOTE. 7.7.2=7.17.7=anagAaVaAr=A:amAZAc=o7:AirosmaA!"A AAAA'A'A“A'A.A AA'A 501.1.MOON WM.Ne PL0EDINSIOE TNE 011 MAO MT WELL NOTICE TRAY A vet..NUN TO AM Me PLOW MAT T.0/010111 0000 Ma BE cONINS TIIROWN A 510LE 21-110.1.AWE„OWED TO if,Kil •...cr.r..AERIcwo Am NOM NITNI N 10M PROPENFT AND EASEINE0 ARO MIPIL ma comm. If..0-1.41 LIM ME OMER 15 IMP CANITIVOI IF ME IIPLIA IS.55 TAM ME NISI.OF IMF 10P5.IN wen ra ma.MOOLEM.IT MAI SE NECESSME TO 100014.0 NAME WIE OEM.=WTI ON nel .•...MIEN, MN.IVA MI re•leVEL ORM/OMMOr RIMER 7100 IT.NOW IN am EINEM MT WELL.r.••• •r....DIELECTRIC Fr...•ETWEEN TWO OWEEMEI IDIEENSALS AN AminAED. Alm TNE............IIIE......am VALVES CAN M IE... VIE MIKE M.CONAELTION 010 Or ME MEP 510.0 MUM COMOD M SWOON.Pie PLAWE MIS 0.1 INDICATEP. NM:11A.1=01;j5CONNIET01.ME OPERATION OF TME TM.MUSE TE00 AO 0 TIM EEPAS5 7.CMTRACT0 SNAIL SM.MST,.HAIM 10 RENA.BEFORE MERINO PROPOSEP PIPIWWITTIIIM AAAAAAAAAA AA AA mom Ole....RECIMSLOM WM 01.1.011 ME WARM mememoom ell MIAMI BEACH �. _.�a '. �... �... NM VI 11. •••,_•_.._..�..__.__r NEIGHBORHOOD No. FLAMINGOIUMMUS APS M..— PUBLIC eNONI[tOVYRMeIT""" u.. rre A .a •.e LEGEND AND GENERAL NOTES "a��..`�'� �` '�°,°"^ •••. • • ,, ,•°',i • Id i . . . , i 4 . Il '. i'" *----F4------' ; ;• ' Xiry, L._,,,,,,,,, Mx'•.: I 1 : . . •,-xx......, ..,.:X. -1....;,..! Xi 1 i , -.---;— -,-.-• ; ; 1 1 i • 1 ,,I I. i H ,d i 1 : ! 0 1 , 1 , ; I:4 1 , I • -----t F-1--I- , , I H _ ,,,.,, • . 4.-.1 i ,v,zrzingas-\.„„ _,-,i I:I 1 I , , • t,,. • 1 . ..,/ II I -_.•• . 2— A -r 5tf.1 1, ftlitLISE;11, i ik-,7 !' 1 ‘,,'il tL .! I IK.11 III-__i,c --i---•"'----44 1 ''''"4 • • ....t .--,------.-----. --:-1--1.1, ,i, t''') r-L=_---i—i-- • w.--n , ,.... , , -1, 4* • .iF21';ig51 -, -- --,:,.. .--,. „, 1 '41, ,m_v P•17 .1 -----e-E)i--'.--,-;.I.or. ,--: ITo '''''''-' ',I j:."- '-cWVAN Zik ' -:'< •h:* =' Y-- i ' ::-- T„1- --.-l'• , 7...: ",40-,,--1::-, -...4 ',3.. . __I_,_ / x ,-...4•• i''°^4127,2ffai AA I "'"'411401244 no 771111A wrAr 1-.......,; ii ." 1 I ONE STORY LIFT STATION ANNI ----------- Ar'-----'.-71444-- CA ---..---,:-.F.'--xx sc.r.r 1.222samtcf F2.262,_swam or Fawn • •••••••••Se ICA•••*".a.M..."'C..........“...... OMNISOMIt - •MOW MS PWRADVI•1 le•MITAL MI AMI BEACH NEX3HBORI-1000 No.10A/FLASIINGO-LUMMUS Alp aft. =OMR Mile T.111•••11M.M. ONI•01•1. 3 womm .2,teemeno.21 sumer,. Mir ......... manin ,•••••• 1111,1M•11001(3.10.4•ITI. .4 M.. ne•- WM.. PUMP STATION No 1 EXIS-11NO SITE PLAN ....... mom wawa oo,ORIZ emvemad /PRIM E•• Vo*. •. 11.00.-- ...s. a... ..•• 1 i 1 3 1 H------Vi EEE r �^ .E xpr I , 11••, 1 ..e6a7�T, Pift',� ® efI .' :E: .dsle"'9rilirtrail I( i1)ii1 i ...,,Y %meg I E "J ! �= ( PAS 6 I m+ 1 1•_ e • ,,-,i4t 7+ 14 ` ■ f 4MM / 1- TS ' „,,,,r,-,. I 1--4/114.-.— \Cj� I , }yir T I ---->-- tray- , ;.� _ «-� r i ii ,.:1-k '' i } PROPOOSEDySITE PLAN m H AMI BEACH Coy..._..or,..Y� , • _ p� .,... 11•1, ..�,_._aeon,..��..x.. ®IMammalNEIGHBORHOOD No.10A/FUMINGOlUMMUS �� ' wnaia�wvw.oew. ;�• , n...1.111M1.111•101•1 u.r.� w..s ,. — PUMP STATION No.1 PROPOSED SITE PLAN n..:fi' rW WA. �ww�Rwary^� w •3. °s'.• Yw a , • I I 1 _______________________________________________—,---1)1: = * • Aavzssrew€ tharz,_._4-4," 0.1. ,'4) ,. s....., mi. .�, _ — - - - amn.� ^erg, G t AT A:13 IN 1 ri CO 112110=Mtd:4115===` MERIIIIIIII0 1--1 :r 01244freifetittigi .`=01R%_- vim,r_iiit �1 _ �� ��� -, .�.F.� �_ ' i�l, ,.rr -[S:� c .. A�•mwr�s r4 is �OI�N rr vWI. '�, moi.. �_ _ _`._ — _ -_.. --- � N f N� 4-4":. y1' � 1• ' •�, �M , � � 1 -� V �4-� '71r I -H t f .! "�F • I I I jLI1.I!III ji.: VIII I S1 + '; I I I"" l k I • _,_ I iHP, j I i (-3 �...- F 'S. 1 I-I ----Fn • o J I' i , Ili i 1:14 a. 1 66:7 4 Ai:'? 4.4 .- Ir, , ,„. . ,,. ii Iii ,'}� ..ti -0 i tll , l _it --L3- '~ I nwi m.wrs 1 LI IC 1 � i y • >R___ w:::_.„--,.,__,4, �M OCEAN BEACH F!A r III I I k --------- .-------- ---1 '� � .g s.>�A,.o�.A. IY 1 1 I yap allry� ...Oa 033..... II �L 1•21331.133moMIMS laMIAMIBEACH NEIGHBORHOOD No.10A/PLAMINGO-LUMMUSA ..."......^ - OM: wwwM '� -M�M•� ,r mnrrrr Mme'°NM"BVD'''' PUMP STATION No.7 GENERAL PLAN �.,"a�m�^'r"« rre 333333333.MN.33. p,u�^ ��_ won • ^m. 4111. . — ,-:q. q i p.,,i u III ..i. _, _ ,, x.t'rwen an., ... •♦ l 1.0i a fad.... I,I 6 r Y nom r'.elii "V l •_L�! 7_10' .A. r.�'. ll ii. i ti� 14 wewe,e 1 w'vm � ra .....�• - -- =rA _Z^� r � ,.e.' ---- -–--- + •' - --r-tire-+:�-1= ; � - . - -- '. z ■ IIS 1 •.:r - I _1 .. .4- 7 .a it ■III j• .i Mb - 1; , y--'ri t --' �. r..N N 11 --'s w>ipeav:s LJ wen wta - ` 7,. i'. , r t o '',...:;:".14'tlaa-;y =y> 1 \: ' liil.r•'S111� , ItH ." ® y . _ iie I ,is Ithi � ID , I T ww–-,-----1-4–--4., ' .–''. :' –::!1-4,-.:.1: ---,_' m_ }„ IA I II , u , I N. I .C°'gf�Sti ( ".T` ,ail , I o III i I�:�:a� f dw �MI �.r �J 1ipii , 'i, ..e sun wer mai X ,:.r�.w J . � , Ilii oil 1' a ,,',1 .. ' II �1> isaw n.N Itif ,• I %I I I �. I o .=..'k15..I5'L"ARE T« r':> L_L lI •�I .��� II� a ■ II II Im/�iv ail, j e ( ❑ 111141111'1[8m w LmLy:{–�_ J � Ll� an�riS' u.1•.fh i �J _❑�I�i1:I�1���m/ �w STA-1A-9-P o o: .......... '� II IIIA IImm'I �ATSTA.Ics+Bo.dj 0MIAMIBEACH NNEIGHBORHOOD No.10A/FWAIN00-LUAMUS ��F^�"'.«� ,i marrow z MS..as wwwsrmenammerrw. aiMMERIWWnI mine.• M M��Y���—���r�- Pu .IOMOMIOrAR1 iT PUMP 01011ON No.1 PUN AND PROFILE ww`M�v` ' _ ..� w.we . �' r a e AA ...ft.-- NM a� • .� �. Imo; L ®� {I 7:or.41,511e I 1ft 1 \ g,,,,,s.— 2Z U."' , 4—V ' ., 14,401 2,,/ .4.. 'ililm4r21III acal f loll ; .E.�=,...K o.., ,c„,, "?..',F,. ':a.Ww o. ir;= .. _ 111 a a�wa wa. 7 .... adu... d a.�.:wg� .,a1' .Eilw' e I1875,74S42241414%11 TRW' _i __ >wn `. ; Mt 7=, 7=22.24: a, A 1 I.AwOs.iu.a I Fnn � / Fw .,u s a 'W ' awonv,rw uo _ai-7. dws ” I I , +•, r .... ,,. il.M 4.,, $'IrIAS ,wad. 1 f''u ti .iw�t e r 14421 V Ott..v .Vxwrt v°� ,.wm.aw wn..w.mt.ra..✓au., wdaaswlo e..minTtan : .ssn """"7.a�.'"''. .,„1.�..��+rse�.. a�sr.vrwrw ,-� NEIGHBORHOOD Na.IOA I FLAMINGGtUMMUS 4ipoiY°" °""'''''''"""' w r.A.,.asiu orvaac eac..cwa�re,t ne wuwxen . Hesa wwmna,..rrtn w a...r..r� MIAM�«A,� — iAP ,_ _,_ , ...a Pr".''''14..L..."' _ Flmoo maeY[tn.... WET WELL&SLUICE GATE STRUCTURAL DETAIL c.... .A `m.....e NN,...wnwr..w � 1r ,: w �_ .wan�., . s a o-� 1 rro"HUM r:=1'^"'EfrrL Ex. ,..:pwEhs �K:P,.., .::::::$ -- •a•.a il. �•••aa••a'-- `r 12 _ 1VP6 y x _9 Mm ,�, _r_b_ L�1P I EXISTINGSITE PLAN TOP SLAB may r 2 n exrnrs cow...ur-F Aj + • ,,, ,nALrn ALX , ' ` Viii,lacr,:w"b«6l a ! Il I MN TOI SIM NM 1'VEIL 3 ' a II I Bye AWlii 3 II R@r, , ro". �...ArSCo..w.r.PC ; jll 1 II Fr H iwR^,.eoa.. n mss.. 1 1 PROP.SITE PLAN TOP SLAB ISCALE r-r I tB..Rv� MP. IV 1/\I V\ bEl\CH NEIGHBORHOOD Na 1OA/FLAMINGOIUMMU3 �� RSC. .i •'_�~—M„V��_w �x` `�n BWrwiw PI w .... beam IMPLY STAMM NuNirrilL ww MI Dm_ ��rs.i ItYliftim _ • lIRAl sMIOMO OVYRrBMT°"` YVEf VYELL STRUCTURAL DETAIL 'n'r". anasse wrxwrrwwr, me MO Mx I. P //RN Wille e I i P a 4 i i i A A A 1 i f I F/FCTRICAI NOTF4 u- \ _ i.ALL WORK SHALL BE IX ACCORDANCE WRH THE FLORIDA WADING CODE AND t-'.1 ALL LOCAL ORDINANCES.clf#.7 ATION SHALL COMPLY WRN THE IATEST EDRION 'V_ OF THE NATIONAL ELERRIC CWE AHD OS.NA REGUTATfONS. Z.;Mr/ LL WORK SHALL BE IERFORNED Brif; A LICENSED EIERRICAL COIRMCTOR/N - -- 111/Il -�'+ __ — 3 `RW LIME A FIRST CUSS al AND SHALL BE COMPERED AND FULLY OPERATIVE TO — _ -- THE ACCEPTANCE OF THE OWNER.GENERAL<OMRARWI AND ENGfNEER "' ---'- - y„N / r yap.___ ___- - 3.CONTxIGTOR SHALL WARMTEE ALL ElERRICU WORK.INCLUDING PARTS M _.. Sri( PERIOD OF ONE(»YEM AFTER FINAL WRRTEN ACCEPTANCE BY - --- "f CONT R MD ENGILL PA /: {/ .... B __ 6 COxaTOR SHALL PAY FOR ALL FEES,INSPECTIONS,TESTS,FINES,ETC., _y C { AS REW/REO. _____ __---_ •__sc ,1 ,9 R. PRSOR TO CONNENCENENT of WORK,VERIFY NEASURENELRS AT SRE SUBMRh�,iY^ MCIES AND OIFERENCES TO ENGINEER FOR CONSIDERATION MD :-'7=--- —it-STREET- �' --� - ,��:h DECISION BEFORE IONSPRIOR G.VERIFY ALL DIMENSIONS PRIOR TO AMY FABRICATION OR INSTALLATION. V II,'� Yf Li } - - - -" T.OBTAIN FULL INFORMATION REMIR/ECULIMRIES MID LINRATVIL OF - - ar ca SPA[E AVAILMLf FOR INSTALLATION Of THE EWIPMEM AMO MATERIALS -- - , UMDEft COMTRKT,AMD PROVIDE READY KCESSIBfI(h'TO ELERIIILAL fPWeRNm }_ - EOUIPNENT INCWDING ANY IMT OF SYSTEM REWIRED TO BE REACHED FOR MALIRENANCE AND OPERATIONS -- - - ow A --- 8.PROVIDE M FLCURATE LAYOUT,GRADES MO ELEVATIONS TME PROIER • a "! —'J PRECAUTIONS TO IROTER WORK MD EOUfPNENT FROM dANAGE. B.AL1.RLagNIN SHALL BE NEW MO OF AMERICAN NMUFACTURER AND BEM THE UNDEIMRRDAC LHI RE RI MD UNION 0000 WHERE UTLICMTC _• _ gamR IS THE CONTRACTORS RESPONSIBILRY TO COORDINATE DELNERY - OF MATERIAL -- � I �' .t ]0.ALL EW/PNEIR INSTALLED SHALL BE OF NAWFARURER MD TYPE SIECIFIED. SUBMR SHOT DRAWINGS MD IRODUR DATA WRN ALL PfRi1NEM DUA AS " : :S SIECIFIED OR sCHEWLLO.SUBNlRALS WRH INCOMPLETE INFORMATION WlLL j e 's '‘,c--,?'. - aF NOT BE REVIEWED UMIL SUBMITTAL IS CONILRE. LEVEL TRANSDUCER CABLE IN II.VERIFY EWIPNfNT SIZES,VWTAGE MD CURRENT CHARKIERISTICS RC.. 1'R65 UNDERGROUND comer S j T71 r �.' 3 BEFORE ORDERING ANY EWIPNEIR MD PRIOR TO RWGHfNG-IN FOR EWIPNENT ^ 1_7; - 1 TO BE SUPIllEO BY OTHERS.NOTIFY ENGINEER OF AMY CONFLIRS. i- F' METER �- T I�F 13.ALL WIRING SHILL BE IN RACEWAY.SEALING FRTINGs SHALL BE INSTPLLED MELL AS SHOWp MD WHERE REWIRED 0Y THE 1HE MEC. i ""'--'-"'t --- -�- / IpDIDSED AUXILIARY /-�\\ [�1 MET 13.COIRftrICTOR TO PROVIDE SHOP DRAWINGS FOR ALL DEVICES MD ELERRICU `.0 k MATERIALS. 165 CONWR BODY 1 EIER.PANEL FLOAT SWRCX CABLES IM 1 1/ WS COMD. , 6 ■ ?ODOR CONTROL SYSTEM LEVEL TA L TSP IN CMLL IF _. "�: It: , LIME NGS CONDUCT SP IN 1-i/P 1[` v� Ly IBI/O IBII(G)FOR FLOW METER P 3 ,, 4 Nh ', IN L'RGS UNDEWRWND COHpIR : _ I 1 4; Y ` LEVEL TRANSDUCER CABLE t i-I6 AWG -LL ", TSP IN I-1/P NGS coNWR FOR FLAY L I SSS+ E - -, METER MD FLOATSWRCH CABL55 IN v.l F I/8♦IBID(GI IN ....I-1/!WS CONWR rw --' ,,..,......-...4.-- * 4 E I. '--c"°'^NOERGRWND A f` r 4 WR_WELL rT i- 2"0M- L U' FOR CONTINUATION OF FOR C ITS RE ION OF CONDUCT b R L W _- TO CONWRS REFER TO '�T -_ .�' �� FIRR FLOOII/LM .1 *- FIRST FLOOR PLA f ry M 4. i 47- s URE1R — -- ELECTRICAL SITE PLAN SCALE:TO10 •MIAMI BEACH NEIGHBORHOOD ND10A/FLAMINGO-LUMMUS me� L �E IV Oft BLL W..` rN� L O`I`N` BEACH AP= I: ' R ONOWON M. - .... NOM NOW ORARrMNMR'"" ELECTRICAL SITE PIAN ANO NOTES a�'w"`.mnm•'A°�^�� eWL� ��® IA in.ah:. .,... ..,,...���....,�,...�.V.A..ewN..�. r~ 1 FON COMINVATION FOR COMINUAiION��\ OF CONDUITS REFER OF CONDURS REFS i TO SRE PLAN 0 SITE PIAN tAi(tAGDuENOEFE W . RASDUEWEEL+ YANTO BE REMOVED FLOAT CABLES IN I-1/t 3 B,..,,,,,;,6C CONW0TA 6 -Q GSONW IT BUILDING ENTRANCE PORTAL A 0 3 MTINGNO.ZCHRR-1169 ^ • 0 i CRATING-0 HA L RATING AT AMBIENT-LESS THAN I CFN/SO FT RGS CONDUCT BODY L RATING AT 000 F-A CFM/SO FT (RP.OF O.PROVIDE -'. ;'''.,------ ..i i 1�; � .-' it I CONDUCT SEAL - FIRINGS AS PER EL V-1 © • NEC 501.13(N(A) -- ll PROVIDE CONDUIT SEAL A SECTION A-A FRYING AS PER PROPOSER WET WELL LEVEL NEC 501.15(N(A) TRANSDUCE//I CABLE t i-IG AWG MEZZANINE )) REINFORCED FLMTNSWttCH�C�LE51NE-A%A• •ir L FC SIFIESCONCXETEooa 00 WALL LBLaR9T N OfAMKOF OPER NO 513NlINW.SE CONCRETE RGS CONDUCT. ill BLOCKS(GAIT)CATEGORY IN THE FIRE RESISTANCE DIRECTORY FOR NAMES OF _ MAYUFARUREAS. �� TWOITE HT EO SR T F MOR f.rarS NBWLPTW AMNUUR S ACRE SINALL BE O NED Z. ,may (gPIOINT COMER TO MAI 1-1/0 IM.TME FOLLoo TYPES AND SfZES OF NETALLIC PIPES CONW�S OR TUBING YAY(BE USED:ry q� RGS CONDUCT BODY ! --- - ;n-i •• ----, &roHW?v NON IMfN�UItatolR Sw illi ILIfI fiNi ALlITTICI IUBIN6 OR IPE. (RP.OF 3A 'R i---+ STEEL CONWR. HATCH HATCH HATCH ! HATCH I /I C.COPPER TUB/NG-NON 0 IN.DIEM(OR SMKLERI TYPE L(OR HEAVIER)COPPER USING. II— / D.COPPER PIPE-NOM 1 IN.DIAN(OR SMALLER)REGULAR(OR HEAVIER)COPPER PIPE. 3.PACKING NATERIK-NIN 3 IM.THICKNESS DF MfN 0 KF NfNEHAL WOOL BATT N1N r ION).TNICKNE53IOF NllM 11 KF MINEML�WOOLSEAIT SUTATfONU OFGYIPE D 7 PANACEA THAM MOM A III.TOR FIRMLY PACKEO IM0 OPENING AS A PERMANENT FORK.PACKING NATERIK TO BE RECESSED FROM TOP SURFACE OF FLOOR OR FROM COMRKTOR TO PRWIOE J ]� BOTH SURFACES OF WALL AS REWIRED TO ACCOMMODATE THE REWIRED THICKNESS MOPER FIRE RATING SEK �I/e�V,COM(2If�G(G) r---\ OF FILL MATERIAL ..FOR ELECT ROOM WALL IENRRAiION NNNTKNING l TA VOID OR CAVRY NATERIK• SEKAM-NIN 1 2 IN.THICKNESS OF FILL NATERIK EIISTIMG fIRE RATING WKL APPLE EWRNIITM TH�TINIWS. O fH THE�OT ON EFl:TAC1E NF'OORDBOTH __.._ y->..._ _. _... . 1 5 AFK S Of KL PoI 0 C KT LOCA I E P ED Ai THE - - r asp i - EONCAETEIPIPEI�NTERFACE ON THETOPSURFACEEOFAFLOOR ANDEON BOTH SURFACES VFD-1-2 1 VFD-1-/ PP-i ( MI)LNTI CONSTRURIOY CNEN/CKS.ON OF \ HILT)INC CPGOIS.CP606 OR-WS SEALANT .� //NOTE.L RATINGS APPLY ONLY MHEN FS-0NE SEALANT IS USED). POSED MEf MELL 1EVEl TRKISdNCEq GB1E i K CONDUIT BODY I i SEARING THE UL C1A55/FICACION MARI:ING SWITCH CAOBLES IM 1-!%!K[ Wrt ARD FLOAT j RTP.) /' 0S NANEL ELECTRICAL ROOM , Jsslr� IO��rG• REPRODUCED BY HILT(.INC.CWMESY OF `• VPD-I-A PEA-1J RAMPS-01 ® �Ms��� UNDERWRITERS 20.20T0RIE5,INC. CONTRW RS DECEMBER 10.1000 C®US IANEI • FIRST FLOOR SCALE:air-I-v el M /1 AMI n gEACH NEIGHBORHOOD ND.IM/FLMAINGOLUMMl18 F+r� O1�A'�� ` E W �'ar aFP— MO'IV`/\IV1 APS-- �:.� MIMIC WORKS OVYRMIIR""` FIRST FLOOR ELECTRICAL PIAN ul.:�a'�. 11w ecrE I N •• WC HAZARD (EI (El (El WAIN AUX SIDE BIDE (EI Zµ COM 3µ WET COM (EI WELL • WE• ■ . ♦ CNH• • NN WW LSHH • FLOAT SWRCN RELV RELAY (El • (E1 CONTROLLERLEVEL I aI ::": ■ ■• • . 1• • UMW • LSHH • " (N 1.0' TRANSDUCER ANALOG INPUT h • IOWA RELAY • • CAME LENGTH-SON Do (El 4I LSU NIX NW ISIS1 • • • • • • FLOAT SNITCH 1 CONTROL PANEL WIRING DIAGRAM 2 INTRINSICALLY BARRIE ER (El 120, r( (El • W ♦ MAIN NW NIX NW 52 NOTES: • • SPARE I 1.4II,74SDUCEFOAT TNEL NEW WEI WELL FAS SXOWH IN PNOPOSEO COMAOL SC EN MATfCS AT SWRCHES • • SPARE A NEW LEVEL CONTROLLER WILL BE MOUNTED ON THE CONTROL PANEL DOOR NEXT TO THE EXISTING ONE. A-EO GO WIINGTO RE COO50INATEOEWRN Cm OV MANI E0HXILIARY WET WELL LEVEL SIGNNS.PLC DISCRETE INPUT L ORMAL OPERATION FOR AUXILLARY WET WELL IB BATED ON NEW TRANSDUCER LEVELS ANO COULD REWIRE MODULE IMO-IAN SETTINGS DIFFEREAT FROM THE MNN WET WELL NORMAL OIEEW OA SETTINGS.ALL LEVELS,TINE DEUYS (EI AND PUMP SPEEDS TO BE ADIUBTEO OARING STAATLP TRIALS. N.NCESIEO THEASEGNAI O I DEO BMTNE Lf -LOW 10111=411.1-1 FLOAT SWITTCHES EAT TOE HEW N WET WELL CONTROL PANEL WIRING DIAGRAM 1 6-CONNECT NEW FLOW METER 420 mA SIGNAL TO EXISTING PLC ANALOG INPUT MODULE.PLC PROGRAMMING TO BE COORDINATED WITH Cf FY OF MfAMI BEACH. (E)DENOTES EXISTING TO REMAIN OW mMAM BMCH NEIGHBORH000NO.iM/FLAMINGOCUNNUS �P r°..".�� �E o =SN M1 222 MM.- - �� PUBLIC••••••••••••••••••••••••����E CONTROL PANEL HARING DIAGRAMS eir.`v n.��'�a OMO _` OM E w,w.. M NWFS. OW 11. Owe��+�4 "PE:S nra."MD MIEN MMNER MAIN WS: A TYPE:PAVELBOARD CUTLER HMNER PRL3,1 PANEL'PP-!SUBPANEL' NVN EDS:NO A POWER PANEL'PP-I' NEUTRAL:IMO!m0 A VOLTAGE:480 VOLTS.31,3W KAMM:SM A VOLTAGE:YO van.M,3W EXISTING MISTING NMNTING PAD MOUNTED MIM: ENO A NWIITING:SURFACE NARK NLO LOCATION:EIECTIDCN.MGN IOCAncm ELECTRICAL NOON NEMER CONE VIM Tr: ta•S POLE IND SERVED C.. C.T. IND SEINED POLE MPS K NIM CVD LOAD IDENTIFICATIM TOAD E.G. WING CON CRT.NO N. TRIP (El (EL NM (El /DRV MT AMP DI 3 4 ODM comms.SYSTEM CI/ 0 HMI • P PFI SU•PNEL FNM 3 01 W M! I RV MD'CO] • RR (El NEC (El /DPIT PEEP•1 F 10 ASF-01-1 ! (E) 130 NI (El MN 11-1 MEMO 3 Ill RD 101 2 It I! (EI (El NM N) /ORI PIT MEP'3 IIS If S IF SUPPLY FAN SF-05.2 PO 204 (El (EI VED-1-1 IMMO 3 (El (El Ill 3 3 OR31 N ! rcl !EI 204 fE) I PIT NNN MINT 2? T FM EF-0I-1 fF/ H•I (El (El YTD-1-2 IRMO 3 01 (0 (E) A N H 3 b N (E1 (EI 204 (El /WENT FM EF-01-1 27 N FIM US,FM EF-053 S (El INC R1 R1 4 1MOM 3 (El (El (E) S H M 570-1 21 (El ]M (0 /SEK NATER MST.CP 0 N 3AC 0 NATER MWflI / (E/ MM /E1 (El D M 00.1_4 IMMO 3 (E/ (E1 (El • EXISTING LOAD: 379E1 VA I- -]• A EEP OYER PANEL PP-I MEN LOAD: 24911 VA CONNECTED LOAD: 6••••3 V4 I J3X IA,- V BB]A FFppNER PANEL PP-1 NH OVERLOAD fORESEEN MN WIGEST MOTOR: 351f X 631 T MOTOR: 0.35 X ISONNI VA NW'VA T 63 D VAS 13]9)5 VA NO OVERLOAD FORESEEN TOTAL LOAD: 64481.75 VA (El DENOTES EXISTING TO ANNE TOTAL LOAD: 731983 VA LfEl DENOTES EIISTIM TO REMMT ELECTRICAL ROOM EXIST. EXIST R EY13T. EX/ST.1100 A CABINET NETER EXIST. 1H0 A 1805]IM 31I EXIST.IP-1 1NATN ATE 9Oi(PP-1 RD SUBPANEL CpV o (!, 'Pk 321 EXISTING TMIISfR EXIST. (El - CD - GROOM L (El (El (El EXISTING ELECTRICAL RISER DIAGRAM(PARTIAL) NTS. a 1`P! M AM BEACH_NEIGHBORHOOD ND.10A/FLAMINGO-LUMMUS = E '�— ,.aM, Awa M.r,.,. 'M — MairAP ••••=.1: EM _- lllBll�sEEOVOb�BBE ELECT.RISER WIGRAM6PANEL SCHEDULES a..�a�mYO"0�i1 ���� rre nviner i 1. 1 5. i a. as K',,,,' I I ':,. ''' ::41 17:10 PSoissisi d ``i�• � \i` ` 1"11111S11-7"IP.: O ,,L:v,'I �,�,r ,,.OO �'0: CONTROL '`\ ''�,;{moi %, 7y I vam on rnlr Mvs ` Y� �l V\I(l n/` BEACH NEIGHBORHOOD No.10A/FLAMINGOIUMMUS /� 6V+r� m+.PAP Care '�°����`wom4111 r en.AA aiaae • N.M. - *PUMP STATION No.1 ODOR CONTROL CONNECTION fir".. C.. on PAPA..srceArv�wr' �.a" R w rryr,ns w.s s• s r R< itstrmat— swam Stra1511 %-- mers *** '''-, -. '.".•-•'-'-"424 -- ass -A arm \ , - \ ./ 51,1 1 ``� - -- s S� ii ^` .°K ,LAe , .. .9. Y. .....,.... ..,„.�i..,E .,,o•.n.a....„nE,r•.c..un 4...4 p ' r-- .°• 05--, -3��..” . =RIM KJ r •MIAMI BEACH NEIGHBORHOOD No.10A/FLAMINGO-LUMMUS • �* ' 0.eL •awaama a BEACH , ientria•wwom urn. wr MIMIC 00�•g�^^� PUMP STATION No._i ODOR CONTROL �� �• • ^.KS .•* ' NM. • s DISCHARGE bNNECRON ax..•wmr .rwc xq an •� NO LOSS RAIN STACK I 1QV HAI! bVW6 IllN HT 01 21/08/2014 REVISED MITRIENT TAN(MAVIS (BY OTHERS) AI '.6f if 0 10'INTERCONNECTING `� a DUCTING(BY OTHERS) 1C.L � % 'RESSURE 012 BASYS 12E TANK(BTF 300/ 40U ``� M-120)R (PI-120) 10'FLEX CONNECTOR [ 1 [1] (FC-120) a.. 10'CONTROL DARER (CD-120) PRESSURE (10 INDICATOR (PI-100) 0 DRAIN LINE CONNECT D -.-.04:'."r• TEMPERATURE TO P-TRAP(BY OTHERS) �_. INDICATOR • _ (THOU libi •�' • \ INLET DUCTING(BY OTHERS) _� •`\ 12'INLET SLIP FLEX CONNECTOR(BY OTHERS) i___ �� _ (FC-100) CONCRETE PAD(BY OTHERS _�"'rVIIIIIIIINmil . \-'_ XHAUST FAN NUTRIENT S(NU600) ':4 \ ''�, (EF-110) '\� r1� , __ LECTRICAL PANEL RECIRCULATION PUMP VATERBOX (CP 500) (P-170) (1B-500) Lfill p� wnwA. RA[ EMT am Au WETS,RARDVARE AND TE Pe NG e o RAc m ro°�ir R a ww U S 1/07 mE+ Pasco County,FL i WIG AHoo SIPPERTS FIRE �N EG D c PeRG a ll COMM n?Ole ` 'm'�l R „ MAK 14/07201+ Forest Lakes WTP V[ffi FAX 6 VATERRDI 1115 EEPOG PAD BY EEIPBCTER .42,71'1174/ Q N�rt vtl 00FiI11r ..... CO 14/07/ 1 S• SEE EOM P 2731F-SA-350 FIR W D- FG FLIER WOGATIEN 11Th I ASSENESS '` 9iP1II RR�11E10nu' General Arrangenent & FUER ID P I ID EAV044)2231E-0-100 FEV MIEN DaTRINDRAHON I FECES FLEW R AGRAMpNn�Iaf�NfE�nD.7.4 w ale 0n RC 11/07/2011 M.IIIIMII RCM 7. DI CORM PRE AHE VATERBaI TD E 1t11 U 3'DEED FRET ANT FEL AE 1\. �0 NIFA E lfl�N MB 1nrt'n F B m1TR0CT R IMEE IN SS RCSPlO NCE HE1 FER Ntt�/Ol1 FIELD CLUNG OF*DM �Eil�I E i ' 1 IY D1A EIPIEE PAD RUM FOV HDITRIEOFR BASE 0 irelin ""' �' ��AYo 91T i Er U 1 ,� 1.35 B 2231E-GA-100 Ol ra ra 1 Qw ac_ E N y 8 g m N T l.. m v .N-. .4,6Lin O 30,ao �-�-1 C. (FAN \PAD) I I ` 30.00 1 '�� 36,63 4&42 _—e— 1 42.00 IV 54,001 (FAN PAD) \ i \ ro, , , \ \ ,,........„ „ 147.00 1 /IA. 1\ r�. � ` i 199,00 0150.00 ' —(235.00) PROWL - WI am Wren o"iI16 Sari""1"6 n REIM L n a PM w WS 14A7/ZQI Pasco County,FL a®o w WS I4N7/2014 Forest Lakes MP ,yypry�,g� t.exioaCOMMA /1(�p�ry� COIRICRIt 1 Ifni 223F-SA-33 MEOW FLIER ND=w1U.0=MILES jlj a' amo CO u/07/A4 1mi General Arrangement 6 P&A MNI ffil-HIS F@ MEN IKAP IMII I MESS Flay ''_ 4,. woo: NL IIN7ROl4 7. PNEL W[IOR13'MID FIB NO FR IR R T R 7}'P rpF111121101•6 01110 i.i.':.., m a tt SA tai im PM IFA®N7� ff�p L l O 1\L. M00E7rt u'� my MD rIN NM 9U 20,U M 1135 0 2231F-GA-100 01 (200.50) — 169,00 150.5L— U MIN •w9311=ilk 11 139.5 � T�o a �I! o - o 76.00 I - 76.00 ®60.00 - 6400 �1 70.00 . 1so•^6 64.00 •�,._j 5400 58.E 46.E iU _ 1 -11-'\ �� 4. 36.00 j- `r.'1 i 28.35 =_ __,_• s22.00 t-:-. l; 6.00-z Q I Q I rags - u =_ 6.00 0 C IlneknY CUM �3 Ill mss, POE�. � ---^^.an+ Mom F91PRIFORf TO 1160(R¢ NY.m 110MS MOM ORM /MUM 5 wo1,o4 Paco County,FL z uns A N oma It F�a 1FanAcnn.BEAM t PA NG n m nrcmt m rE�t Mf RR If MOO Bo YAWS 14/07/2014 Forest Lakes WTP 3 Att r.: I L VA n�J0ttp P1 NM n M RJ101r 4 FR Y454L FN t vA E O 4/ffiUG PAA n m NIT a ER Nm WS AP 6Y�t r o�m CO407804 s Q�[i/R AG tzar-sA SA-309 P.O MOUE ran MAIM NMI ASSEMBLIES avRat If MIX °° General Mrongenent E IaFR W P t m aMVAGE 83Ftli M 710100 06111.1 71TATID1 t PROCESS NN � m ( HI Am m•0 ®1/2014 7. NtQ A,.yAlp®{a1[RUM 7 0[F1)fkal ANY nIL AAt B I OR C�fvt 31 �. X11¢M VfiX NPA 0 SRMMOi ..,cM401 �,4 .. mur SIM�O SHY 3ff ll n^ 4 r�u°mmc u°�P ff a0o� � .m 138 B 2231E GA 100 01 BALL VALVE aTRDEI ITER PRESSURE IINDICATOR Nell (7I t80 11 I. Pi m ,,,lb , \ (CV 180)ALVE ,. . r 4. . IIS ,R,/ v�� ' Ai BALL VALV • ''! P � l A lh (NV-640) I 'l •► , ,.......1-140., .9101. ii0. O lM.oiri 5+ �• 4• r,�1 :pueREs_CsiIRCuRE:ATION .I%0 �r•lr �� ,,, 4 INDICATGR (PI-160) r�V ,, INLINE STRAINER (STR-160) BALL VALVE BALL VALVE W-340 01V-160) ANL a 1416 tillp In". , WWI. .K SAW awl Vann iruc�r pI1 ,oI11Ilc1� a .... Iws I4,WI 4 Pasco Canty,FL 1I���aOC� ( !�' �� wIwvs14/07/(0+ Forest Lakes WTP 1,Sa�11IMMKRI ISIII M M , awn■ al (4/11204 micGE/12ra1 AI'I'alg2llel�t C OMB=as+r ni nan 1111w1EMO1111 l N�Sf FLOP ��,W w:�', wan n MC 14/07204 7. I » „ r�,llawl�l. BIORETM j ® C 2231E I ¢M PA R1162100" 1 / ff'Mai MD ..s.o art Off a aw u 180 B 22311-GA-100 01 I I 2 3 I 4 ND In*mu SIIERRE TMX EXHAUST PORT ID T MAW YAM B NUT s-NA r all�3912 NU FINAL e (TP-420) rr(TP48llACCESS HATCH A WM IFOUMO WAN LIC L5'HET 0RN6 WO nu IAN r Har 011586me [Nanny 11: •DI PORT s tR Ul tts• t7 NU m* FOUL AIR INLET—�7331 7331 I N'Ai IA391 mKr RINI (TP-310 ' (TP 390) rva AIa51ET Can rase acs RACE ! p •111 PORT ANSI IF WARN r all MAK 'i (TP-491) ma r RMs Ams MRM Br ne.WA rase VA AM RACE BIOTRICKLER ACCESS HATCH ?�� �1na r IAA Nus MO BrnA Ams rase VA ImI FUNS (TP-380 �= BIOFILTER IRRIGATION me FE NEW CFA nii N FLS Amt&3912 CER FAHI navwFu•AR NU RC 001HOOK-UP FOR IRRIGATION ne vva IT An NU au HOSE nre MURK Kr tr AR NU au LIFTING LUGS PDI GAUGE (TP-450) — PDI GAUGE MAG-490 u 41110— .1011101111 ME➢IA TEMPERATURE MAG�l BIOTRICKLER IRRIGATIO IN 1INDICATOR TO IRRIGATION LANCE II (TP 492) 12231F-SA-350) 1111114-* (TP 350) Q , D]PORT iJ (TP 4911) 1 iWT-40--V ' -4011 0 24'ACCESS l'' ‘;1 so i►/1 116111111111a1"11111' '� � ;!ri 10 ,'i�, 'iii �// l!li, OVERFLOW PORT � �I�' r IENT WATER SUPPLY J SP-491 DRAIN PORT ` / TO MAKE-UP INLET (TP-342) �A/' / (TP-230) �`� r IENT VATER SUPPLY TO SP 391 DETAIL 5A SP-490 0 IENT OX SCALE I 10 MOUNTING LUGS SP-390 RECIRCULATION PORT BLOVDIIVN AND NUTRIENT DRAINS (TP-340) TO COMBINED CLIENT DRAIN NOTE WATERER AND ELECTRICAL PANEL HAVE BEEN HIDDEN FOR DETAIL CLARITY lie MCAT OHM wen NNE 11/10M MEM NL GASKETS,YAOANE CEI P/C PINK BF NIPoC1IR IMAM IT I .u.w IMUS uN7/2104 Pasco County,FL *1106 NM SLnwmIS N a101INClne LLCM t PB01.er[0a0/G7*t m E an ILA Fa 14 NSW CEA *MVS 14/07/2014 Forest Lakes VVTP NL Flr VESSEL 5 5 F WA VAIE R comacRR M�NI A BE DM S *MvssLaG F2ZW'ViiA-HSN 1015 CL11K 103130114 FU 0 Ramp Aim=OAS M HENAO7pp1f��5:1111701I FAR MA rrwAS 1 non I C 14m7/2M4 mo General Arrangement L FUER I5 P t 51*4951.19 401-0-101 N MU 0015.11550411.PORFSS FUN N7*E I�tl am mm�o ® �, WINE 7. F1f I01GL aNTRI PNEL MO 9A1ERO la>z IONRB 7 CUED FRa1 NN Fat Aa B I O R E.M PNCE 0B a IAUE 911100 I. •- 2231F 91ICi a AWI0NQ A119 0PA 020 SWIMS S E�mann R a 2, zE6 >$ MAI NM SHE 5 EF 11 Atx I• 1®XRESPGISIBLE FIR 40 2011140 FO/NI�501 ICUTTING r*� ;� 140 B 2231F-GA-100 01 INLET AND DITERCEMECTRIG k PRESSURE DUCTVEOB(IS BY OTHERS DiDICATQt (PI-120) " SSIB?E IIICUTLET FLEX (PI1100 )� Si i ' Iak OMR `i TEMPERATURE INDICATOR (THUD FAN OUTLET C 1iI r�Ir�(su���A i 4!liAl ,..,..,1 1 , ,to l ,411414,,*,\: `-' III 1It, 1 ,,,, i',...,,.., \''1 t„:„ , li i••' % SLIPCONNEMET FLEX (BY OTHERS) ���y � ,' EXHAUST FAN d/ (Er-no) FPR "� Pr�c° 6 PW%n mIIWC Ot �`'�' 'M .r n MAWS 14M2014 am Pasco County,FL mn MAus 14/07204 Forest Lakes WTP Marx 1�(j��I� Q S , 52211-14-lf FO1 F1110020,116�l.M1 MIDI MINA WWII __�-_ Kr r' 000 ID CO 14/07/2014 npy 6 . 10 P 6 0 RM it erar-EMI FM 31]471 06maorAi®I i P SL ROY ,f' ; it mom ro. � 14/072014 General Arra119eMellt 7 r, COMM. IS ANNIE n 10 E OMB J OEM MI IN FOL AR E y ■m a 7i" /� ff MF7 U B I O R C M % 4pL '.M�.o 941 6 ff 11 M 9. 1138 B 2231E-GA-100 01 TIE FIGHT MERLE Bia4R� T.P. Siff TYPE BESCRIPTIDI 500 L5' DPT RECBNIAATIUI VATER REM PUPl I 501 I' FWT VATER FROM CLIENT SOLY 502 15' FWT PUP SUPPLY TB BIOTRICIO.IIG IRRIGATION 01�YIT� , ^ MEM 503 FPIT OEC BLOVBINTO BRAIN1 501 1' EC GOWERO2R[CATIU!i0 BBFd1ER CIA Bw7 P1� 505 0S' PC NUTRIENT MAID:-W VATER SUPPLY / ! 1111 506 0.5FWT BNTRICKLER SUP MARE-UP FROM T SUPPLY A•44 �� III♦ A„,,,..040 507 09 FWT NUTRIENT SUPPLY FRU1 TPNK '� , /;. . ....,„.di%I rt,.....f. i',4 ! .....,'''' VA . girt dpiir,4 0 I MIS Ill t ' l' - . IA 'ii 1 ".„..4k.ii.N.1111. I .400 FtAi , ,____ ,*-4.1. 4,-Ardik CV 11 01 11 1601140,111,..titl.. ,f,* , RETAIL 7A re-Om any rIf w TRDST s O SCALE 1:12 IP-631 I' NT MI APPLY Fre CUEM1 IP-611 I' rIfT TNN PM igu .,wt — flY? nnm ALL CASKETS,wNDua D AND PVC PIPING R N RAE R A MB❑N w.m MAWS 14/07/2014 Pasco County,FL 14 AND 9PPNtTT FNi NTcLC ETKING aCTV E 1 PIPING R OINRACTOt -011E 010 MUM TO FIN M ®o m N1o0 l//072014 Forest Lakes VVTP Ly ALL AISIUt/4E NWDVARE R CNIIRAC 11 fRE NN R IIF amn 4 FRP REM FON I.04- NIX 6011�NG PAD 14 CNITAACTOD C FR NEI R`W MALI NM m CO 14/072014 6 SEE umvk 7701-SA-Ia FIR DmTRiWJ11G FILTER 1NUfATID1 WEII.D AS.41NlIES SWAM If MGT '"�' General Arrangement DETAILS. INT IRr E ...mo m MC 14/072114 iREFER D P t N MOW)�31F-D-101 F1R SYSIFM NSIRROISATPII t PAY FUN ® . nr.� lrn um mu�>rrun 7. ELECTRICAL WEE PMN AND VATERNI1 10 01 MUM 2 GEED En ANY FTU.AR MIcroTTA-Purs 9 M CUE }, N Roo 2231E DC SIAM IN ACCCRONCE 900)011 11 rW a 7//Ol1 FOLD MING OF mama)WIMS B I R IF NM*MEN Irl v, - UM NNNN�p SM 71i 11 EN ?came M ffRf E PAD REWNED em A WER DASE '„r bill B 223W-GA-100 01 I IIM • INiT (SPm =MA. IER hBVG 22311-SA-350 BA 111 IRRIGATION PATTERN TENNAX HARDWARE 88 NESH BETWEEN PUF CNA AND GRATING 8B IRRIGATDN PIPING 3{i I ALONG BIEFILI CNASURFACE -* 4 V I:,���� ��•��t.�� XLD li .............. MEDIA PUF �.�.�.�.�.�.���.�.���������� DEPTH MEDIA C� �.�.�.�•�����•�����4f�4f� 66.00 elligegIll/, i7 CLEAR HEIGHT • �������������������1 ACRYLIC PIPE 59.40 Ii ��j���j���j����������i1\ • M • �i�O��i�i� 0 �•.• _ BALL VALVE — \ •0������i►���•••�����t•��� 04V 343) ��• ••••���I.I ����� I�` ♦�� ♦• •4f• • } BASE KNEEN SIGHT GLASS d r L (LG340) MEDIA BALL VALVE INDUSTRIAL c (INV 342) BASE!£D AI =�-i IIV/%I LAYERfft2' 6�TENAX HARDWARE MMEDIAffr�Ar _ f SIMS BALL FLOAT VAL -DEPTH SECT88-88 (LCV-330) SECTION 8A-8A 1848 SCALLEE I B SCALE I,28 NAM IIK WY MOP �- fig� ,. n cam Kik:: •••• w�vs 1144/07:01,20144 Poscost La es FL .04,„7,...:6,7m,....., A®On MWS Forest Count VVTP yy((���gg�� ` �pppIp� �r f.i 01AVOf�RfM�I�60fi PG YI6171M 110811)MOLE omu n W 14/07/1014 �g g�(7Aes W WI n IFC 14/07/2014 General Arrangement 6 Wt 101 A D mown 8:0FM FIR MIG 0I1611pfAid 61EE FUN :...1, ' mai>tao 7' f�wa v O�icAMa/���ii xffgwg��0m1 arm RED FM INF Fn6 401 I O R i A A 01a E ■ "�' 223T I 0!r R PN x,11*mOG O ff[Y� `-► ' rRn IDE MN MEI DR 007'II C' 165 B 2231F-GA-100 01 BIMLon" UER IRRIGATION HOSE (BF-450) � N • Iver INSTALLATION AS SHOWN. NINIHON 3 WINDINGS IN A P I COIL PATTERN ON TOP OF THE BRFILTER WISE TO BE 9A SPACED 10 APART. 9A 41) • • tit . eilllitE ., ..! I ,....,:.„., IRRIGATION HOSE HOOK-UP VIA HALE HOSE ADAPTER (10-l5-90001) itsii404 I SECTION 9A-9A SCALE I 30 4014 A , .. /. .. vial_� ____, .4 4„ ,._ E.:11° \� ,��1# h Cl DETAIL 9B SCALE 1:4 us 1Ca100 OWES ~Ill MMM wool u[Rm a Au CASKETS,xM6M7t MI PVC PP/G n CINTRAc&o� "MNer m�6 svw en HA 14/072014 Pasco County,FL L I4'IDG MI WRITS FII AIIE%D/ECf84 MON&PIPING BY CONTRfC10L ,1 = RANO-7'7 M ®w m11PS 14117/zm4 Forest Lakes VVTP 1 i Fh Fw t AUL PAI t CEEPIcrut RR AMn a 31iw r wno e� ca 14/0720N s EE 22OF-SAir Fm MUM FLO num/Marna ASSENIUES vemut nc ama °b General Arrangement �,� ■P Par E uFU. worm m NC W17/2014 6 REFER TO P GO NV/G6)2LE-F1I MI S75OM D6TR IMATI t PROCESS UVWA ma mom rano *a5al6i➢ unfit 7. EEEEIRM'x COMM PMQ A 4471111 m E CITED r BEET)FRa Mm Fns AO „urm } M 2231F SOME 17t�Y/¢MIN EPA/2/MIMIC B I O R L M R �R a CE �Tmnrsx PA0��rWILL m y 1:01111 Cr REM= Q m/„ I ''. mth 1� .MAr'.o 614T911"11 �+ mats no. 1:65 B 2231F-GA-100 DI f / \ 40,00 240.00 150.00 — — — — — — —— \ / 150.00 45.00 --24.00 - -- 30.00 -- 150.00 - - 72.00 — 235.00 Ile TOMTIT WOW 41401. INC WWI anm ILL CARETS.MIME Aa PVC PRN BY CREWE MIME rt a m MAWS 4757/2014 Pasco County,FL 2 KCMG MO SUPPORTS FEE INIERCRIECTUG EC1VIR(1 PIPDL 4r CIRIRACIIR RqI�mo ORT i NOMEEIV ATTED aG PE n mrtRAci� xiP1 m fi ®m ays I4m72E4 Forest Lakes VVTP s ZE OEM 2206-SA-LI RR mrt®auV FILTER aRICAnsk NVHOLD ASSET LES Mtn nE "...wi ,�,m m um7rzm4 me General Arran event 6 REFER ill P t ID DRAMA 2LRF-HR Re MEM DATRIUCRAi1IR 4 REISS FLOP I lc ee uncpMEM 'mum m MC l4/W/2�91 9 RRm1 Emir,CR 1®Re ma now awn 7. Elft.'ECAL CORE PEEL Ma VA1ERHE TO 9E W EI 7 RED Fiml PRI RII ACR evirSPITTutal a m uuu ® �F 1F 91%E 11 A EN CPA 120 SiANWWS. B I O R E VIIIHR AMEN 011311 aa a lER IS EESPI HE FIR EMI C GT)1L a®4 6 9211.6101 rub moo SRT RIF LI .E. 1:40 B 2231F-GA-100 01 FAN H' PRESSLRE GAN PRSS1RE% CIN VC) 19 4 6 THREADED PLUG DREAM \ FPR CLEANLUG 5 1SCLEAN OUT T 6.56 6 9 1 10.5 8 12 I I i 1 I ill 1 TO TANK 9 9S 10 15 11 16.5 I 12 18 _ _— —- -— 13 195 14 21 0_ 16 224 16 2 / I �� 4 M DRAIN41. I I I I Ii I — i} L MEM -friMartraltEVITEM >Mcu r WOW u mw iUf S [1 013 A•[10 LOS C EL WOW WI 16111031111111 E MOLL mfa MOW 1 ? IS 0K IR IFM.Y EI EMI WE '116®/6E QHS An et r[ MIMI Uma '"`�n m m�N pn M"`1e 19/03/2013 BIDREN STANDARD SYSTEMS Fo,'i C C� E E�m Cl 1/03/2013 STANDARD P-TRAP 1 u an..nrt 5 Am n�� 11 WS CRIUKLY WPMn WP am m co 19/032013 ,mn PUSITIVE PRESSURE P-TRAP .,., r 1 ���11� OE IDCE[f Mr m[ ammo m MG 19/03/2013 m HK*iii i1R R[W vec r1tA14 C1£�� xlt Onmm'a u F)6111156�rtfrr, mamma ag13 ® ❑ �1 2[ :�nr1 B IORLM ECOCS �, Imk NYe- 6MIIFNn [ 1117-g IRMO WOVEN RE WW1 un rr • MD'�fes[ j EE 1 SAE wino SHT]Iff 11 n' WM W. 114 B 0 ik F a -- — °„f »; - - -- - -- ""� _ �w -- I it � • _ �win I �I�is alai MM�� ■ ;�. ■. = -- il11[Illi , ••••, gyp, --ir � _ NW -- ' -Ai is — :-aWar—i L. Eseraa� ICI:.� MM.', ' = CM � fly �.� m,* : I�l■I ■■!M.MN ■[�7711■■M!O■I♦-s �::, I \� jk i ! 2,,I; .- i EWft- �A ,s S -- � _ ._ = v+'I l}~I I_ fa,. `t "�-- /T.-r ---="-- - A: TI t0 t,ti-S� --i I -I - , 1 i }--,�a--r �::.`.....,....__..,--.�. 1. i ,. nil I*,�' - I p •.e_... - 1.' ipah ` riiii I Ei07 ®sM.rr+�®h'r6L'G1u.. _ .W.. b..1,n...o. - •. RS9. N.44��1VuM'.Ne O'-• 1d� r NEMf 1 -- .... `r:` .Yf 4:hf:l¢tC51&'S4'L.zwro M..-17'Y se :— amers ^-,a'rflfmnam L`n,..i. .:.tra:,°c:s.:r raa K: •M A M BEACH_NEIGHBORHOOD No.10A/FLAMINGG UMMUS �p=rArKr�, ��OKr PE —��a '""t"''”"""- "- -" -` PU JC WORKS IMPARTMENT+mc .........=..'.‘vn eo®c euc.w.mvnr.iwn s ISFIRM.E I0%FM. ..RAl1WWIM n sm.1L AA ��- IMG METER DETAIL mamma moromma.ram maa.m.aus =tom. el.c -elle ars s+ a a — -- —3 ""..\ .®.�.... --- • f- _iy.�i3e-, g-_ �e.ry gra :ice iU' ,i ' C "-- —0 " '`y.(`� r-QDSTIrte. �' 1 :Matt 7 0 . evir_x�x� a r _ lY: :; I I nor-sw... ..:� s� ' lir IA II77i.IIS% _ — f i '&3r _. s ��l _ z_./�I_ IIJd_ _MMI-te• i i., ____ __ �q ''rr X ! I 1 '"z � it _ _ ,_L_ [i , ; , ,____,,:_i 1 ( : • . :.. : : . _ L., j4 .. , I ' ! ; '/ V 1 II —n.w w_85lN.r7'rig1 �_�-T ____/ L I I : i LEGEND 101-0115F MO VIZIE r Aim , p I1 ;'-'1-1-¢— NGE_PHATE I -; 'ti xr__.-47as4&Awst. � I ., 111_— , 4-1;% 1'1 11 Ip r-, z_. _ ____"___'yss; 1 Id`s SOMME n WM.nue MU or SUCTION LIME. r.orl a Ea.wo ¢I 1 III r I_-__ '- i I M13:7mwersusvK ru ar 1 rz I Y f C f3; —cows a 1 Illsi1 vex="v".°zw .ruTxo xenenneA.0 IIIIf - qt i i_. L'-;_::t.-44-0.. wEa x".;"¢USA .:rs.rw'''`" l n S•- .ero sw+¢er wn weu so iar c o a sr ro--wer � r rxs+nu nprosEo x rvo wrvm uw sww ......._A Ti I ____ ¢ nes ' nw 1 I J I - — �n/�I A BERCI-- EIGNSORHOOO ND.IGA/FLAMINGOlUMMU3 p r �_ w .� _��rwlaelu MOO �r— ... - _- 1affulirr PUMP STATION Na.1,SEQUENCE PHASE I u�.'s�'.+ rxc 'moan, MOM¢. *Off s w -. NO,w ) 1 I .Y ..s_\ I i 1 I � � a• i ,r .0.1 MA r we< MIL i—ye MAR _-- e"131.- _•-- .s.s... �____ '.. JPAIIIIIIIIIIIIEIIIIII -fl ,�,,,_giriuy_i eP>:Nrpa.x i �6 ®®lp��• Ht --- , err 1 r. r -......N f�F _ �.� ,sem r ......�. NSEMIr r -- rill 1 I if ff �,..,,_„ it i � :r�: `*'^1 1 { s t _RS t le Calle t -•�� I • 'S^' .' le�.r:END $EWEMCE PHASE Irx 11A `ii7_ . : 'ree u.ruevM.�vimi v.w.r { i Y - i fit[ li'� '- - wnxa u wn Moe v,.-.rr-., I E_._ `1 Agana i �.; e . .sty.r "�aiMnrn{n '.�Cr' XOi.u"r wwxai.o'.xi`xi::n`w.u`" f 1 1� r - ■■ `i- I ��=4 I .... IONIN _. i • mMIAMIBEACHoeiVICNICCe cm",,,.""""...'H ..�,.�,._. r�.. . �.� _ _ NEIGHBORHOOD No. FLAMINGO-LUMMUS AP v,>r awn«ac r. sc w.r DeP�~ PUMP SfATON No.1,SEQUENCE PHASE II „,,,,„.....o,,,,,,,,,awvmr "��'®` °- rxc R smarm. ,yro,.r or �� -- 4. i : EV WM ,- ,ter • L A-______ I J '"'""-\ mar.sr aa, 1 cgali --11�1 ,sr.sr roc cr.,.am , f ��� 4 nor.ru. w n ; t y A,,I MM. u.a Ilo-p '1 T g,1 i ars "` i\ as !.L•✓ /I.I./././.ral ' .'''.'.'----------' .-1---'-4114.illEIEILIA I I '„. _ tt, w.. , z •. xt ; L, � ' ill' + y Pr I .I i ---'_-, ,,,_, W it � 1, ' - �3' �,•.krrioel 1 } LEGEND MO v..m, F :li �uv i SEOUENCE PHASE U( 'i _:ta. ; 1 C ',' I $I 1 _ ,.."...,,,a..00a. ... r g _57,_ ,: r., I 11 r.i -=_- 0 d.__..1._-L i�i__J — !�__,,�_ ,L_ 'r 1 1 44_3:-.-oi.rosf, -3<ii ,,,,-- --,,H._ I i. II l i I i Ij � T II I II , I i i i i i I i (I .. ___ II 1-- .1 i I LPN3 J I—J t 1 IL----1 I---i L—I t— L_ p i -10MFET I 0MIAMI BEACHNENiNBONNoCONo.1M/PLMIINQOIUMMUS /�pM •�°Oa°'is��� . - Me POE '..... .�� "����� K' ✓t OVM[I1� PUMP STATION No.1,SEQUENCE PHASE III " ::'yOdo a 1 I 1 11 I 1 j gg 7 7 1 1 1 i * 0 - — y 74e—F4------- 5 "'14 v '� :.. j � (, -_-. � Fi;-- � \ ,...1 A,a.....ram; cam �� Q_ I ...s.. Clogri mom_ 71--,'-- NC awa ♦ _�OC� w s y 'y�r. r EM STREET +'.yr ` 'FF `____.,i✓f-- enP x_as ra , ----, fl. ,ft.,:•.:,,, i ..,r.�..ra NII Q!.; _r= -, .1"..._ 'r''4411--'-:-. T ski a -. _ ay I 1,_ I'i III I i I 0I p...... _I P�•.4. A j_---1vy /J' , • 1 I ..,a I t I, I 4 I IT i I ' '_i rr'.� i I l i jib, � Ir C _ _� \. ;`.� �J� j > I i yi. lf_GEM .I r F .. i Ili Ilii 'Jii r.?•_ �.y I 7 y•.—ESIST N.mos.Km:', 1 Ili r i (Ax'4 y I I y a .„ ire:ru -1 PHASE N WI k i ili 'st:; j" .11 �' �'4 ;' y 3#:,ANS Siwe'w�`wx�m eisw e.snxs iw'.s'n'm`n '€,••w wy SUCTION vaw.ro.OUT.er NM i.. i ric- , a . __ .rte7:6110. . 61 . a.s ®; ,e, l =rrsE � . ,o ,rl1 1 1 aiz,,3 I 1 I !1i i■ t ■ i e i ,,.E _ _ »o.,.K.� . w. MOP...SLIMS,yPIM Tar s :SEP SKEET 4} ` — --' ------ *rte'--r----..--ti� .� ". _ —�-- -- Bailitaittf 11•1911•_, BEACH NEIGHBORHOOD No.10A/FLAMINGO-LUMMU3 /�® eci, vA .�v ~� " /�'�fems. u.� li•MSAMIHIUS ..r — Pus-.--,-- MIYRNOIT PUMP STATION No.1•SEQUENCE PHASE W ..,�.. �F"'�"°'GZA �' ,ae .M.�� rPr.v.. r.•. . ..pm 1 4-- rx X- X - b 1 I en Ora-4.4E `4 ` --3 -- t: ;";, � __�-__.Y- �-- /— --- -- -- — --� 1....." r)` --- _ , m .� �- -- ,— _-_- ,. ..,a..- w 7 r _ . =��I.ra- --- wed.. s. AOMM-=i?✓i •it jElliiitki :.P ...- 1 ,millw,, ."i I iilrd 1 I 1 t.., 1 _ is iir Iii Iw ; -•°�" '' rip.�,y �: A i LEGEND 1 1 ' Len , F. �.-r...P MET V, i � - � NCE PHASE V �_--___— 3eLl:QC_eC3fFP�RI ,- _ -( SEW T ___ �• - �P`rnt423. 17EFIgs me curse w1a'vuia�Sritrrs Ea. �( WI ! i+rrcefiiiia�3ru m•rie.z i I r 13-res.THE nunownrxt LEVEL MEMEL SYSTEM i r i'# r,....,"tir - - 464----'_ i • I I 5!"..'..-_.{ds -""" i•MIAMI BEACH AIIINVIIIR Ye��,,,.c, rE _- n-- vKELM ain DEPARTMENT PUMP STATION No.1,SEQUENCE PHASE V uir-w.l. °I-®""'`� 1Y'� �= 1 , NT.n as 1... '• a � MINN u.+s , 1 t tee_ "" _ �'--� , ..ons NNE.rrrcew — �_ � I nM STREET !4 _ r tr.r Naa T...____2_.:,... �h rt - . — _ - ftikelfiltaggeg iir x— • * 1( i I l. :Ii- :�I, i If I I I y� r " /%yf . ' , 1 i i Y.t ( `t' 0:1 ft—..20, VEWE(.vEl .1 ice` .:c1t I e®-,,,, i $i_I1 ' VII i \ I x .11-contemnernNNnarc.nYe STEN I • f it II i �ir , ' CEEKETNN aw.w.r saiiiii 48 !I 1 3Ig.-nos,.4.90.as wavABLE mums } adj� r"�-, ' — 54 '' s FINAL unwnw ruww MO run a HEMS. 177 le! I --. 714_ -:. 'd ' . ="---- ' a - / nft 'y - 1 I arr.. .,,,.....................MIAMIBEACH WNN.�..,r�Na...>, N�.w� ,.._.. �� NEIGHBORHOOD No.10A/FLAMINGO-LUMMUS Alma 4' wae,ac..cr. an _ -----• ^P anav®cen.wwwwr tw twre— .waw. PUMP STATION No.7,SEQUENCE PHASE N u..w�, me N n °..,. a MOM NT an r MR v.. r w o.K 1 liul 4 Il 4. ` Nd lt , a`�� t \ Cs \U tt�R L.+` _ 0P FROM PSJ18 ITO• f'"`""`''''',1, � ....7...... . 7 1 -__ 7..774 „Ivy,\ ___ 1 1. / 14 , jr---- . ,r-7 - %%bi-' i I �II° .l rim ��ui . ; y , ,;-. 14'—fritHIL...;,,i-::_s_fil . I Hpi -- pH 10.,-4,,-,--=,,,--'_ ',,--itru'r_i ...16U a _I...‘ fa:Mt; 1 Oil I_ lJ`\ di_/ REM iJ_ --_ _gym" <. Ti8BHE . �1./cP ! rm.. . t � i DI �''urL LLf�7 r 11117, j�.y L:I'. i'((('''§�((```�1'1 i 1';j/ DETAIL OF CONNECTION OP PROP.3T PA TO EXIST 3P F.M.AT II STREET 1 1.1 1 111 �11WJ.+1� 00 / I' ' [I I, WWI;I ' SEQUENCE PNASE VII r•(-'� �U WWW m Pref.`3 i its WS a;VEZIaP a.":m,r-3,i i� a LIi�L� trI„ \L\ . [113101PP.g17X / ' worrAnr.;y4 Vfilf,finaff4""""'"`"`*" OEC a•P :oTZroii.0 ST NININIMICare AAP m M I A M I B E AC H NEIGHBORHOOD No.10A/FLAMINGO.LUMMUS AP "" iraM�� �r Pr mem ay - .................... sMIMIC"MKS��r�r PUMP STATION No.1,SEQUENCE PHASE VTI � "°OP'E1Y01AY' i smart +w wrtn 'P'"' BONE ,�.s °�'E ,> .wow Ode s>N o.., CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT 1700 CONVENTION CENTER DRIVE,MIAMI BEACH,FLORIDA 33139 CONSTRUCTION OF A 54-INCH REDUNDANT SANITARY SEWAGE FORCE MAIN IN WASHINGTON AVE, EUCLID AVENUE AND 11th ST (PHASE II, 11th ST AND EUCLID AVE) ,. �.. -3 «y. _N SHEET INOEX II ��yy�� mR C-1 COVER SHEET PROP. 541 P.C.C.P. . Eppp-. q* * i G-2 GENERAL NOTES AND LEGEND .. '' F.M. (PHASE II) (•"� rt„.:' G-5 STANDARDS DETAILS AND NOTES 1 P-1 PROPOSED 54-INCH P.C.0 P F.N. 1.M. y �}�!A��, :. PROPOSED 35 k 30-INCH 0.1.PLAN ANO PROFILE(PHASE II). 1 b .f fi '.• '°* "" b a 1 ,„S P-5 PROPOSED 5l-INCH P.CC.P.F.M.PLAN AND PROFILE(PHASE II). P-S UTILITY RELOCATIONS DETAILS. a, 11th ST. • ' ,,4 < < < n. z z . .. r PROJECTA o a ' $LOCATION w )' E ir s. , -, ,. , y._ MIAMI BEACH LOCATION MAP SCAM I.N MY Cars bRTTTR yoA tlg ORI'.HISTORY DATE TE '' tine 7 Sunshine8�lecem - - Nin M. •A REV No.UTE 05T0 N�f4 6/ AA cm vow arm mem RAM 11.111.461 1j ,wme u MY!�. NN o+ SHEET 1 Of 6 IP _—__ -- - MY!VA®�a.,nv ONE xe. LEGEND: MIAMI9EAa-I GENERAL NOTES SEWER NOTES 00,00, I. Fmn:006 r.T. / ww,¢w..waa moirm 4o c66�ro 00106401.6101107 a... . ••x OPN_w�nY TO SO. EAlliglPr N O • coo mo INEERS IWO...6 7E76 10116.1.0.6 MEM UMW 0 NET ME 10/11 06110 ALER.0 FAMOS comma wow 1664 FLLW 64616016.7 iw Mw[ 0 MO MK.1176O .19 m M.410 6 0me:Munm h 10 MI.OESSUR 66 il1O � + ( b, • moo mom xe oTrS.eF OF MOO iav m we0 iv .00006 m 0000.1 4s 14x00,6 s�Ea.w OMR MO ala PE D/ .SI wve.4. "CO TNE rt. vsrvss eN°aiCx TFIE rs,µOT 7170.v.ODO a5A¢x66[reaaa. 6rra 0066, _� yr v , ...»,.•...., F01. St IV MC 10 NI MEMO 00017000 MUM CCM.,.0ER SEPO.M.E.ME 6.000 0 1 FOR 00.61.3 TO 01 EOM B. mveE mmwCTFL M Awa 0 00 vru W.6..115//WOK MM..[.076 mein.uEK vrt�miwia rm a.6 0601113 'pe 16 s.110 iK N MAN��e4 v rae Z . Tdn Is u�uea.enoxTHE 0.6 mut x F 5xrm T6m CO aueaun x.xr.!ELM MOW. i . 341< /M/OR.710�.1101.1.0BA.166 0.me O of nets v0 WOOL 10 a...w OWN.Art OF MOT MOM MOO MEM=w A MAC alum.PROM=MB V>0 = MO C0010.6OPER MN 77 oY(50.714 v.MOM ar Ammnwv 0711..,.0150 um..nom MO 0.666 is <- o MEM x,aM,Is�i 4 .".c.xnposs..,TS 0670.05 A.x MEMO AIM M.a 0001 0.6 Bmf 0, a w KRONE wOm OA NM CO OF..66717.000 COMUM.059 MM.MO.6.11011 a WOK ROW.m6Tecnn ' NOWswa1 COW SOO MO FOR MOE OM PIRS AS COD ME�O tf mMIL OCT o v^ rtMX R0w1TO PS MOM a�e v C]:1'0 J TOOT lx.l kW Br MO R WM .1,OP x nw®FOR RIMFOISCO COMM OMR m�A¢T nOMR em%oM.f ea ato Dom nu I�/n PD DO ' SA T M ICOR,OF.COME IMITC awnMPARIMS.II DESOI MU MC. 8 .ME .x r.ADSL mw,ORM momMO0 O�a 66 CM u00...MOO MR ro=oF66 { ii Al MISCOURFOXIS. .Tlm r.msl AWL un 0TC5L.was 0000 0 ALL MER RAC OR PROM AM FAMO6 9.4.1.BE Ran M 0 M MIS uMi s fm mw AM&MT w•na ON AS Al• .j APPLCOL 10.SURF.OM 116.00E SIIM1 SC SWIM AO AMMO PFR IC ....4. WM 1116 NM __ 4a.155 awe NM OC O so.err S N OCCUJC Of ASO ROC COM xM Awn MO.MOM nm w •MN RE S FEET SM..VIM PROPOSO NC OI¢15E 6666 OT61 Im4lE IC MP u. OFO: Mr ROM cenon mon. 610.111.C4 UM 096 ECEPT.ME.6 OM MO OEM.psR MOOR CORM SO II roi¢e,iaxe OK N0 6600600.14 ROC Z�4 K LI OM MOS MAIL asnc Noma 00ME ax6 OR M¢'I.n M an um 035,03.MAL EC MONO x6 an.rmMM ORM x.000 F UM MO mrt 90 66Msome 0.1TO nC am awe a x904/.w MN xnero MO..M TOTAL NOW F 665.156DSM �= Tar ve[ir x00 x5116 a�em MO 00.SAM 000061 Fp anum w N 4 .seem T,n x6 axa Tm z WOK wmuum.601. 0001(.m 14.1{DOME OF MOM 0317.4111011 6 OMB WOO WAT61.OF NM BIM MY MI6 515...Noo 552.0 A TIN.611111..0ER.EVCOCE Of MM.M.A.xwm DST enu A 6 011 MOON gyp561070.(SOL DOT 9.l6 MOM.7 L046 0101ff 6_ ff CO IMF MUM.I.COOR 2 M.V67 noes 1 960 MI PC MI MOM_6a�, I OEM wMI i s ms ¢sO. O wd1 E SWUM 611600.01 016 6.114.1.1 L OA,VIwO 1610:! QM r FOR .67 xMwu 0 60 FORCE 100 PPE MO 06..1116.7,000 06 MEM OM 6 MOM BY 117 FLOM MO WW1 66 06611.7 FON OF 500w[61x MILLION MNTOT wM 9w�avSA aflID xvn15oMIxK16 ORS Vn/Tf u le.IF NW IS ROM MOO ORION 6 ' TOT OK NOM TO O ASS OF RE ON MATO MI Of TOP Si Ilf PM MR MO • .101 MI NOW OMITS Of M-PCIM OR°SOMA POO SIOL ft MOO II COMM MO NOW SAM1 MSC OF Of OA 6 KIS AS AOC Cr TM OF M PO IRORE MOO W 6YE66 1.000.110.1 M MON RAO tOM ID MGM.E....PLY v PRIMs sIMMO wU.iwOMOM L CONELI E TO r my v w M .0 NOW SOO/ IL TS DOM WO MI MU POO MO FEMATS.SOMAS 0.11 CS IN OM MOOR.Of .515 . COORIMMO Koos.C06.0011 MST.1 BE 01...CV T MOMS C.MEIZ.O4.1 AL Vue onrio,r 111:6Z NIL.Nit"cu.'Ix Nom.ne 1 70001M41 7 _ 0 M wsvort 000 T6lvwwr a4xdis 66 ww M¢DST OM n eaa wa AIX NCO w PM omas cc M 001004 RYA rx A xaE mOI/s 11.M.01 r.x0.6.66 OM 6 x066 OF 06.WM=On Lose MO OIL lA Fs y _ or q8 w.TTm/w 741 PI ME MIIMIJIM a.MEW ecTSET iC=�a monh010.N. MIAMIBEAU-1 I.. __ ..-:r.,INSru A1ON ENGa s Non-.1_ 44.1,1mo7: r ENGINEERS r..r msfNnr.,..NuLa rv, -�.. ; --"r—"^` _ -....m 'I-_ rte® w Es ouo i IL) ,�y MI .O O 4iii. . I ro�S s.s c r u 49._______Il ' OERM NOTES IGHH �G,r 1_1' 1 ENGINEER'S NOTES IG" G ....I 1z1 art .._:..w.._.p r ISES, - 4 f.7 fl W C N Z MING NUM ' aura mit mc• MR N/N/Nuk x.N.o..ore ae w."—ewi. _.. OR In, ...vr :m.m .�.i� x IIGISINS R ' ..ter .. ' _1 .x,. I z �� 1 ITAJ. _ _/ "'`�'"'"' P1010�.. a;:ir'".." t grAirrin...ofteit, /I ..... 1 1 MI WOOL e w: " 7.1-4-7-- �� Z�I l. IA A«r� .N ,. .: mow.F�Ir.„. .. �: 84 8 _._ _ .:.,mnNim N Nw. >S ..T G-3 P ai.FY A —...... :w7.7... B� m•aV• ! ry u, wj' JO.F.., gyy�p,g ..am t I ', a .ve I..aW HRl..„ �C' �2_11tt •.a <i�YF1aE nt]-n 'z. 1" 4 Al, } 10�rp�i aa.o .•II 'm.xa p 1 + �nwrwr�•r _z''a_�°• AlligIR T11th S1REET r.\T FlP�ra til, _- ,it II - } f \_� —.74Eler g: '• -I _--�� f , r mo.--- rsv�— .1 ENGINEERS r =-I 4- '. Y-� s -_II :" _ ti w IJ 1 • •12,z47/41;5,-;k RSV!FY III R _ Jam_}^.._ ,...1A ��� w iI __-_..,`.. II 5 71:1"11:: -p. r I 'a '11 PROP?Sr 01 FY t Q II ..i„•.+'sr B4 F 1 ,(.) •'nit. • 3 I �O I I ) y ° '4iQ neer.rue rr iS i off? i11 �...». �..�.»a I �� IW _ dap d vc . u` i � vii S A'p n, } L. !&6�73c } �...., .�.. .a.,.a { L.,r ...'�.,. ...a • !U W .o ooi.e All - dre • �„ 2, ,,•,..e......•"7,,,„ Jr ' f P. • I z " n I r ' PMv.ra�F a RFOR 31.0{ru F "`.r"a .'...a.cvv „„„.:7,:""t=2,74.:rAG.Brno,F R III PI I 16IO . • w -------,---- _a a.w-.a w. ..�.,.au�.ar M I.. • fxas rwur 4 pE%9PAN • • f.•tos R.I.. i • •MANmu MR Col 4 • �f{ N tam • k7IY/Lria AT III ix a jI w• •� e-� rc J11- ...) •i y \-PINT.rrckv FY l - � ; A d1. !.,e. . r ,. : r... ' OINLIO WPM Pl. : :..v.w r b :. ® —../0.1—:::: a . P-4, w . .. OM II. liiiiiiii I j 1I I- 4 � I I ' d Et 11th STREET r... .,1 ___ . NGINEERS ...E 1 ..,„, t_JIV►.7I 5r s Eo .l ? ado x"i +-�J .ger _ ,_ — I �, P.CCP.FY �` - w 111L . .t PRLV.N.PCCP.FY r. I - ! I� 1 a.. "` ��U M1 ti PROP Ca[. I ! I .UW d. VI 1 .K UZW C3 iVal E12,ME I p -p T .4 z I I 0-�' a 0Ci I I � o O a, MINE 161011 woo Fs ea w NM 10 NM., POW %WM AA ma VW.kA a m a®�v.� RUNEIID\ E a "e..�. r" ,uI 8 AMIDE s.ms v.s.s AFRUS{ \ r%semy NW - mir ex n ,.-Yyy 1 , Al l/S\L ` r _ --- ®�•' ru .{ 7 _ . ♦ % v7mR.r` � ....11117\ NL 1 a 7� \f+n Aa.f� E o E unwus i '."1647,11g7444,14 i i : nal.se-orlsftTev -12 1� 18•? =,::..,., " .rv, ,. s.l z".er..a¢own*we.w.mew m wage n na.sws u I f_,a -,8 r.zns 9nxrs.a4Vr -IB r mr ,519.6 0 103+00 104+00 105+00 108+00 107+00 41181-4.4 0 sil o .lm MtM 0x1 P-5 �. .0811.. 6.xn -1 MIAMJBEAO-� --_ _- I,fib 1--,,,,, fin II• = r� 111.1 ACT II H 11 � E o____ .� 1 i '° T DMSI 1 12j EUCLID AVE lir* 1 1® �.:s i 1 ( I— NYS JAd.BI > k 1 _i ��e.-e.�� �s I rmda_u___—01.IRV r21; 1 1 �.� RAN Egg.V w r X. W Imo, 11 ii" m ®JI z<i o A.•,m.=A ATE'• .� � : 8 0 0 �I II �� COVEN SLAB o^W IIS o_W II MAIN � = s ARn NANNro E �A f nNG A 2 LQ 1) w•i[1'•iR 302 ! I I I I Set _..___- I,, <<& suurur. oert..-- tr2.iSSIOa jp (pap Al[ V I mul NO1P ••=1.NAM NNW AISOI �4ROP.Sr P.GGP.fY 1 MK VI _---�_I r t" A-C m o,. u r R «E:.-%:F �4 ,L �" _ ter,.•..•..• WOOS `_ I 4+� ..»,�.s.✓ E� � SEASON ro..,.., .. a.a�.w 1 _..._ ,°�:_ ETM .a OZNIk U. _�.. .F a� it i -,,..1 • .�"'A9 Sera AI NM 6/1:091•Or Me COOSAtcni F� ® n��r41/..0 µn�E��a r�nNa yqw MI gfCc 0WI•SE. 98r. ,..• 0S. a r_.o � __ I I —..z.:p...., -;Y• CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT 1700 CONVENTION CENTER DRIVE,MIAMI BEACH,FLORIDA 33139 CONSTRUCTION OF A 54-INCH REDUNDANT SANITARY SEWAGE FORCE MAIN IN WASHINGTON AVE, EUCLID AVENUE AND 11th ST (PHASE II, 11th ST AND EUCLID AVE) V. ♦ N SHEET INDEX f L-1 LOVER SHEET PROP. 54 P.C.C.P. - �. '' G-S GENERAL NOTES AND LEGEND F.M. (PHASE I) .Pj it, o-3 STANDARDS DETUEs AND NOTES Y P-a TNRU P-5 PROPOSED 36•D.I.i.N.t Se P.C.C.P.F.Y. I i PUN AND PROFILE P-6 PROPOSED 3STi.Y.FI D.I.f.N SECTIONS PLAN AND ANp PROFILE.E. 10 ♦ 11th ST. ). .4- : a ^ u; > > , > ',1k ,P OJECT ,P o ;, o ' LOCATION I� E. M. 41 MIAMI BEACH f LOCATION MAP Always call Ess two Fall baseness days beMR,Uuag orc MEM DAR e• Sunshine Vor �.c•� MI♦Allam eta. REV No.DATE D E S L R LT i p N" 9Y 1— lal N .��.A ./.. INnom m es.,..ob.�.o..�® T 1 GF 6 __ LEGEND: - ..r=—e:•. GENERAL NOTES SEWER NOTESs w,.,, .nB.ffnawB„wa•Bf.feRr ®a.c.PM 00¢.e sE.PatMMEM M.E,.w [wxm[EOUND la 3 RP Re.. _wa A.a min `!s xffiar.E MEE Et EE PM SIMED NM. OFr Me 501 R 01.11 6 o E N.NI MO ii 0.OM m E N G I HT L 1B.ua LOOMS Mi [6 one.ROE YM m OPE Di. WN a[REM .1-PPE�f swm 10 OM MRS OK®O r. .xe Tu 5 ib FP $ NEE 9 0 YIC irM fB 5 0.501 euulm5b oamxaxOMwM.xem IBM 5— or..amMr uwsvn.PM0[ r 1116 MarMar 1 mmw x;bm[bmrep aA IIi.•Jt 111.w w 405.0[ am anY 6AS M. Ma ON•1000 a al al I r bmmM mom:am la NM ra=RD f: .=Am l • N. w .....w...m [ if@ MDR UMW P .eMEP MFw w[f.[mtm.l ib vats sr. S..• Yf ��rraa���mr amS.i�.fw[m PM PO SWIM..a.x.w awe Mn M M.numu Z .M .aM`rSar 6A,'." .n u _[f_slal•to.w MY..bM P.mID. < < 1=1111�am fu ERR DE ValEIV sOmxmx..man xnE 5 A ro./06VM s14 6ItNM YAM IMMO FM OF Ca=YAW=OS COMM e♦AC=MD Po¢m.MB 3>p .f<�6O1 Oa OMBl��.au man ME x.w.B.NPBBe ff[M at xb at V 0 0 x Fa.RBYm .o em ISI M1w9 <� p Y f[�1U w U �. M.W OPE mit,i fBLW le msmdr�•=AAivBMm mrt,t� •IlwSm[a[iB/.RILL mum 11011001 00 9=DE ODOR ouu MC*KYR=CA Q p» W 1.1••••COW. n0.5 al c.a.¢Ba i..CM. II Iv. •�tME MI RE ECM=A.m.mu WI 0/w s mm w M two.EOM WI UW >I.•IBM mot Kw emit sPfm Iwai®-e u.m A®R a m PS o =EC le,A A.Sam 1111..eB a_COS.W. WOO wx MA=eA am.*m[m.M...WON alma X a 2 x_=la a.0 aw..mova Mil a<WK.a w.rw-[[.nr Am..m Ps io i :f::=rMotna:aDIM56.1 LLD EP..�=FMM _ _swamaMELM. O..or6m6,.mww� 10MI.f[a f ;?. < =NI AM •u�rf_fu=Ca/0 01•11/of MCA MD[.x BR non �B�..Pw.Mar ROMDE ME am ilato•LE Dun ER ainBlnn rw m 'mNz =.4.01 r+ °°awuauuo.swLx6 WOW mss Ao muse rro Ae.x�B.sMwe,.A...ER .x MO a OM MO faum[c 1.a SIG�'Bxm aw. ...10 OM 00 MEwa�• aMK III=m._mAB®,e MO u.6�m=ME 00 rad fulrff o.w u. ��¢ ROA=or KIR MI6 OE YfYwlff_11.®cm a[.Aurx[bv[s u. la OM COM=WC Me n�MME=A/f'RIMSa".I.titDEI®w m.lm a M_..I asOM..WO 00.1 e,B.M,��d'�`w°Y:w."M[R"�"omw.'�`w.' i'l z 11.It MOM B MOO• 0..m66Aw.m...A=I w.la on w�,a.x...�xlu�.A..�6mmMm.,..a.O,,.�6�SO tan.VW MOM.War 0.190 WM Et=MI 10 01011011005 3o p u w_Ya m a[/COO Ma mon 0.04.le Elm wmw ._w.wr OM UMW.1x11.61. f 1[_.Ir�[_OM.a[mO_MOOD.M_au Mt Dal ... .0is,_a Wes a�¢r�il[:iK 11101.•OM11.. SWIM l Oa 11.1 WOO MOO IOW IM NWafff■feY 511105 M.MEM arreo ea EN• .11.00I ruNIE Wm invr. f�.Yewr BYwlwIYFirrna B�wOfM®gym ON OHO Mt w. WM Marelmm MI..Rata soma WW1. e.ef MIK=MO.ME PR x.40 ax.=ID x.ORM=i. LW WO 1111161(fY=r x FIR w Ms 6=MY M Ea Cr M=Re Aa anSOM YS l 1 IRs it a otos IY.War PRMaIDYmnMm u6NOVRAL �. 6 Wu O. ▪ A a w =Mm.W[=LEO ODOR vas=CM m .504 • Er f al.15 NOM OM.:ms as��u Aw41.•of... i ®•� x mow_e O.w x CC.E.or a nmeNE LOIN mmmre amens .i76"� RP TIE M.10 wm eRR u /IMP ME MOM M OM MI MN MA MEE. Or Darn a cows.Ka Y®ml w.1.mMEnt wm.mns.mwws. www �,• 66 3 _w 1 i i AI w A w 1 en WV 2 h. 11 L 004. - . e.® EMAP a r ;,. < J arm .: , fn� r..__ i ..., ._.. . tea,. ��—I E ... ..,.....'... z o.2 (P____1_1=„1ERM co"TTES Ism. 0.�.�-.�.1 ENGINEER rvOT£5 IC." O 77m,"..- (°'�" I _ G^V O w O N Den=WPM .4•17";'..21 w. is wnu r : etI �. a. Fi 4.a.. MEM 7 i IA 1 I t4,:,-,„rm,,,,:=-4_/, —Eds:1-;)"—:—\ y• -•.'''-----i— '''' / ® `- S it J �r "" rh r. • fL � Y:,BS[ SUS., .GE: ..-_ .-- '� sm S a¢w PROP.30'1 I PROP.30'N.J SOLID SLEEVE B - E I ]' D.1.F.M. I I (REST.)STA 106+36.58 1 I ;n • 0 RIr0 ',,' 0.1.F.M. I E IST.3°F.M, PROP,36'369' I / I M.J.REDUCER BE PLACED N.J.BEND REST. I PROP.30'-90•N.J. I J I BEM.(REST) (NEST.) OF SERVICE) !ROTATED U 1 I F I Sr..]0"50"0 'I I STA P.300 I 33I I STA IOHO5.00; I 9 .ROP.30.NJ TA3°. PROP.36•x30' III PROP.36' NJ TEE SSI I I F+ ' I I SLEEVE(REST.630' PROP.3P CAP Si5{R -. • _�� I_. I I 1 N.J.TAP°.VALVE STA 10"ld.- h.M. I I I (REST.)STA 100'45.00 IPC• .' I- I I OFFSET TOO Li-. N•• .Ae.C\ ..b�...1 .�.. ` `.W .a\..•:" I,b I III xo� �� ; V 3�°p� .J St I ww �1 1I , 0613(+ ; j '': IRM 1 _`� 1 t7 ---- „,-..w„ . W r�' RSM � w I. c �(�.�� o AI \\ I II DMMEET INes� �` ___.y uinib OLQ •��R...�r 8�11�f. I/IFIB:la3 =t= I .,.,.. ay I k !tinill 1 5�_3�'P'7 1WC.I -'r.: .�'��' �'�r==ri.�{i '.Ili gjiiiiiiiiiill , ''.110RRRRRRRRMi�W!`Bien {NE- / i AC r�R. iNW 9:mill. RM. *'��14R' k II PR I I G D I F ''k /i - rdw c �` .. ',_ II' I ' /SEEP _ -, #gl7t -% ?}\I, m 1 PROP.SM PREP-3b' __..._ = r _ D.wM. \ ANDD PROFILE .I ,ti ` 1L I�m I I ,p a t P.C.C.P.F.M. I � fit. ` I- i IN SHEET P-6) I AI • OP.3¢" I III PROP,36'90'N.J. �— i D 02.M __. ` 11 D.I.F.M. I JII �II BEND MUTANTiw RNA "� l E`�. 3 • 1,4 s mgr.3C9 F I\ (ASIDE�R I IIC" PROP,"x36'ECCENTRIC i x¢ O1JT 0 5 I CEI ' ' 10 INES E.41 REWCER/REST./ [[ Z1 ° `� .I P-6J �. ;:ii:: STA 106116.69 tJ lifill," 'I PROP.3P CAP - 2t F i' M LL 'I pR `� :y _; 1- 111 . O d _ 66�� ill 11 rP(REsr".sT°a i P.2.677 !NEMC sr._ IST.GROUND ALON sc 1.4 NDRIZ, PRO&366' r( REMOVED P P.54"P.0 CP F.M I.IP VERT NJ PLU• ,VALVE PROP.GRADE ALONG e EXIST. F.M. ERTST 6610 .)STA 1 3436 ELS S B PROP.54'P.0 C P F.M. RE.‘...41552 6 EXI dOGROU L,ALONG EFLER IPE 6,)ATED5UP)STA 1 :E ME P. . PNM AP I PROP 3P I. TOA.035 M. i0/ 19 T.OP \\�E 'E 11 "-"" Ell T fiAS 3P COVER ® ( r, NST IOM 0 ( TE'''''' -_--/ -.Alm® I, STA:105id0.r< 15 I BT EAS E Oji ' �yF OIE 1 d ArST ' � �� � 36'.COVER len��\' �i � Wk. IRE E '�6iRRRR i� FX75T'Br i.0./.0 I BE lA 5 i0P 0.1E ORE PROP'30' �� sro %14l�'DI���`DE — .IPE I DI f.M. Frilaniff 1E11°Ii:E .161171140 PIPE I v°E NA la APE sr 1 1991 (fL. 9P. t9lT... J4BT J9LL9T..... 1St; 199T 199T "1991,. II _ -I_ �� ���iMiniiiiint 111111 PROP3S 36'��S� P yyT kill IIIIIIIIIIIM r BE RE' N J T /REST.) n T M O,P.f l STA 1611078 PROP TSS .1.1111 STA 10 ]06 ROP 361-9°NJ))'/ SAO BEND 0 ST.J PROP.36'x,° OFFSET411a0RiFJ__/// LL 39D PIPE BEVEL 11•D PIPES ILL2T soirm STA 10 1399 I � Ar 14 I REST I PIPE.i•MOT !NGS FRO" PROP 3P NJ. +_ PROP f 36'E6CENTRIC - - ...1.-tel ....... KENO(REST ROT.DON") STA 1 1087 0 STA 06"1810 REDUCER(RE.)STA.!0"1)43 STA]00'45 PROP.36'lREST ALL PCC P.FN FRO MJ REWCR r _ II II II mmmo� (REST)STA 100'45,00 r I STA rod" 00 STA l•,30.4 MAWII II 11 I��m�/l OFFSET 17.rr LTII❑•IIIIIruiIriIIr NEST.ALL pJ P/PE FIR/rrryyy��yS pryD VALV p�5'( DJ3P�PE 5FGSR'D:VALV _-_- «___.-.._._ + II❑mIIII IEI�II AD/,/ __- . - _, STA 104fp 0 TO gA.10"8539 •:, STA I r 1 0 A 1 36 M 10 10 1054-00 10 0 1074-0 X10:.10 UI TM0:1 m �I 1./1 n1': BEACH NEIGHBORHOOD No.,MJPLN11NW1UMMUS �®W�0 anwxme.rrLNaws ��w ago . MM.OM. nrw. ,,,sr,r.Rwu+vxav s rMwMxnwrr PUOUC WORKS DEPARTMENT" PROPOSED 36'D.I.F.M.656' r �wow�°£ y 911 �N"� '^•co...." P,C.C.P.F PLAN B PROFILE �e"t'" MUNBe wrsn°Ivs. Y RSIOe�Ty I M wwr. Mtn .!nA.B. O. 0.1.• ....,NI.... — 0O io1,1 FOR CONTINUATION SE AT THEY TION LEFT Fe PROP.ACCESSC� MANHOLE 'I FLG S SPIGOT IPECST�STA 9x98 62 LI' B �e V WELDEDWOUTLOTLEHTSREST7 W 11.-1. ___-'O...TO •0 B CH " • PROP.S'ADARER PILOP N-9r BEND iO 5124'...;RVE AS RISER)) (EUCLID PROP.AUTONATlf _' STA.02882 571O .3V1 - FELEASEVALVE: . R/W 8 1.1 of * Feet R/W OFFSET A�1 RI d - �[EUCLID AVE _ __ f 11 ST I!s Rnr tl "' r s S(RGt:4 ! EUCLJD'AVE " �Yy '7 1� 4 �-bc--F" F- 'fes.. ---7- T - -f s --f-�F r i — ``CI ,P.18•S•AN __ I ; ,I' ,' L PROP.rWM 14711 _ --- BE 39 COVER - iaMPR .�....._:�I x_.-'.' - -- T I 1 /IELOCATED AS NEEOEDI PROP.B'NM I _—— PROP 54"-1 PROP.N-9r BENO it• ;J 1 I = PROP.SM ERIST.Sr NOPE/INOD)) -P.C.C.P.F.M. 1FEST.1 STA 110182BJ 11 P.C.C.P.F.M. BUILT AS PART OF PNASE in OFFSET IID RT 1 II I W _ `�4� %ice- R !1� II & - r.1. i a'- WWW �I C lil I. g flip. 1.. .I I. U — I 1,.. 1 IIIIPI it 1 I F/Nr •_ f.;' INN 'Ii� 't i l k 1 i _ :_tl T.` ,l� 50 R11TN IPq I' :4 ` • i ii FOR CONTINUATION SEE AT RIGHT 1 71L [MTV M COV R - . I t RECTE ONEM E BAEO GE Si-70.1"°' SCALE IE r 40 NORM GROUND-ALONG _ _ RELOCATE ARNEEC) - 1 1D Y_ERT. PROP 54'P C C.P F.F. PROP.ACCESS MAN OLE W/L M Nozr 3IST.S•HDPE DD 1 WED OUTLET R-ST/124.MJ El N - •. T •RV _r.' ,.I... ILT AS PMT OF yN�E IIT • MST. PROP.5 P.C.C.'.F.M. \ii,® "".• Ror Val' D" --_. `� "R OEM .- TAP OA11 _ — __♦____- __w ...RELDCAT L -. J SSSiii T.O.P.PAI km " STD STD D WE �� lU u?E IPE APilPllgllIllIllIllVA AT. TROP NAPIBEND -4 199T 1991 97 :MOT 1991 LL u-- ! IPF 1�IE PIE /IE 11IyAIE (RES' STA 3198.62 ..-- -- -19•eL,:_Ilsr r 39 - �l110ti3EA-_ —� PROP.54" 1 lir. •nOb ST ,�l� --__- X11 STOMP PES LL�1'195f SPA 8172-02 E 2.O 11E99 ROP.1P 01 REY" / P.T _-M1._ I I EL r .1 R0 9E T-0.1-1523 I RELOC O BEFORE PIPE 410104) • 6 STD PIPES X11995' _II II mmmRW lh 11■4 • REST.ALL PIPES FITTI OS FROM .I _-.. -- I_sTA104,9851 STA 110E43,19 I ��PI L-FLr/® 6 r - 8+00 - - { J❑irll FI1i/ I ST,AIL APES Y ff1TfM6 i FROM mm 81000 A 9113.13 TO SFA 9198.62 r ❑ • Ting] 114-oo 9+00 10400 �I mnmo�nm •MIAMI BEACH 4NEIOHBORH000NO.10A/FLABNOOAUMMUS °N"�i..�"'m""""�y^C�"a c ��¢ ""'• INII_AreeN�."M•BrNN9IF.rINE•AP WOUsWOW OB•4RrBR T''. PROPOSED 38'D.I.F.M.554' � f"��� OON rw� eow, ..WINDY VMS', ern r"M `- P.C.C.P.F PLAN 6 PROFILE $�� �°��°"�AY°Yi4"'^° R9�AIO4ra- ti.— iI j ]@ BEND(REST.NROTAO FSET I. L� I I 1 I ��/ 1 . • 1 1 4 OFFSET 6.65 LT _- I 1 PROP.30'90'NJ. I __ 1 I STAE10.05 � 'AFROP 36' .,,.. E ,B f �I ... o io 4o® q 1 -STArt E(R STJT r. 1 I -_ kw 30'N.J.TMP. , a A 106'10!44 OFFSET 5@ L �. � I t Feet f 4 G $L+E E(lg.6 3O \1 11.1X11:1�`tI�»l attRIZZIMMc Z���� 6 1 +1b1 I� t (REST STA 1, 5� "° 1 LL I:- ME UN q i ! NRNim.m qi NNNNx16 I I SET 700 LT ���kyy�L'_I PRO;39-15.NJ B N,,,I' 'R/Y1 L. -- - i i - s - ... - -.�a+ PSE E ®- i. - tea: 6 OF II82 LT-p� �. 3� J WI�� �N►� .m. ��4 ' 'fir eN �� 1�I911 ISI 1 1 \■il I'111115-tt�'_ _�N � ��== 1 �� -- - "� 'i �fg ►�xnlia a�a l�il-rte 1 c - I ,---_:,,-_,_: '!"IM - /n_•_ s�N�� '� 1i M® •tea``={.,1 �i FI PROP 36'11.!.PWG Vg LYE '/ p ` .f A .'fAl- ® Elf '.$ .LW ♦♦1 _II_ ■■yY "� k. R/W LIN : IM11 �5\ I1 I 1 It•O' '4. A �- I [:_. . lil (REST!OFFSET 5.13 LT - --LAN r� RAN LIN . d 1 PROP.30' �1 II I �i 11 PROP.30-90.NJ.BEND r ✓ � D.I.` Fig. 1. �I ' (REST./OFFSET I.W RT aE. ) ',�E 3 aa...- -- ��\ 11 PROP. , I E(REST.) 1 'N�' 11.I W I: PROP.30.Ml PLUG 4 OFFSET- SI - VKVE(RE 1 1 I' S MEW.3, 1 L EDUCER/REST./ PROP.54'P.0 C.P.F.M._ Q { OFFSET)9.35 �� e, I, 7SH ET 8581'RT `-- Z t{\� 1 PROP.11'.1.1.1 41••SLEEVE r- -,- nitaI I I to-i .�. �pES7 v.94490 11 2 If� .� nl = 4 T PAOP�O'TAft SFFS�..1 I�I 1 Q it,l .3 l . W I. i PROP.2!NJ.SOLID E0,• H� 4 A - mµ411 t 0 `f' STA 10445191 OFFSET 85.6@ 1I + ♦ 79 PROP WWI.MJ.REDUCER(REST N I I I C P+ L. W 5TA 10.41.51 OFFSET 85.70 NT 1,,, 4 _ • w 1� 1 l0' k : _ TTY 1111111 4 ]O F :� EX ST.30. 5= ION 8.8 AT STA 106410.58 ' ` P(-11 1 SCALE N Kt:NOR. (II Si SEMIS A-X AT STA 10446675 SUMP (11 ST ' r IO VERT. •',P.GRADE KONG.__. ._-__ -.-___ E EXIST.8'695 'OP.3P D!FN EXI. 9 GAS 'POP.361 N.J.PLUG VALVE 8 TOP(-1 1.06 TNI3 ( TOP 30 TNi (REST.)OFFSET 5.3 LT EXIST S WMAL36'SOYERI H RM LIME TO E NELDC 7E13 ( pv t ALFWNw -T.O.P,q00 ` E ROP OI RJW UNE . . 9'A Fin.O OVCl3._BANK y - T.G.P.186 S AS-BUILTN SRM N _O.SS.�...... ..... 4 __-1 _-.T9 /-1_0.1133. I _.__. p. v` t __ 44-5'FPL DD 1 - I BP�119 A' .13 • '3'-_-.. 0 / i'yj LOP.44.25 ` T 1P 025 TOA(-J '1 7 -T04, : 0 II II' + A D 15 II PROP/3$90 N.J. • ! 1j1 OFFSETR I. 05 DOWN) •ppII )) 065 �I ■� T.O.P(-I 325 00E4 �'� I -PROP 300 FN ...Segg OLO SLESVE1.4 TEE Rx SfJ N.J. Y/��H+�� I 1n1-PROP.36'SAN SFYER -+- /,7.. I (-EL(98950!(( J/D' OF 0.P.F.� I �TVt INV EL( ].03 -B NJ.TEE STA I ROS NELOCATEY1112 SOLO SLEEV Ph 6(2'2$MJ. �AR106f10] Of F5EFE395@�ll I EE(r 55ET 336$� /ry�(,(16 OFFSET]3H @.LT t•E -BS IS PROP 3$M.J.PWG T.O.P.(:1 0.66 ��� I RIGA �E AFNDYEIS FOIIE NOW REST 1 PlrERI]NST T10N1 EX ST.21'SAM INV OFF 7M. t PRIP.36'-05.N.J.BEND REST. INV .I-1 59.1 RT ( 3 59 L PROP. E1 I F _ -12 ---- PRO 3P-22!M.J. EXI 3P 55(NV. /MV.EL.(-)115 PROP.36'-,S KJ.BEND RE PROP.79 5.5 I EL I-1350 BEND( STMT UP) EL-3.99 BY SURVEYilli mmm��®Q� OF SET 11.81'LT 13 OFFSET 1.82 PROP 3995 N J BEND(REST.) fiiit*IS To" OFFSET IOHZ LT P•P.)OFFq NJ B D II II IWriiii ..'-I -BONN/ --___-- -_._-. T_.._..-- INV -1 (R:ST.I OFN.i£2 LT -__-Z❑Hu i Er 1 I Raj,/O RVEY OFF. `6.6 LT 2P C900 PVC'AN. INV.ICJ-) ALL P1AEg YK_5 FITT1N�g �''aFFSeY 39.56.1 T$aFF5ET7.7v-RT - m/I _ 40 20 0 I ao 60 80 100 60 "I 20 ,I 20 I 60 -LT II allEOPm MI\ A�J1 ID) Erlcl NEIGHBORHOOD Na 10R/FlA\HN(3QLUMMUB Ap81[3•1116016 WOO rux.ro r.. _ JrNuw.vxw NrNvvN,w./R, R,w.NNBIA Si. PUBLIO WORKS DEPARTMENT '" PROPOSED NS W.F.M.63P O.I.F.M. >M;•%C<+ �. �mce,....m..•L y��m 'tee ..� ,.m.,.,a®„� ....a.�. SECTIONS PLAN 6PROFILE ar. ..". or. NA...N .....„.. CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT 1700 CONVENTION CENTER DRIVE,MIAMI BEACH,FLORIDA 33139 RELOCATION OF 8" D.I. WATER MAIN ALONG 11th ST FROM JEFFERSON AVE. TO EUCLID AVE. PROJECT LOCAT70N OP s: I SHEET INDEX r i C t COYER SHEET 8" D.I. z ••"' I'''' 0-2 GENERAL NOTES AND LEGEND WATER MAIN g G-a STANDARD DETAILS .is P-1 PLAN t PROFILE NRD WI ,•� e 1 r P-5 pP 11th ST. , o a EC E w 1. ‘111 ,.. L.] m , --„ . MIAMImBEACH PARTIAL AS—BUILT LOCATION MAP R.vav SCALE 1...IOC' scan gn CND full business days before dig UM HISTORY DATE—RY , a� Sunshine81�.ee■ i�P SN AIL .RR.E;E I u D R�N Os a u II -IL :.;moo .� ��� �._ R E" WER,.N.. EWES 1 OF 3 4._ DWG.R. M AHaEAcHy17R 7M7F[ PFRM NWTFS ON WATTR-SFNFR/NSTA[UT7OA ..__ ___ .. AP s ..vur,. 44 :: r mx�v"'v ry -r—v.� E NEE R IR ▪ vw71=7 sv wo orZr=c w7:7. ."..t.":":=71.4-7=======`"`t �— r,wvr: vv ,caw6 m .waorx a . li W.� mom- - s on vv xvss.�x v Y1 � 191]'.5 r N 7. • m.• 11= xc.ana cv: : .am 4/77:4A74; o wwry>ms,.—®v e s �• a� m nx Qm w® -s+w>®ov% -®w.o eu.rmw,e.rmsv.mv.vmrvmn .......... QO 11 6® n "..- mrnmwav T�� �:-IZ weaxw v��aw.x,an:Kxvvx vm,a.rmr,s wme.r va EQ -ter �O ® .m:r.,w.nw.wrs.r®...vw. m .. :.x ABBR£NA IIQNS' 6 ��•x 3< —• m u a ..vm ,—.. — � am.rus . Oi z TriW • nr �• . ,e®.r.mw:,.w�w.w :=s..�sm rr.....�.-� " M E.77-77— Ow Z �• .ns_.- _ -:..w m=WW1 .< _ om. v a_�m-� ®w w NAM won MIPS e� k i 11 )'Ti,_it MI MIMEO.MON/MIkim SW G-2 e MIAMIBEAcH . .` � APs e / �f r ..sti r.rm. r U 4 ,......-..x,..x>..,.., -----..n-- r. ! ..4.---4—--- / — 1 i c .nwn_a,,..,. " / "" .,.a. I � is m ..o- ..,..4..w,,,,. a...�,..... moo.. , .. w..a ..'t:wi"F• • 3< o a {ascx' sc ,z c"_r+e ,`t's-. a &'-,!. --- 1.----.1-1- 1 'r ,,......._____NEENGINEER'S MOTES ® y.....��....I—I=1 ... .. ;,f5E51 �._ I I� � aESA _�—,I_` ' . . . Ise'''. 1'.'''''i ' ;...... w� O" 6 O .. ww. cu yp _ 0911 F3101! ewe u .M+ rtJ,V:.oc 1 sant vow ,L, y'.:I �Finai xs+s w 'o a e.wno j �� w _ r 4, 1 me.� _„-r2:::- F .11-- r ',2.W7 7r,..-::::-.1:— .:a-,„'t?,.r.;„-,;---.� , �I 1EYSd6 ca.. wa p ry tAili mre r¢a ryl cl `11' OAY/wFn[A *ma AA werr[ • ] im� mtN fim' WTI_ smlrm.a .. 1ce 6. oar m .. t r awo pot,. — :.i..LFr.r,.,6FSuYt61,¢a.G:4 FAN EWE,c r,SA K. it :tJ'( -j `r.=}EMF-Y t. --.- A�+"4. cra Tn.i fmt�e o..m gar- G-3 NR Mo. Y ^- TO I R.1041400n I I STA!051.38 0 s b1T LT.) :'70 . --_- _ 1(2)6'44T REST.J.BEND I I FEST.M/G10 0 SLEEVE I / I STA.104448.00 STA 104452.00 STA 105.1138`O 518.10 far. I (2)T44T REST.J.BEND STA 105`18.00 PROP E M,J.GATE VALVE REST.W/GLANDS ' f I,- ',11i1 (o/P P 454 f 1 1p PROP.30" PROP e• STA 10511130(0/5 1399 LT)) j C REST J BEND PROP T 6'MJ CONCENTRIC REDUCER D I.f.M. , ........ .. 1 REST W/GIAIIDS -+,'.f} t 6� Feet RAM LJx[� I ?. .•- _'.-. _ -! I ' 5 • PROP. a - w. 8 `, 47..A,,,,,,,..„,„„ i o••'—'. "''oi'' '''LTJ -"- PROP. - I I P __ _ _ C C.P.F.M. _ -'- 'N_.TWai RO--. * ;AL- _.— 'I ` �A F RM'Li' STA 103166 00 _ v�' ,* 8'4S REST BEND `�� moi' " - h STREET'� !caxsT a - „` PROP.36'D.! p.44.-.._•-• —"—�—� - i d NJ. VALV 1 R/W LIN St -� S/A103K600 WV r� P M,1,_GAT. VALVE ' B'+6,N J TEE.G a ��, STA 10512713 i REST.VI/GLANDS VALV 6 F N ASS „ B'�.5'REST J BEND �. µ,_ BEGIN PROJECT I i r I-.J : °� `.,: n.!ILTM I RAY LINE EXf F N REn BEND BV . ;I (T0 E REMOVEDI - ";I STA 10/+8200 _- •I AVE REST W/GLANDS ATE ST0.103.500E - ` ..`_{ 8'-15 REST J BEND V '_ 16•x8'N.J.TAPPING SLEEVE REST)) :.'m.. STA IOd+B5.00STA ANO C MJ.TAPp/NG VALVE 01.6_5 Jor W B'-ts REST.J.BEND : rte-REnB ROSS STA 1 8D l 1 rr B'44T REST,4..._..t7"'EN •`+ F MGAr S , i ' L, STA 1051.31/0/5 1318 RT.) M 2 _ I PROP.30"D.I.F.M.-�+ - PROP B'N J.WTE VALVE STA 705 , Y -W _ &F N.ASSY.SEE CNB _I 1 REST.W/GLANDS 8'445.REST J.-BEND ' S O I : STA 105111.008'Nb ' STA 103157 00 GATE VALVE REST N GLM' _.- © �1 . STA 10 N24 4(0/s LF99 RT) f : Z 044T REST.J.BEND W P ROP. .2. HEST.W/GLANDS ¢ Ex15T.F.N. W STA 10511690/I0/5 I { 4ST2...4_,,,,,WIT,!,18.8F.-)) E Milli MOVED) t 70W rl $, f •A 1051 (0/5 7OJ B 40), D ' Ij • EE W J! • � — lgt. _-moi-__ - CA IlErxB'MJ.ram N ALONCY- - L>B•Nt TA►- _BIP GROUND ONG SCALE r-1oNoafz. _4 a m3{50.00 —�� 8"D.f.NATE• MAIN :I 1),I-WATER AIN 1•-r VERT. 2.... 1 B' nA_ 500 iNxYIST IZ CNP 5.5. --_ MIMIIMEMIIMa— no 1T38ERE (IEBI RVEYI - EXIST. WA 1-IA -JTJ EST J.9EN0 6. 5' BEND - 38'COV F : A 104482.00 k di gamEo,30'F N TOP 031 1 I -1ST/IT GAS 1_,,II „A 105115 TO.P(-10.12 _+ I 10>S3�9E_.,-_ IF.. 644•f R BANK -44T REST J BEN __ TA(),OSO SfA 106+93 ' Ext B• 0 +, ' LTO 8 RELOCATED) _.— .,--. OP - MEOW.N..11 IEE. 4-1T EST.1.BEND _-- G•�V�� A]0315]00 / 8”S REST.'s" BEND REST.J.BEN. STA.1a)♦♦a52.oa .t x STA],3163 j I Si 70511 5 STA 106!90'Ilia E 1ST CERW.N. -. 44 r v I ' I T II � (TO BE 44 8.445•EST J BEND , ,' I• D.I.W.M. E:tookn.Iz•sAx. Y '.. _4 &103.6600 11 C44�RE57 J BENDS / I (J (101] / -_... _.8015&ED P/DOWN AS REVD / 1 AS-BUILT) - RA)C)yyrORI J/ B 8'x6' J.TFE;6• J. ST0.JDswe -- NK EL /153 If SU �./ 11g �(�� GATE Y VE S F.1L ASSY. STA 104.51 ..-._.__. _ EX/ST. CNP 11111 �"ULll • STA 103186.00 BAWD T REST AIR BEND ROP.B' J.GATE ALVE BOATED P/DOWN AS RE0 FEST.W/. OS A)0511 Ap EXIST IT MI 55 IMV EL )219 11 11111 / m ATEDI 11■EN 11 1.11 /II. A 1, 'IL,w Erl ro BE REL. 'I l■al .Ii 4;fil REST J:CROSS 1 644•f coBANK 103 1,4 Exis I 'coxr105 w 9B r.L-)199sr°i ilion 1,7 i linilmmmu •MIAMI BEACH NEIONBORN000No.10AIFLAMINGOLUMMUS a..m .T.,...' ==� �uuunuul���/� AUC WORK OOBRTMIO.T r'RELOCATION OF B•D.I.WATER MAIN ALONG AP F+R' `O1 MMMMM�r".".... -rw w..PNAW N /�W, `_ 11th ST FROM JEFFERSON AVE TO EUCLID AVE `�'."'a'y^^�° - - ©R'T^[T^'r� ...RR ® � o! ammo N.s w ra 0 I I STA 10315.91/0/5 Imp, .RJB.. AAAA_--- PROP.C MJ.SOLID SLEEVE � { 0 10 M REST.81.9,32( )+ STA.10844191(0/5 3791•LT.) AP Feet PROP.C NJ.GATE VALVE $\ REST.W/GLANDS ` * PROP REJNFORCEO CONC.SLAB STA 10816.15 STA IOBH588/I0/5 3510 LT) 6591 6T+C(1.73 CY) 57W)08+99.00 PROP 6•-14 RE3l.J BEND 3 E STA.116!,1628 (1/CJS REST J BEND .1 STA 4081791(0/5 33.14.LTJ PROP 5t ' / *RV R RM. . 'l PROP 6'-W RET J.BEN° P.0 C P F.M. I J :�--- 11th STREET PROP 6 64.- iB 117-“r' fa '... D ,L ST EOCRTa6pE 1.,.'_ ` E _-�.o --.� Et - Rt'ti .. -- .. iga )ECT 1 - AAA A.. 1/fli�L,��y - i ..- +,47 i" SkY ''_ PROP.S WATER SERVICE) N.J Gip TE uVE 1 W.M. ',.-1,,-- g -R 6 1 1 S WATER NETER REST.4414.D5 / STA 111+)8.09 AS PER CNB STANDAgD • _STA. 104402.25 W ..�aaa PROP.C N J.SOLID SLLE.) DETAIL WS-13 S C+C REST.J.CROSS I ..I I: REST.W/GLNDS STA 109701.15 PROP.S WATER SERVIAE r3 ; a I STA 10343025 681.GATE VALVE &1 1/S MATER METE t - STA 1114155,1,,0/5 S RE AT.) STA 10844675 REST.W/GLANDS��l SAIL CNN-73 ANDAR J 7 Q N PROPS-4SP'/ N I REND (Z)CJS REST.J.BEND Pp p1 9S"RU S'T 2BEND.( - ' +- STA 11141159(0/5 0.00 q..) STA 10815.91(0/5 847'RT. - U N� ROTATED UP/DOWN AS REOD, PROP.4 N.J.SOLID SLEEVE STA.70-15.91(0/5 IBE RT.) a r- PROP.C-A4 REST.J.BEND REST.W/GLANDS I I PROP.CJS REST.J.BEND j i I I STA 18915.91/0/S 6.1E RT.1 I STA 111410.00 My PROP.C N.J.GATTE YALVE CMJ.GATE VALVE �' REST.W/GLANDS RAYIII REST.W/+LANDS R/M nA 1714395 (2)CJS REST.J.BEND 8"D.l.WATE ROADR MAIN ALONG i EXIST.GROUND ALONI 4x!47.6•GAS 8"D.1 WATER MAI 4 i0P/)0.31 EXtSf. S CMP 5.5.INV.FL II)J 0.12 RE1NfORCED C7NC.SLAB SCALE:I'-W IIORIZ �'N TA 08+8)75 (BY SURVEYI?O eE RELOMTE01 , 65.6T+3.6T<C(1.13 CYJ 1• !VERT. •5� PROP.14 5$ 1 AAAA I : IMI ELO97 _ _ __._..__ 1 �__}- AAAA_. ST.;CWN. (J15-BUW T) DEFLECT PrvE IBJ) --.. -, X31 J T o PP770I.S M-. ..- 1.. -...- \tea\5Tw r10N3100 _ 1.09 D -- r 01 TpAIJ. 1+1 �W' OS ._._7,.___._ S"1LECT PIPE 1: EXIST.C CAN PTOP. F.M. CEF _ .- DEFLECT PIPE(B DEFIER PIPE(02.1 --__AAAA Tom' 0.11 ^���Q; Eg'. pO�OW+I ,_____. -.VTAT]9/760 EXIST 1C MC SAN. 1 i\_'- "^A100 39AS AEOJr \{{{... STA 10147551 -_-... _. - _ -. __-_ -1STA 109+44.00 STA 109450.+5 R P JS S,.J.BENT,us-r¢,n 1 INV.EL!-)1,17' ES�TAATEVA(VfJ.BEMDS8'C REST J.Cf055 WAI D 2 4SSTA/08+81 TS5TA 10970125STA 10825 STA]ll 1000 "1 IlCJ4 REST,.BENDS. DEFLECTPIPE BJITJSRESTJ BENDS:.__- A 10816.15 /I . ISTA 1047,01 00FkIST 8'A7/: '... -_.STA-108499.03 -...--.. _.. _. ST{)10493 STA 10+70300 INV.EL(/455jROP18'S5AS-BUILTITS-LISA-I TSC PRO - IM?EL!-)15. 111 9-4 F DUCT BANq -_...-...__ AAAA-__ ...-.__ 11 1 __u H!' tl� J ...`11.‘7_111S,. INV.It-(EXI$(B=Y CRPP ETITS. I� I��IL MBOP194 ! ■111 Wu lodrno D.Ummip/m'ioEmoo / "� rlc+no 111 7 •MIAMIBEACH "NFJONBORNOODNo.10A FLNNWNGD.WMMU$ APFPOls y.7.r l W7y. .� ammo�ae M1 n' mn �)4.m PSIMAJC N Ift YV I"^I�LOCATION OF B'O.I.WATER IMIN ALONG �OO " a�a rE B`IL W'_MamM.M�rrwrr 0 NOINIA sy_4 w8 p. 17B15T FROM JEFFERSON AVERTO EUCLID AVE. :'L'�,�^`N .oinr,Rw •oNe >w.-,oroNq.Y>c + 7aa.. .17:-.-.. �r "„40��oa° 'a 0 n ar w. e..<� Wwe.r. + 3/271 7+793 PN "� °mss MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3'' Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 7S6-394-4002 ADDENDUM NO. 3 REQUEST FOR PROPOSALS NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) March 23, 2017 This Addendum to the above-referenced RFP is being issued pursuant to Phase II of Request for Proposals No. 2016-205-KB Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood 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. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, April 3, 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@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. 741111k Alex De Proc -ment Director MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue,3'd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT i Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 - REQUEST FOR PROPOSALS NO. 2016-205-KB DESIGN /BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (PHASE II) February 9, 2017 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 No. 2016-205-KB Design/Build Services for Right of Way Infrastructure Improvement Program For Flamingo Park Neighborhood 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: Cost Tender Form Failure to submit the attached Cost Tender Form shall render proposal non-responsive,and said non-responsive proposal shall not be considered by the City. 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 February 22, 2017 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 February 9, 2017 Proposers Pre-Submittal Meeting TBI3 February 22, 2017 AT 1 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) 10:00AM Deadline for Receipt of Questions TBD March 17, 2017 AT 5:00 PM Proposals Due TBD March 27, 2017 AT 3:00 PM Evaluation Committee Meeting to TBD Interview Commission Approval of Final TBD Proposer V. 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@miamibeachfI.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 2016-205-KB) and project name (DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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. VI. PHASE II PROPOSAL DUE DATE AND TIME: The deadline for the receipt of proposals is until 3:00 p.m., on Monday, March 27, 2017, at the following location. 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. 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. Sin itt) \ \ Ale Den': Prod . -ment Director 2 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) i• 1 I I • I EXHIBIT A Sample Design Build Agreement • 1 1 3 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) 11 • EXHIBIT B Cost Tender Form 4 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) APPENDIX E BEACH...��.. I Cost Tender Form RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Failure to submit the attached Cost Tender Form shall render proposal non- responsive, and said non-responsive proposal shall not be considered by the City. 5 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(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.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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: di 6 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) Section 2—GUARANTEED MAXIMUM PRICE REQUEST FOR PROPOSALS(RFP) No.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER ' ; 3 out*P k5't.,...,,,, ',- . _ ,2; : mss&', - t 77,--x..- s..:, -�w s . 4.7.,+s�,% + ,art. , MOBILIZATION LS 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 p �� LS 1 ai"'= t ' , '' °s"�.1 1 �-I ,CiAiNCI L AY S'K, 1 .. . -- 't .,.,;... tet _ 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 REINFORCEMENT 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-III (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 - 1 PIPE HANDRAIL (ALUMINUM) LS 1 CURB AND GUTTER LS 1 I RED CONCRETE SIDEWALK 4"WITH WIRE MESH LS 1 RED CONCRETE SIDEWALK 6"WITH WIRE MESH LS 1 CROSS WALK PAVERS LS 1 LANDSCAPING FOR ROW AND PROPERTY HARMONIZATION LS 1 CITI BIKE STATIONS LS 1 BUS STOPS/SHELTERS LS 1 7 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) OTHER ITEMS NOT MENTIONED ABOVE LS 1,, 1 ' 6 ,te n , :. f t,,S1"f:f:CV , Y `FtIAAf-' GE 4„ . - . ... °,z-3r- -,!-.,e,, ,. rts. CURB AND VALLEY GUTTER INLETS LS 1 INLETS TYPE C LS 1 MANHOLES LS 1 CONFLICT STRUCTURES LS 1 YARD DRAIN LS 1 12" PIPE FOR PROPERTY DRAINAGE LS 1 18" PIPE LS 1 24" PIPE LS 1 ' 30" PIPE LS 1 48" PIPE LS 1 TRENCH DRAIN LS 1 OTHER ROADWAY AND PROPERTY HARMONIZATION ITEMS NOT MENTIONED I ABOVE LS 1 o a k i s SERVICE CONNECTION WITH NEW AMR LS 1 8"- 12" DIP WM 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 W/BOX AND ID LS 1 - I FIRE HYDRANTS LS 1 REMOVE EXISTING WATER MAINS LS 1 OTHER WATER RELATED ITEMS NOT _ MENTIONED ABOVE ,, LS 1 e 1 { `p Fr _..4Yom- 'a .4l�.�.,. $, N,LtAk rs 1 leg, .-*: ...mms�-�s ir,^....�"Ras,. i ��...�.5»:... w. .'-d; ..;po°°s.am..# ..E«' SERVICE CONNECTIONS INCLUDE CLEAN OUTS LS 1 8"- 10" PVC(DR 18) LS 1 12" PVC (DR 18) LS 1 15"- 18"PVC(DR 18) LS 1 REMOVE EXISTING GRAVITY LINES LS 1 8 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) . I I SANITARY MANHOLES LS 1 FORCE MAIN EXTENSION/CONNECTION LS 1 1 6"SANITARY SEWER SERVICE LEADS WITH 1 CLEANOUTS LS OTHER SEWER RELATED ITEMS NOT j MENTIONEDABOVE LS 1 4,62;44$ -:,:414; t71:461,4 `d7Aiii Attl RG.. . 4.a :.,. , , ALL REQUIRED SIGNS LS 1 REFLECTIVE PAVEMENT MARKER LS 1 SOLID TRAFFIC STRIPE(6"WHITE ) LS 1 SOLID TRAFFIC STRIPE(12"WHITE) LS 1 SOLID TRAFFIC STRIPE(24"WHITE) LS 1 SKIP TRAFFIC STRIPE(WHITE) LS 1 I ! PAVEMENT MESSAGE LS 1 I 1 DIRECTIONAL ARROWS LS 1 SOLID TRAFFIC STRIPE (6"YELLOW) LS 1 OTHER ITEMS NOT MENTIONED ABOVE LS 1 4.N• 3 Ys :'t tri 7;n, Oy y z MMS t,w a At-,S,-;k GROUNDING ELECTRODE 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(BLACK) LS 1 MAST ARMS (BLACK) LS 1 MAST ARM REMOVAL COMPLETE LS 1 SIGNAL 12" STD.(3 SECT., 1-WAY) LS 1 PEDESTRIAN SIGNAL LS 1 BACKPLATES LS 1 TUNNEL VISORS LS 1 INDUCTIVE LOOP DETECTOR LS 1 9 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) LOOP ASSEMBLY TYPE A MOD. (6X40) LS 1 CONTROLLER SOLID ST. (ACTIVATED) LS 1 REMOVE MISC. SIGNAL EQUIPMENT LS 1 SIGN OVERHEAD LS 1 OTHER ITEMS NOT MENTIONED ABOVE LS 1 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 ELECTRIC CONTROL ASSEMBLY LS 1 STREET LIGHT COMPLETE LS 1 I PEDESTRIAN LIGHT COMPLETE LS 1 OTHER ITEMS NOT MENTIONED ABOVE LS 1 BONDS AND INSURANCE LS 1 ALLOWANCE FOR PERMIT FEES LS 1 $ 100,000.00 $ 100,000.00 ALLOWANCE FOR TESTING LS 1 $ 100,000.00 $ 100,000.00 . ti . , F -At n d T':„.. ' EA.':. f „AiV0 � .. t . .t. 4.fi d'-' Continued on the following page. 10 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) 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) ...d. 11 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN(BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) EXHIBIT C Design Criteria Package and Attachments 12 ADDENDUM NO.3 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD(PHASE II) ,itirl.„ MIAMIBEACH iiity of Miami Beach, 1755 Meridian Avenue,3rd 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. 2016-205-KB DESIGN /BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD October 26, 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 Wednesday, November 2, 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. I. MODIFICATIONS. 1. Section 0200 Instructions to Respondents & General Conditions, No. 33. Non- Discrimination Has Been Revised As Follows: 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 (-"e ----" : : e - : e e e ) 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, 2. Appendix C, Subsection Cl. Minimum Eligibility Requirements, No. 5 has Been Revised As Follows: Design/Build Firm or its design consultant shall have successfully completed the design for deep underground structures and c awalls of at least three (3) projects during the last 10 years. II. ANSWERS TO QUESTIONS BY PROSPECTIVE BIDDERS AT THE PRE-BID MEETING AND VIA EMAIL. 1 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD Q1: Design and Permitting Phase is written to be completed in 90 days. Being that this project is a design build could it just be implied that construction must start within 90 days of the NTP? Design will be a fluid process being modified as needed throughout the duration of the project. Al: No, the Design and Permitting Phase shall be completed in 90 days. 02: Please clarify the relevance for the following requirement. On page 22, the reference to a Class I permit for seawall construction from DRER. A2: Please refer to modification No. 2 above. Q3: Please clarify the relevance for the following requirement. On page 33, paragraph 5; "Design/Build firm or design consultant shall have the completed the design for deep underground structures and seawalls...." A3: Please refer to modification No. 2 above. Q4: Appendix C, Section Cl, paragraph 2 states that the Design/Build firm shall have (2) similar projects within past 10 years as the prime contractor. Would the design/build firm's principal's experience with his/her past employment count towards this requirement? For example, Miami-Dade County allows individuals' experiences to qualify companies. A4: No. Q5: Please provide the information available on the breakdown of the project cost estimate of $9.2 Million. A5: General Items $2,100,000 Roadway $1,600,000 Drainage $1,900,000 Watermain $1,000,000 Signage & Signalization $500,000 Sanitary Sewer $2,100,000 Total $9,200,000 Q6: Who will be managing the program? A6: Public Works Department/ Engineering Division. Q7: Do you have a breakdown for the estimate that is available for us to review? A7: Please refer to response No. A5 above. Q8: It was mentioned in the pre-bid that this is a continuation of a prior project. Who was the team on the prior project? 2 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD A8: David Mancini and Sons, Inc. (DMSI) and A&P Consulting Transportation Engineers, Corp. (APCTE). Q9: What is the timing relationship between the work that is being done now and when this project is going to start? How is that timing going to relate to each other? A9: There is a likelihood that both projects will overlap. Q10: PG35 Paragraph 2... Make reference to the projects' harmonization of the driveways, what about the harmonization to the existing buildings, steps into the building and so forth? A10: Yes the harmonization to the existing buildings and steps into the building shall be included, not dissimilar to the harmonization engaged in Sunset Harbor. Q11: Will the team that is part of the DCP be excluded from being part of the submittal teams? All: The DCP is being completed in house. Q12: Will we need to include complete services for public information, not to be done by the City? Al2: Yes. Q13: a) In regards to the requirement for the deep underground structures and seawalls there are probably not going to be any sea walls for this project? b) In regards to the deep underground structures is that deeper than 15, 20, 30 feet? c) As far as experience the designer has to only show experience having 10-15 feet deep, not something like 30? A13: a) Please refer to modification No. 2 above. b) Maximum depth is anticipated to not exceed 15'. c)Yes. Q14: Is it your intent to short list the number of teams that participate in the second step? A14: 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. Q15: Has the selection committee been named? A15: No. 3 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD Q16: Substantial amount of work is to be done on private property. Will the City be handling that or will that be part of the design/build team through the public involvement office? A16: Close coordination with the Property owner is to be done by the Design/Build team. Q17: When do you anticipate the DCP will be available? A17: Upon completion of Phase I of the RFP procurement process for this project. Q18: Do the plans have to go through historic preservation review since this is a historic area? A18: Yes, this project lies within the Flamingo Park Historic District. Q19: What is the scope for the sewer work is it lining, replacement or both? A19: That will be outlined in the DCP. Q20: On page 13 of the RFP, item 5, it requests: 5. Dun & Bradstreet Supplier Qualifier Report: At the request of the City the Design/Build Firm shall pay D&B to send the Supplier Qualifier Report (SQR) to the City through electronic means kristybada(c�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://supplierportal.dnb.com/webapp/wcs/stores/servlet/Suppli erPortal?storeld=l 1696 Can you please confirm if the report you received for us from D&B on August 18, 2016 (for the LaGorce Neighborhood project SOQ) is current enough, or do you need us to request another one to be sent to you for this Flamingo Neighborhood project submission? A20: At the request of the City the Design/Build Firm shall pay D&B to send the Supplier Qualifier Report (SQR) to the City through electronic means kristvbadaamiamibeachfl.gov. D&B SQR submitted for prior projects may not be resubmitted. Q21: Page 9 of the RFP: 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. 4 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD A21: Please refer to modification No. 1 above. Q22: Appendix C, item 5 on page 33 of the RFP: "Design/Build Firm or its design consultant shall have successfully completed the design for deep underground structures and seawalls of at least three (3) projects during the last 10 years."- What depth do you use to define deep? A22: Please refer to response No. Al 3 above. 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(c�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. Si - +IVO kli A ex Denis P ocurement Director 5 ADDENDUM NO.1 REQUEST FOR PROPOSALS NO.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD AAIAML. Nft0 I -BAr- H , CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: September 28, 2016. TITLE: REQUEST FOR PROPOSAL RFP NO. 2016-205-KB- DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD ��,,����,,�� "} '�:� - .� 're��1 �. y �� ����, � 3e a �� �-'"-�ex°.2� � ,��v> was �: ' `� i-y 3.�� w: s.,,w i�`..�wmv'as »w+ �' ° ,� ':` 3 , r r €yam xx E 4 " "_ 7-1.14044-- ,n .. "' vac ' 13: - 5q te74 ,�.. ' F ,a` 4. -2gg6t:"-:,:‘1" ..,,,ii."'"'-.:7 2i*2 T'Ir''.:*-11.14,d,,Zt,,,,-,.:4, -,,,, 51214 �.� ���� sa � �?� � , �- . . � z �sem. r+ Kristy Bada Procurement- CMB 305-673-7000 1 kristybadaAmiamibeachfl.gov ext. 6218 Vi Ci\c.( geNra I (-)i g n ill f- j 6)e7Yo cl7v/.5 --I/6- V CP1A r .nC. P15o� (S GS ' `o,rne.se_c hcorp•corn Sos. Z14,L�.� A/�X 1 'AZ- a i& de Z0/2ZD . Oral 9Sy 770- I/6.3' G �G Grua ec.> �rrr1 , carve. � 332-- TA/ �F� I4 y g41z-f- '1)=2, Duo-) T 1 3,s.gao.a2go • git b Qu,Mal 'J 3Do (P'_,�t„U Sznae- P7GZ,,,,,. .. -!'t et.c.9 w.., -Re eee.e4o lac 6 CJ%' eEo A o ec.epvt% (U*1 go c 1 7 16 xo&avlt V.--`”" t7 305 5-3r 1 42....) -r- ` Q lc.A+Ak -11.04-1A.(AA,. 11(-Q z { J I1 Cr c✓� J'71-arn7eC_ 9SyCrUy v C'El c (e k/s' ®S7La4 f e,_ , cow 2 7/3 1 if MIAMBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: September 28, 2016. TITLE: REQUEST FOR PROPOSAL RFP NO. 2016-205—KB— DESIGN/BUILD SERVICES FOR RIGHT OF WAY wwaK& E.1 DIN� FR:AS'TRUCTURE FLAMINGO PAR ''NIGHORHOOsa« �ti ; � IMPROVEMENT�44 - GiA A .' PROGRAM 41, "�` � "� v r ,� sa m ✓u a � s, '�• � � � ® �y-. �"' � �°-�.7� AporAI,v6ve-z @ ,2 MAN,com 706z -gyyZ (,5y) v26 IZZG Ann ul3LRT A. uM�NG��Z fisc p42.. y:A)E*Com( ,---- eilk2- 4-1-o KratTi 4 / ,. AO 93V CT3oT 3 oS Gtto, t-(�It,ti c w, tLe MCTF• GoM �92'�12�3 x`13 �SgLC5 Cr\sv 1-1-c -5 \,th �C 'Sts v 1 G�,es-ca( Gons.,11-.co .- U S PZ3c1-1 G, r111n61(\ ri,ox+n-� (4)uS e ?1136 9 n '► �C `a�rl i 9Sz/ "Se- 841.15 nulled Clea_2Gn ei drrn5, Gp 2 WIIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: September 28 2016. TITLE: REQUEST FOR PROPOSAL RFP NO. 2016-205-KB- DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD � Wit,trt, 9 ah a tt g tkads mr s_ t _ y�� �. A epk M t4artr u 3 s t & - 0a `x. - as dew, ^' zr .cud "-7 r seas' •»� a .. 4' i 1444 T,61[14152:14 .1--•••• �.. M CScrt, ®q�f- Sfl G Dein Q0Lre4& eDitlainee ea'If • £rgerr)n cb i f rence au( 9ni �jue,,Ll NU( �, I ams 6asp / �� M� c4 Cam.. fay l lel- - ce ect F -4Iein , -t- icsbe • J L)l►�., ,y�� &itfirence eta/ s -4SS caf-c2a Sag& bra 02 ea.if - I 3 REQUEST FOR PROPOSALS ( RFP) DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD RFP NO. 2016-205-KB RFP ISSUANCE DATE: SEPTEMBER 16, 2016 PROPOSALS DUE: OCTOBER 31, 2016 @ 3:00 PM ISSUED BY: KRISTY BADA [D 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 CA. t " IRNA\ 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 2016-205-KB 2 m t ;I+AV 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.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD Miami Beach,Florida Sealed proposals will be received until 3:00 PM on October 31, 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 RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD. 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 11th Street (Alton Road to Jefferson Avenue and Euclid Avenue to Washington Avenue) Right Of Way Infrastructure Improvement Program Flamingo Park Neighborhood. 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;traffic signals,signage; streetlights sidewalks;and streetscape improvements. A Pre-Proposal Meeting is scheduled for September 28,2016 @ 10:00 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. The City utilizes PublicPurchase (www.publicourchase.corn) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this solicitation. Any prospective proposer who has received this solicitation by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this solicitation. Failure to receive an addendum may result in disqualification of proposal submitted. THIS INVITATION TO BID 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. RFP 2016-205-KB 3 tt, iv,I A^v1 I B EAC H 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[s]")if this RFP results in an award. The City utilizes PublicPurchase (www.oublicr urchase.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 Flamingo Park Neighborhood. 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 the 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 September 16,2016 Pre-Proposal Meeting September 28,2016 AT 10:00 AM Deadline for Receipt of Questions October 21, 2016 AT 5:00 PM Responses Due October 31,2016 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 -I 4 `'\IAM_; 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 Bade 305-673-7490 kristvbadana.miamibeachfl.gov Additionally, the City Clerk is to be colied on all communications via e-mail at: RafaelGranado• 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 rafaeloranado(a�miamibeachfl.gov. 5 4� IAM 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.gov/orocurement/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 2016-205-KB 6 m t',A,l AM, BEAC H 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 2016-205-KB 7 1P\A I B EAC H 21. Postponement/Cancellation/Acceptance/Resection.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 1737177= 8 1V\fAt'^`J\, 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 777717703713 9 to A ANA i 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. 21117= 10 r� iy 1",IAtvA.I 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 ISP 2016-205-KB 11 Ai N`l I BEAC H 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, •ro'ect 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; 11x17 or 8'/2 x 11 or 8'/2 x 14) 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 c. Construction Superintendent for the DBF and other major subcontractors. RFP 2016-205-KB 12 m /\A IA t,A\1 BEACH 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. Include Projects which illustrate experience within the Miami Beach and/or coastal communities. (1 page per project) 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: At the request of the City the 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://supplierportal.dnb.com/webapp/wcs/stores/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). WMBE and S/DBE utilization is encouraged. For applicable firm or team members submit certification from either The State of Florida Office of Supplier Diversity or Miami Dade County. 13 m ''.AIA.M 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 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 including; water and sewer replacement, extensive utility coordination; signing and marking; signalization; street lighting and maintenance of traffic. Provide projects where impacts to adjacent properties were mitigated during design. (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 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). 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). 11' 2016-205-KB 14 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 City to 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 2016-205-KB 15 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 / 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 / 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. 77 ��- -I` 16 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 Page Intentionally Left Blank RFP 2016-205-KB 17 11:4 't 11,E ",";. B EAC F I 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 1 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 2016-205-KB 18 Ca RA ,", ^, BEACH 4. Determination of Phase I &II Ranking. Phase I & II/Step 1 scores(by the Evaluation Committee)and Phase I & II /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 I 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 2016-205-KB 19 "v/vI,ABEAC H 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. 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 1 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 $100 I$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 777717777- 20 P._ t:,1 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 REP 2016-205-KB 21 MIAMI BEACH CITY OF MIAMI BEACH REQUEST FOR PROPOSALS(RFP)No.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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 I. MIAMI-DADE COUNTY DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES(RER)(formerly DERM). • Class I Permit for Construction of Seawall • 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 • Notice of Intent to use the General PermitFor Construction of Watermain Extensions for PWs • Notification/Application For Constructing A Domestic Wastewater Collection/Transmission System 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 22 APPENDIX A _ . AAIAMI BEACH Proposal Certification , Questionnaire & Requirements Affidavit RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue , 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 23 Solicitation No: Solicitation Title: 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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 2016-205-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' 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 2016-205-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/. 7 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. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. 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 2016-205-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 2016-205-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 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 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: 29 APPENDIX B (1:1 MIAMI B " No Bid " Form RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for those 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 on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of f , e solicitations by the City. RFP 2016-205-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 #2016-205-KB 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 31 APPENDIX C MIAMI BEACH Minimum Requirements & Specifications RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-KB 32 C1. 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 have successfully completed the construction of two (2) projects similar in scope, cost and volume in the past ten (10) years as the prime contractor or Design/Build Firm. Successfully completed means that the project has reached final completion and that there are no pending issues. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 3. The design lead consultant shall have successfully completed the design of two (2) projects similar to this project within the past ten (10) years. Successfully completed means that the project has reached final design and project is either ready for construction or under construction or construction has been completed. Development of design criteria packages are not considered similar. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 4. Design/Build Firm or its design consultant shall have successfully permitted two (2) projects similar to this project within the past ten (10) years with environmental agencies such as Dade County, South Florida Water Management District;Army Corps of Engineers, etc. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 5. Design/Build Firm or its design consultant shall have successfully completed the design for deep underground structures and seawalls of at least three (3) projects during the last 10 years. Submittal Requirement: Project name and location; project description; original and final contract duration, original and final cost of the project; date of completion, owner's representative, and owner's representative contact information. (1 page per project) 6. Design/Build Firm or team member must be 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 RFP 2016-205-KB 33 • 3.10—Highway Lighting • 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 Submittal Requirement: Submit a copy of the required pre-qualifications. 7. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than $10 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 $10 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent). 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 For Flamingo Park Neighborhood. 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 work contemplated under this proposed contract comprises the design, permitting, community outreach for, construction administration and the construction of the infrastructure site work for RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR NEIGHBORHOOD Flamingo Park Neighborhood — 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. The work will include but not limited to site preparation; earthwork, roadway reconstruction, water main installation and water services relocation; and storm drainage infrastructure installation, street lighting, pedestrian lighting, signalization, landscaping and streetscape RFP 2016-205-KB 34 improvements. In addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. The general location of the work is as follows: The Flamingo Park Neighborhood more specifically described as 11th Street from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue. 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 consist of the removal of the existing old water mains and installation of new water mains and services including new water meters with automated meter reader technology. Service lines will be relocated to the front of the properties within existing City right-of-Way in areas where the service lines are in easements at the back of properties.Water service must be maintained at all times. 2. 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 to 3.7 NAVD, and harmonization of driveways. Utilizing an updated survey containing finished floor elevation (FFE) data, all road right-of-ways within the limits of the project shall be reconstructed to newly targeted elevations. Additional design considerations will be made to maintain positive drainage away from the private lots. Street lighting improvements and enhanced signage along each street will be considered. 3. 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, the connecting to existing outfalls and the installation of a new 48"storm sewer system. 4. Gravity sanitary sewer Improvements consists of the evaluation of the system to determine if the system segments should be replaced or repaired by lining or grouting. Sanitary map showing pipes to be lined will be included as part of the DCP. Sewer service shall be maintained at all times. Design and construction for bike lanes, multi-use paths and sidewalks as depicted on the typical sections in the Bicycle Pedestrian Master Plan 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$9,200,000 Million. Project Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. RFP 2016-205-KB 35 • Design & Permitting Phase: 90 Days from the issuance of Notice to Proceed (NTP) • Substantial Completion: 365 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 $5,000 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 $5,000.00 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. Remainder of Page Intentionally Left Blank RFP 2016-205-KB 36 APPENDIX D MIAM BEACH Special Conditions RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-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 2016-205-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 2016-205-KB 39 APPENDIX E �. MIAM 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. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-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.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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 2016-205-KB 41 Section 2—GUARANTEED MAXIMUM PRICE(GMP)-SAMPLE REQUEST FOR PROPOSALS(RFP) No.2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER � t J r t@t "" °` � .!.1!1/: M 4,, x J... w �� �A(4,. gX g& ate v a�waa ... m .. ,' sz. �t° A tl� lk, 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—Ill 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 PUMPSTATION 6 CURB INLETS 1 LS MANHOLES 1 LS YARD DRAIN(W/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 RFP 2016-205-KB 42 FIRE HYDRANT I 1 I LS 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 LA GORGE OWNER CONTROLLED PROJECT CONTINGENCY 10%OF TOTAL GMP LA GORCE 10 r v TOTAL GMP LA GORCE 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-2016-205-KB 43 APPENDIX F MIAMBEACH Insurance Requirements RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-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. ' -KB 45 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFP) YO7 T ,, '' =. 1 - iiikA ; ORIGINAL .. t a;.. <I •_ it• z3. w,-^''R" `, - - . 0 k_ , rtill •- 4: : r. t 4 ) r V" 4 1 ` .JEFFERSON AVENUE_ "7"-- `j' '' �i „.c. It‘ -. .. \1/4,„ ,Vt. , ....al ... FLPMNGO PARK NEIGHBORHOOD CITY OF MIAMI BEACH I RFP NO.: 2016-205-KB Mk. DESIGN/BUILD SERVICES FO RIG-T OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR F_, MINGO PARK NEIGHBORHOOD - PHASE II DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS SI DAVID MANCINI City of Miami Beach April 3rd,2017 Procurement Department Attn: Kristy Bada 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 SUBJECT: PHASE 2-EVALUATION OF TECHNICAL AND PRICE PROPOSAL DESIGN-BUILD SERVICES FOR THE RIGHT OF WAY INFRASTRUCUTRE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD (RFP NO.: 2016- 205-KB) Dear Ms. Bada and Selection Committee Members: David Mancini and Sons, Inc. (DMSI), in exclusive partnership with A&P Consulting Transportation Engineers, Corp. (APCTE), has developed a unique approach to enhance and improve the urban corridor within the Flamingo Park Neighborhood. The Team's approach for the reconstruction of 11th Street, from Alton Road to Jefferson Avenue and from Euclid Avenue to Washington Avenue, began with the residents, businesses, and visitors of the City of Miami Beach at the forefront. Currently our entire Team (DMSI & APCTE) is successfully completing the adjacent infrastructure improvement project on 11th Street from Jefferson Avenue to Euclid Avenue. As the scope of work is in essence the same for that project and Phase Two, our Team has first-hand knowledge and well-established lines of communication with local stakeholders. The Team's wealth of resources and experience in South Florida will provide innumerable benefits to the City of Miami Beach. The DMSI & APCTE Team's qualifications and expertise are extensive, but its attributes that will contribute to the success of the Flamingo Park Neighborhood include UNPARALLELED CONSTRUCTION EXPERIENCE and UNMATCHED DESIGN EXPERIENCE. UNPARALLELED CONSTRUCTION EXPERIENCE: DMSI is the top Design-Build Neighborhood Contractor in South Florida. DMSI's Design-Build Team has more than 30 years of combined experience which was founded on an acute understanding of the technical challenges related with roadway reconstruction as well as open-cut utility construction. Their experience with similar projects in the City of Miami Beach has also allowed them to become familiar with the geotechnical conditions and potential challenges throughout the City of Miami Beach as well as within the project limits. Furthermore, our Team's tenure on these projects has resulted in invaluable working relationships with the City Staff, regulatory agencies, and utility companies UNMATCHED DESIGN EXPERIENCE: APCTE will lead the design effort and will summon their extensive design and permitting experience. Their experience was forged while completing more than 75 roadway infrastructure projects in South Florida. Due to this, APCTE has become a trusted design engineering firm in the community and has spearheaded design initiatives on some of the area's largest and most complex design-build projects. Through these experiences, APCTE has developed longstanding relationships with the City of Miami Beach and the Public Works Department, which will provide seamless coordination throughout the City's processes and procedures. The DMSI &APCTE Team is confident in our ability to complete this project ahead of the City's schedule. This will be possible due largely to DMSI's local knowledge and APCTE's design experience. Our expertise designing and constructing roadway infrastructure projects will be backed by an approach that was 1210 Washington Ave.#250 Miami Beach,FL 33139 Ph:305-532-8827 Fax:305-532-8835 11 DAVID MANCINI »,avvS. ,......,...,, aaee..eYk. ,.3:\M.Sc`eamdc.ay. kxb 'xk1....v^`inmwsm3tib`..inw4::.w.aM.eSv"itis'vvei9"'.Ne",t,asailk"&AFSS:\`;3?+5iw^t1"�'„1iA11':ilxlvl'baFa.^s"sa.:S b«.:.,aauv,:ld..a,>Wi cultivated to benefit the City from concept through construction. The approach will be centered on these factors: our work plan, design efficiency, and community awareness: it I WORK PLAN: The DMSI Team's expedited schedule and balanced budget will be achieved through four design delivery packages and two phases of construction. This will provide our team the ability to execute design, permitting, and construction activities simultaneously. One of our Team's greatest strengths is the ability to conduct multiple activities simultaneously and the potential to summon more than 60 field craft workers located throughout South Florida in order to fast-track this project's completion. We are confident that we have the ability to complete the project within XXX days from Notice to Proceed, as established in Addendum 4. Moreover, we are certain that our in-depth knowledge of the local working conditions and extensive resources cannot be matched by our competitors. — DESIGN EFFICIENCY: The DMSI Design-Build Team has identified opportunities to improve ■ ■ ■ the proposed 11th Street infrastructure project, extend design life, accelerate the schedule, ■ ■ ■ reduce overall costs, and minimize impacts to the Flamingo Park Neighborhood stakeholders. We have contacted all affected utility companies to evaluate existing facilities, requirements, and proposed relocations. We will follow up with permitting and regulatory agencies requirements and will ensure their conditions are consistent with the DCP requirements. Our team will designate a full-time permit coordinator to oversee and direct all permit review and approval processes. COMMUNITY: A project of this magnitude must focus on the needs of the community. Our approach to alleviate impacts will build off of our experience from the adjacent 11th Street Project and will begin with a robust community outreach plan, led by our local public outreach leader Media Relations Group (MRG). MRG's has a 16-year history working with the City and a long-standing relationship with Governmental representatives which will be vital to the community's satisfaction and our team's success. MRG has gained experience from coordinating public involvement efforts for several design-build projects in the City and is proficient at interfacing with residents and businesses surrounding the project corridor. Currently MRG is performing community outreach for the adjacent 11th Street infrastructure project from Jefferson Avenue to Euclid Avenue. As a supplement to the community outreach plan, DMSI developed primary and alternate maintenance of traffic (MOT) plans to minimize impacts to all modes of transportation and utility disruptions in order to best serve the community. Our team has diligently devoted its efforts to early coordination with stakeholders in order to solicit their unwavering support for our proposed designs. We are confident that our superb Team can successfully complete this project in accordance with the City's and community's expectations. Our Team is completely committed and eager to work in a partnership with the City's Staff to deliver this incredible project on-time and within the budget. Sincerely yours, DAVID MANCINI AND SONS, INC. A&P CONSULTING TRANSPORTATION ENGINEERS / .7)i. / ...„ 7/7 , __----'------'-' il 7i-/- , /_...-- David Mancini Anton' costa, .E. President President 305.532-8827 305.592.7283 dmancini(&dmsi.co agacosta(aagcte.com 1210 Washington Ave.#250 Miami Beach,FL 33139 Ph:305-532-8827 Fax:305-532-8835 TABLE OF CONTENTS v • TAB 1 -TECHNICAL PROPOSAL 1.1 INTRODUCTION 1.2 Project Location 1.3 Team's Project Understanding 1.4 Major Design Elements 1.4.1 Pre-Design Meetings/Project Investigation 1.4.2 Typical Sections 1.4.3 Driveways 1.4.4 Vertical Alignment 1.4.5 Clear Zone 1.4.6 Sight Distance 1.4.7 ADA Requirements 1.4.8 Drainage Design 1.4.9 8-inch Water Main Design 1.4.10 36-inch Force Main Design 1.4.11 24-inch Gravity Sewer Design 1.4.12 Lighting Design 1.4.13 Signalization Design 1.4.14 Signing and Pavement Marking Design 1.4.15 Landscape And Irrigation Design 1.5 Material and Methods 1.5.1 Materials and Workmanship 1.5.2 Construction Methods and Activities 1.5.2.1 introduction 1.5.2.2 Construction Activities 1.5.2.3 Pre-Construction Meeting &Conference 1.5.2.4 Pre-Construction AudioNisual Record 1.5.2.5 Site Inspection 6 TABLE OF CONTENTS (2/4 1.5.2.6 Work to be conducted by others 1.5.2.7 Mobilization 1.5.2.8 Construction Sequencing, Phasing &Scheduling 1.5.2.9 Traffic Control Plan (TCP) 1.5.3 Safety and Health Approach 1.5.3.1 Measures to train and orient workers 1.5.3.2 Measures to secure the work areas 1.5.3.3 Measures to address emergencies 1.5.3.4 Comprehensive Risk Register • TAB 2 - SUB-CONTRACTOR EXPERIENCE & QUALIFICATIONS 2.1 Sub-Contractor Company Information 2.2 Sub-Contractor's List of Similar Experience and Qualifications 2.3 Construction Sub-Contractor's Relevant Experience • TAB 3-APPROACH AND METHODOLOGY PLAN 3.1 Understanding of the Scope of Work 3.1.1 Scope of Work 3.1.2 Methodology 3.1.3 Sequencing & Phasing 3.1.4 Maintenance of Traffic 3.2- Utility Coordination 3.3 Approach to Permitting 3.4Quality Assurance/Quality Control (QA/QC) Plan 3.4.1 Design QA/QC 3.4.2 Project Schedule QA/QC 3.4.3 Plans Quality Control TABLE OF CONTENTS (8/4) 3.4.4 Phase Submittal & Review Procedures 3.4.5 Review Schedules, Completeness& Motivation 3.4.6 Constructability Reviews 3.4.7 Design and Construction Coordination 3.4.8 Information Sharing 3.4.9 Construction Process QA/QC 3.4.10 Overview of the Quality Control Program 3.4.11 Quality Control Organization 3.4.12 QA/QC Manager 3.4.13 Superintendent 3.4 14 Sub-Contractors 3.5 Percentage of Construction Work 3.6 Summary Narrative 3.6.1 Project Understanding 3.6.2 Scheduling, Including Key Performance and Success Factors 3.6.3 Proposed Design and Construction Approach 3.7 Technical Approach 3.7.1 Roadway Typical Plan and Profile 3.7.1.1 Impacts of Roadway Profile&X-Section 3.7.1.2 Roadway Cross Section Selection 3.7.1.3 Roadway Profile Standards 3.7.1.4 Rendering & Engineering Drawings 3.7.2 Anticipated&Coordination with Utilities 3.7.2.1 Early Coordination 3.7.2.2 Avoiding & Mitigating Conflicts 3.7.3 Anticipated Impacts&Coordination with Adjacent Properties 3.7.3.1 Driveways, Pedestrian & Bicycle Accessibility 3.7.3.2 ADA Compliance Accessibility TABLE OF CONTENTS (41/41) 3.7.4 Supplemental Geotechnical Environmental,or Contamination Investigations 3.7.4.1 Geotechnical 3 7.4.2 Environmental 3.8 Project Schedule Approach 3.9 Environmental Quality Management Approach 3.9.1 Approach to Minimize Community Impacts from Construction Noise, Dust&Vibration 3.9.1.1 Noise 3.9.1.2 Dust 3.9.1.3 Vibration 3.9.1.4 Temporary Night Illumination 3.9.2 Correcting and Resultant Settlement and/or Damage to any existing structure 3.9.3 Preventing or Containment of any Discharge 3.9.4 Pre Treatment of Construction Water 3.10 Scope of Work to be Performed by Contractor 3.11 Staging Areas, pedestrian paths and vehicular traffic patterns 3.11.1 Construction Staging Areas(CSA) 3.11.2 Pedestrian Paths and Vehicular Traffic Patterns • TAB 4 - PROJECT SCHEDULE 4.1 - Preliminary CPM Schedule • APPENDIXES A- Roadway Geometry B- Force Main As-Builts C- Photometric Analysis W PHASETWO> 9 0 to D r Our mission statement is to facilitate the successful and safe construction of this neighborhood project on time and within budget while mitigating all construction inconveniences to the Flamingo Park Residential Community and maximizing the owners' "Return on Investment': TAB 1 PROJECT TECHNICAL PROPOSAL FLAMINGO PARK NEIGHBORHOOD 00,...iiiii-7 PROJECT TECHNICRL PROPOSAL TAB DESIGN BUIL SFr" n.Fn^Ac r 1.0 PROJECT TECHNICAL PROPOSAL The technical proposal shall document the 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 sufficient detail to allow the City to evaluate its compliance with the design criteria package,including major systems and requirements. 1.1 INTRODUCTION The DMSI Team welcomes the opportunity to submit this technical Proposal for the improvements to the Flamingo Park Neighborhood- 11th Street Right-of Way Improvement Project from East of Alton Road to West of Jefferson Ave- nue and from East of Euclid Avenue to West of Washington Avenue. The DMSI Team is comprised of outstanding contractors,engineers,and landscape architecture that possess: • Extensive experience with similar projects within the area, • A complete understanding of this project's challenges and the City of Miami Beach's vision, • Existing working relationships with all the community stakeholders,and • Design and construction expertise earned through multiple infrastructure project for the City of Miami Beach. When constructed,the project will complete the City of Miami Beach Master Plan's vision for 11th Street as a resilient corridor that reduces the flood risk associated with precipitation and sea level rise.While all coastal communities face this issue,the City is at the forefront of risk mitigation through projects such as this one.The city is investing in raising roads,installing stormwater pump stations,raising sea walls,and creating higher elevation standards for all new and substantial construction projects. In preparation for this project, our Team has been specifically organized and staffed to develop quality design, con- struction documents,and conduct all construction activities in an efficient and cost effective manner. 1.2 PROJECT LOCATION The general location of the work for this project is along 11th Street as follows: • From East of Alton Road to West of Jefferson Avenue,and • From East of Euclid Avenue to West of Washington Avenue. - Flamingo Park i " + , YAM .. .; m ' mer, .' ' 1 17 r ' i Fa It .4'! Illi eli __w_ rotant z • P - II:Ft 'S:r ' i.. r k'i ?!� «w ..MIC+ ► 'Ertl p s Y . - iii, ,, . .,„ ___ ,r . . r n' fy 4 Exhibit 1 -Project Location DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP III PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN BUILD SERVICES F < ,>>,<L'^ �:�V,=^,t P 1.3 TEAM'S PROJECT UNDERSTANDING The City of Miami Beach sits along the Atlantic Ocean is a lys threatened byseal level rise and flooding.In recent decades, i : � 1� . the mean sea level surrounding the City has risen steadily F ; - which has triggered flooding during precipitation as well as ) R '° . , Ill I during tidal events.The majority of this area is only four to 4,04, d five feet above mean sea level and has a porous limestone ,, r foundation,which makes it more susceptible especially due hr& to tidal flooding and ocean surges. Not only does this pres- ent res ent a nuisance for the community, it also has the potential '. " -ter • to impact the economic viability in the region. In order to mitigate these potential impacts,the City is taking positive _ and unprecedented steps to save itself from the effect of sea level rise. In support to the City's effort's, the DMSI/APCTE Team stands ready to design/construct the project known as"The Flamingo Park Neighborhood':The work under this proposed contract is comprised of the design, permitting, F community outreach,construction administration,and con- struction on struction of the infrastructure site work for the right-of-way ... infrastructure program for Flaming Park Neighborhood - 11th Street from Alton Road to Jefferson Avenue and from ;M ,: F,, " Euclid Avenue to Washington Avenue. Photo 1-Sea level flooding at Alton Rd.&5th Street The work includes,but is not limited to: • Reconstruction and improvements to the roadway and streetscape including sitework preparation and earth- work, consisting of the removal of encroachments and the complete reconstruction of the roadway cross sec- tion including a design profile and cross slope by raising the roadbed to a minimum road crown elevation of 3.7 NAVD. • Construction of enhanced bulb-outs,new landscaping,and a new irrigation system at each intersection which will be similar to those prepared on the on-going 11th Street(Jefferson Avenue to Euclid Avenue) Project. • Installation of a new stormwater system consisting of the removal of the existing drainage system as well as designing and constructing of a new 36-inch Concrete Reinforced Pipe,P-5's and P-6's drainage structures,and the connection to an existing outfall • Installation of drainage system in private properties,such as yard drains and/or driveway trench drains,to main- tain positive drainage away from the private lots. • Improvements of the water main which will consist of removing the existing water mains(WM)and fire hydrants (FH)and installing a new 8-inch WM with minimum 2-inch services;this will include new water meters with au- tomated meter reading technology.All valves will be gate valves.Viton For Viton Extreme Gaskets will be used in areas where contamination is discovered.New standard EDPM gaskets will be used everywhere else. • Improvements of the Gravity Sanitary Sewer(SS)will consist of removing the existing SS mains and installing a new 18-inch and 24-inch PVC SS Mains and manholes.As a result of the DMSI's Team's experience working on 11th Street,we have first-hand knowledge of the poor conditions of the existing sanitary sewer pipes and man- holes.This led to the Team's opting not to repair by lining or grouting any existing SS mains and/or manholes from Alton Road to Jefferson Avenue.Also,our team has inspected the existing SS system from Euclid Avenue to Washington Avenue and has determined that the lining was recently done on this pipeline is still in good condition.Minor repairs will be done at two of the existing SS manholes to improve their structural integrity. • Improvements of the Sanitary Sewer Force Main will consist of continuing the recently constructed force main from the pump station area and connecting it to the existing 42-inch force main near the intersection of 11th DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. III PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN BUILD SERVICES FOR RIGHT OF WAY INFRASTRIK- ,a , , v - _ .--„A.\,1 Street and Michigan Avenue. • Improvements of the Street/Pedestrian lighting con- sisting of removing all existing cobra head lighting fix- ' ,,,,I,;„.` ._ ,.:. It + tures and installing a new pedestrian level street light- ; ; F.: -% „ ing system. Streetlights will be black Graville II Classic P. „ . 4c , ' LED design with a cap. Light bulbs will be 100 W and -=' - ���-�'- .- a maximum of 3000 degree K. Our proposed lighting / ° t -t_. ' m system will be designed and installed to minimize the •i$i ! `. 4. glare onto adjacent private properties.Our lighting de- sign will exceed the City's minimum design standard of 0.6 foot-candles for residential areas.Three 2-inch pvc , _” conduits will be installed throughout the length of the project for traffic signal and communications purpos- es. As • The existing signalized intersection at Pennsylvania ' Avenue will be removed and replaced with black mast '" arm standards and pedestrian signals.At this intersec tion, the lighting design will have a lighting illumina- tion level of 1.5 foot-candles • Installation of cross walks at each leg of all intersec- tions which will be constructed of brick pavers in a pi- ano key pattern. • Installation of new signing and pavement markings • Installation of Rectangular Rapid Flashing Beacons (RRFB) on the North and South side of the EB and WB Photo 3 Installation of gravity wall along 11th Street approaches at the intersections of 11th Street at Lennox Avenue and Michigan Avenue. • Harmonization of all adjacent properties,including the reconstruction of all driveways and entrance connection to all residents connecting to the proposed construction. • Installation of•ravit walls and handrails in areas where harmonization of private properties in not feasible. • Removing existing FPL/AT&T utility poles on the south side of 11th 01/11# Street and replacing them with new concrete FPL poles which will be placed at the ROW line.Also,secondary service lines that pass over 11th Street will be relocated underground to the maximum practicable depth. I Guy wires for utility poles will be replaced by pole-to-pole connections ` 11 to the maximum practical extent. c044"4 A 1 . -.A ii IT As per Addendum No.4 there will be one Notice to Proceed issued for Jms ii, this project.The Notice to Proceed (NTP) will be issued soon after the . , contract has been executed by all parties. Substantial completion shall be 365 calendar days from issuance of NTP.Final completion shall be 90 4 , ‘•,- calendar days from date of attaining substantial completion. In order to comply with the design criteria package,we have reviewed the conceptual plans,the Miami-Dade County existing signalization as- ' built plans at the intersection of 11th Street and Pennsylvania Avenue • 1 .ki. ,17 to find out the location the FPL and AT&T service points,the FDOT Dis- Photo2-New FPL concrete poles to be placed trict 6 Alton Road Design Plans,existing utility plans, preliminary topo- at the ROW line along 11th Street graphic survey, and many other sources of information. Based on this DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. III PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN BUILD SERVICES FGR RwH 1 OF ni''vf?UF A>TRS.( TURF 'CR _N-^n a', -- ,,1 review and our field observations,we are submitting a 30%preliminary design plans that reflects our design approach for this design/build project.Once the contract is awarded,we will submit plans for the 60%, 90%and 100%design milestones.Before the submittal,we will verify the location of all existing utilities determine,if any utility relocation will be necessary. As part of the design process,our Team will prepare a site plan and details for each property within the project limits. The plans will propose driveway reconstruction details with proposed profile from back of curb to the tie-in loca- tion,proposed drainage,grading,landscaping,and all other applicable elements.We will secure a license agreement for each affected property to enable us to perform the site improvements inside the owner's private property.The cost for all professional services,embankment,yard drain,trench drain, 12-inch storm drain,concrete and/or asphalt driveways,landscaping,etc.has been included in our price proposal. 1.4 MAJOR DESIGN ELEMENTS 1.4.1 PRE-DESIGN MEETINGS/PROJECT INVESTIGATION Prior to the start of the 60%plan preparation phase,our team will conduct a project kickoff meeting with the City Project Manager from the PWD,who assisted in the development of the conceptual plans and will act as Design Criteria Engineer,and City representatives to discuss and implement conflict resolution procedures.All parties in- volved with the project will be notified of the design schedule and expected dates of design phase submittals as well as projected construction phases. In preparation for this Technical Proposal and the award of this contract,the DMSI Team has already conducted the following activities: • Obtained preliminary geotechnical information by performing soil borings to identify soil types,soil character- istics,and properties for engineering design and groundwater elevation • Developed a Tabulation of Quantity Sheets for improvements to the roadway,drainage,water,sanitary sewer, force main,lighting,signalization,signing,pavement markings,landscaping,and irrigation in order to provide an accurate construction cost • Conducted a preliminary stormwater management study to verify peak stages generated by the stormwater model versus existing elevations within private properties to avoid flooding. The DMSI/APCTE Team will identify the additional survey required after reviewing the survey provided by the City.Our surveyor FR Aleman will be tasked with review- ing and verifying the survey data as well as providing any additional measurements needed to complete the design. Subsurface Utility Engineering,to identify existing underground utilities will also be included. 1.4.2 TYPICAL SECTIONS After analyzing the typical sections included in the Design Criteria Package(DCP),we ,.. ‘ have developed three distinct typical sections for this project by slightly modifyingV. the typical sections that were included in the DCP.We feel that our typical sections ,,,rte provide the type of corridor the City envisions and transition flawlessly into the con- -., cept developed by APCTE, and approved by the City,for the adjacent section of 11th Street.These typical sections maximize the security and safety for bicycles and pedestrians through ample sidewalks on both sides of the road while providing sufficient service for vehicular traffic.In the following threwe(3)pages we describe our three distinct proposed typical sections. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. II PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN MAD SERVICES FCi= ?-<_i-T OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM The first typical section,from east of Alton Road to Michigan Avenue,consists of two 13-ft travel lanes with 7.5-ft park- ing lanes,type F curb and gutter,and 10.33-ft sidewalks on both sides of the road.This typical section includes 1:2 side slopes on both sides for harmonizing into adjacent properties with with some monir sections of gravity walls. In this portion of the project,the available Right-of-Way(ROW)width is 60-ft.As indicated in our typical sections shown in our 30%preliminary roadway plans and skematically shown below,we have been able to provide a 10.33-ft sidewalk on the north side of 11th Street by extending the sidewalk 3.25-ft into the City's Flamingo Park. 15,10VAT11.11141111 �t..... 1 R/W LINE H .= - FLAMINGO 28'R/W " " n ,. 32 R/W "w s PARK al •." M . ♦a'it .# •y• F^ ®. 1`4. 1. it Qe pry � _ � "7m.. — ':fI 4111114,16111FAr.. _ 1 L. 6• 6. t ADDITIONAL ROW 10.33' 7.5' 13.0' 13.0' 7.5' 10.33' j FROM FLAMINGO PARK ,x d� ?. TO OBTAIN 10.33 SIDEWALK- SIDEWALK PARKING TRAVEL LANE TRAVEL LANE PARKING SIDEWALK LANE LANE i,...e ,. . <:. 3.33'(*) ( 60.0'ROW ;. �„� 'fEOlr�—r `yr r, :F ass" `,"C".. ` w2 0 I 94 ,yui` y a'� ~'mss` eim �i u= t�' ..R C� 0!yr.0 111 i 1t' figs �+ ', # ) ',\ )q. / 1 A ' \ ii EXHIBIT 2 PROPOSgDTYPICAL SECTION FROM ALTOfRD.TO MICHIGAN A` ,x.. DAVID MANCINI AND SONS,IN ASSOCIA1 uNI '-i i i 11,-,..6u- --LA SULT t RANSFJ5,A HON o=iv tNtci,'7,C:,ORP. III PROJECT TECHNICRL PROPOSAL TAB 1 ii0T-2.--, DESIGN-BUILD SERVICES F 'VA`/1I'dFRASTRU( ,RE IMPROUF' )GRAM The second typical section spans from Michigan Avenue to west of Jefferson Avenue.This section abuts to the section of 11th Street that is currently under construction.This typical section consists of two 11-ft travel lanes with 7.5-ft parking lanes,and type F curb and gutter on both sides. Here,a 10-ft and 7-ft sidewalk is provided on the north and south side, respectively. In this portion of the project the available Right-of-Way width is 50-feet.This typical section includes 1:2 side slopes on both sides of 11 ST.for harmonizing into adjacent properties.Similar to the previous typi- cal section,the 10-ft sidewalk on the north side was achieved by encroaching 5.67-ft into the Flamingo Park. " s fir' .v f - "'',.;t*. R/W LINE P 1 1. ��� 111 c LAMINGO 23.33'R/W _ 26.67'R/W s, ' PARK G . > \ 0:31 �. r s y s lio 1. , r+s1., 7.5' - - -�- +asp..6" 6" ^�+, ,•ADDITIONAL ROWSOA' 11.0' 11.0' 7.5' 7.0' FROMOOBTAIN 1 ffSIDEWGO PARK SIDEWALK PARKING TRAVEL LANE TRAVEL LANE PARKING SIDEWALK • TO OBTAIN 10.0'SIDEWALK LANE LANE 5.67'(*) I 50.0'ROW sir Y + d -; ,sd,,. rk` a Y? Mr kan I • _ C.; , . , *ir 014 e'er" �+`k„t*�" ati • ''' ' 1 *" : i I ":14:::;:;.;imp:4",.V ., i •�, r.`W . .; q ff-, } ,,-',.'7:)4,.:';.i.4, I r .._ ,"°t. 't'�d'YA't'x� 3*"s EXHIBIT 3-PROPOSED TYPICAL SECTION FROM MICHIGAN.AVE.TO JEFFERSON AV DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 6 PROJECT TECHNICAL PROPOSAL TAB 1 iiimul DESIGN BUILD SERVICES FOR RIGHT OF WA, The third typical section also possesses 50-ft of ROW.The east end of this typical section abuts to the section of 11th Street that is currently under construction,and spans from east of Euclid Avenue to west of Washington Avenue.This typical provides two 10-ft travel lanes with 7.5-ft parking lanes,and type F curb and gutter on both sides.A 5.67-ft and 7-ft sidewalk is provided on the north and south side,respectively.This typical section also includes 1:2 side slopes on both sides for harmonizing into adjacent properties with some sections of gravity walls.. i. Li .,. '.1 • F r r -- 11 —r.......... F._ ,, „, _ . sip24.33'R/W 25.67'R/W '1'1—, T i f 11 1 } v ., I „ i A 1 • 1 ' t.Ii iia 5.67' 7.5' 10.0' 10.0' 7.5' 7.0' SIDEWALK PARKING TRAVEL LANE TRAVEL LANE PARKING SIDEWALK LANE LANE 50.0'ROW s^"�x4 v,` span "rr' I° ' w *",is '"* Ya'x"+ '` • ` i� 1r �{ ,, mrw x ( 1 ' ,..„ 4:: _ _, i 1 y tlt " r :�. i , Fammum '^,.a.,. e-. , ii ,- Ay• k i c. i •T;•.... <:r .`:F,4?" F i,.., ..t,,, 1 .Yale.. EXHIBIT 4- PROPOSED TYPICAL SECTION FROM EUCLID AVE.TO WASHINGTON AVE. DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP.III PROJECT TECHNICRL PROPOSAL TAB 1 DESIGN-BUILD SERVICE BHT OF WAY INFRASTRUC UVEMENT PROGI'' In addition to the three main typical sections,we have also included a r `^ partial typical section depicting a gravity wall at the back of sidewalk. This configuration will be used at locations where a side slope harmo CONST TYPE F CURB&GUTTER nization can not be accomplished. GRAVITY WALL 1.4.3 DRIVEWAYS Due to the grade differential between the proposed back of sidewalk 0.05 0.02 NATURAL GROUND and existing driveways,our roadway design will require a transition to . 4 existing driveways that will extend outside of the ROW.FDOT Standard Index 515 will be used to design all of these transitions in order to pro- ( �.'. vide a safe and comfortable transition to the existing grade.It is worth CONCRETE -' 12"TYPE B SIDEWALK noting that some of existing driveways are wider than the maximum STABILIZATION permitted by the City standards and will be addressed by our design. LBR4o Our Team will prepare plan and profile as well as details for each drive- Exhibits Partial Typical Section depicting a gray ity wall at the back of sidewalk to be used where a way within the project limits during the design phase.Driveway mate- side slope harmonization can't be accomplished rials and widths will be replaced and/or adjusted. Pedestrian facilities will require a more specialized approach and will be considered on a case-by-case basis. 1.4.4 VERTICAL ALIGNMENT As directed by the DCP,the minimum elevation at the crown line of 11th Street is not to be less than 3.7 NAVD.Addi- tionally,the minimum elevation at the edge of pavement shall be 2.7 NAVD(Refer to Appendix A for Horizontal and Vertical Alignment calculations).During our utility coordination process,we were notified that TECO Gas has a lift sta- tion just east of Alton Road on the north side of 11th Street.They informed us that adjusting this lift station vertically would be a tremendously burdensome and costly.Therefore,in order to avoid impacting this facility and to pre- serve two drainage inlets just east of the lift station,we determined that the new profile and reconstruction limits should be moved to the east of the Teco Gas Lift Station. As a whole,the existing profile of 11th Street increases in elevation as you move towards the east.Due to this, we are able to end the reconstruction of 11th Street and the profile grade 266-ft west from the end of the proj- ect.This is due to the fact that at this point,the existing elevation is at or above 3.7 NAVD. In turn,this led to us pro- pose milling and resurfacing the final 266-ft of the project.Our diligence and awareness of the existing conditions enable us to uncover this,and reduce the overall cost of this project significantly. Some of the biggest impacts caused by substantially raising 11th Street are the impacts to existing driveways, pedestrian walkways, fences, and landscaping.In order to overcome these challenges successfully,we will provide profiles for each individual driveway in order to demonstrate exactly how we propose to make the connections.For the pedestrian walkways,we propose two different solutions.Our first solution is to provide profiles,like those for driveways,wherever practical.If this is not practical,steps will be provided from the new back of sidewalk to the existing walkway. There are two locations along the project where the existing fence will need to be reset vertically due to the roadway improvements.The first location is on the north side of 11th Street along Flamingo Park from the beginning of our project to Michigan Avenue.The second location is located on the south side of 11th Street within a property between the east side of Michigan Avenue and the west side of Jefferson Court.These fences will be reset at their present lo- cation at the new elevations. Based on the experience gained from the section of 11th Street that APCTE designed and DMSI is currently constructing,the disposition of existing landscaping due to the roadway improvement varies according to the individual property owners.Simply,some property owners prefer to have their landscaping removed while others would like it to be replace. It is also worth noting that the impact to signalized intersection will also be significant. All signal mast arms will need to be replaced in order to comply with clearance requirements. Further, in this project there is only one signalized intersection,at 11th Street and Pennsylvania Avenue,and it will receive a plateau for safety and comfort. uAviU MANCINi AND SONS,IN ASSOC-IA-110N WI H A&P CONSULTING TRANSPOk iAriON ENGINEERS,CORv 8 4P - . . .... . .. - - .. . -- siomp .,'.. ""---................ PROJECT TECI-NICRL PROPOSAL TRB 1 P HAS ETVVO> rvcwt mg ,-: , ,orm°,1 0. — , ,.•.:4.3:.g, - --„,,,„ * , . , 0.,, -f)- '4, '611- 1 :,,.,,:-'..,..., -,.. - .1,4- !----T- , 1...,,, . :—__,.•A ''''. . -4 .. , ..-, ,, ,z A.-i 1 . f'4i . 1,11 !,:r,=,..„4 . il_.- . -. .."1''....1''''' .---- :''...'„'". ---v.V,;f,,,;4,,",,"7, 1 INIK -, litt , r,.... -0--, ., .. 1.4 1 ... ,i :, Mit MIMI' .. ,•-r"'llfilIV .. -:'4,4%''''—‘....4 ,, I — ,15 ,':','''rEil,i.'-r:.'i..e'a'2r'•,..1-1'1.,.I.ra",.'"l.,1,1Wl,,,-mi.ta,w,.tr,p-,x13.,,,.171-m.ry,.-1,„5r1.i."p1:1.;',,.-1.f.i.{e,.,1.i1...i...:4„f'l,...-,,i.,,,A.,'-.';''--.-.-,-....,7-7,..:: p-„-,”,----.,-.-',1—''4,*'..-S-O1.!.".4'.,1.,-..*-..1-.:i4,',,',I,"-;,e..-,...A!:,-,,,,',-,4.,!-,,,i4,.•.,,..,M„--J.Trr„.--..-'.',z,, _ k. ', ,-'4=7,77!! ' ''..----';'*-6.1?.._.... f'4". ''''' ''''',,i......94 ..., ippi -:.nt '",.,...:11 4 fx. . .,..,, 'It ,,,-,-,--4111111:' - - v."li . 1--'''1• : -4;;. . 1 t ri‘ . „ -- . -.4 ' ' -i'''-42` - ' -"..,' ' ICIFISI :). _ .... ,,„ . 49M '111' it - ., ^ i 4.3 .., ti":77'''' '-. *C - •T'7- • 1t,,,,..., ,, ,L. :-..,',....,....,...., ,„it on 1 ,,,,,..-9 C, . -._ .,..*NIA,:?'' 1, 111,--• - 1w,z57.:. .,._:,. -......._., .7 -..'.;ti i:,-...-.,;;;.,;,).-- - •t'-".** '-:' '''''T' ''''' -II . 7 '4*._`. ' . •""''' --- .. 4,' F0,1 'Itri. .‘.9. .„.,..... „,..1..... : -- -7, /....--..,4r,...-iezva,-:)..: -i* . ..1!AP,...-, -1. 'TN i !oillm_l_44 „„ ,„,,,, .,....„ ,,,,,,,,,.,r ,;,•,, : E.,, ,,,,,ilr ri t... , ...,„6 L , .„,. ., .1,........„..,. ,Ireva,Av*,,, , .7 la 1 , x Exhibit 6-DMSI/APCTE Team project concept recommendations Remove and replace existing FPL pole line with new concrete poles to back of sidewalk I To avoid relocation of TECO Gas lift station,we have started the roadway reconstruction just east of lift station. Area to be milled&resurfaced due to existing roadway elevations being above elevation 3.7 NAVD 4 Construction of gravity walls 5 Intersections where Rapid Flashing Beacon's are being installed Reset iron fence along Flamingo Park(north side)and between Michigan Ave.and Jefferson Court(south 6 side)due to raising Ilth Street to comply with 3.7 NAVD Elevation 7 Plateau at intersection of 11th Street and Pennsylvania Ave.(Signalized intersection). DAVID MANCINI,INC.,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEf6,CORP II ricati PROJECT TECHNICAL PROPOSAL TAB DESIGNBUILDSERVICES c'R A z ^:%,,A_, .,, ^ ',- Ji_‘1 �_ t `�v 1.4.5 CLEAR ZONE Clear Zone(CZ)is defined as the lateral distance from a specified point on the roadway such as the edge of the outside travel lane to a fixed roadside feature or object.The primary function of the Clear Zone is to allow space and time for the driver to retain control of his vehicle and avoid or reduce the consequences of a collision with roadside objects.As specified by Chapter 3 of the FDOT Florida Green Book,the minimum clear zone requirements for local urban streets with 30 mph design speed is 4 feet from face of curb.Once this contract is awarded to our team,we will evaluate the CZ requirement for all streets.A design exception for,horizontal clearance,will be prepared as needed and submitted for City approval. 1.4.6 SIGHT DISTANCE Inadequate sight distance is a contributing factor in the cause of a large percentage of intersection accidents.The provision of adequate intersection sight distance is absolutely essential and will receive a high priority in our design process.Sight distance was verified for some of the intersections within the project limits.As specified in the FDOT De- sign Standard Index 546,Sheet 2 of 6.According to this,for a two lane undivided facility,the minimum sight distance (d)for a design speed of 30 mph should be 390-feet for passenger vehicles.Due to the high residential development of the area adjacent to all streets,as well as the existing and proposed landscape in the swale areas,the required clear sight distance on the approach to some of the intersections does not comply with the minimum stopping sight dis- tance.Due to this,our team will prepare a design exception for City approval wherever applicable. 1.4.7 ADA REQUIREMENTS The 1990 Americans with Disabilities Act requires complete accessibility to public and private transportation facilities for the disabled.As the area within the limits of the project is primarily residential,ADA compliance will have to be analyzed to ensure the safe passage of the disabled through all the streets. During the final design of this project,our team will evaluate the existing pedestrian facilities for ADA compliance,and the deficient elements will be brought up to standards.Sidewalks will follow FDOT Roadway Standard Index 310 and will have accessible routes with a minimum of 36-in clear path.Sidewalk cross slopes will be less than 2% (1:50) and provide a level surface with no protrusions.The final drawings will include the addition of sidewalk extensions at all intersections to facilitate pedestrian circulation throughout the Flamingo Park Neighborhood. ADA ramps in areas with curbs will adhere to On Rocas TMtAre PerpendauarWith The Curb Line,TM Dame Pattern Shall Be In-Lme Section 4.7 of the Americans with Disabilities With The Olreallon Of Trani. On/amps 1.6"Yln. intersecting Curb On A Radius.The Does Act accessibility guidelines and FDOT Design sr I Le'Max Pattern Shah Be a-Line With The Direction Standards,January2015,Index 304.TheEaoeof°eYsa^�e Of Travel To The ExtentPrafiml. variety Warning of ramps that can be constructed in public right , 0.9'Yin. of way is shown on sheet 2, 3, and 4 in Index ,,, - I.?'tax. 304 of the FDOT Roadway Design Standards.All — nO O.2 `°0Y� '� ramp widths shall be a minimum of 48-in mini- V Truncated cone/ / IInfwral Dae. ' —0 O O mum having a tactile texture for visual contact gi f v and slip resistance. All sidewalk curb ramps '�a t _—_ --0 O O O shall have detectable warningsurfaces that TM top width of the done shall be a m/nleum of 50L and a reale of 656 of the base diameter. extend the full width of the ramp and extend 0 0 0 0 TRUNCATED DOME 24 in from the back of curb.Curb ramp running BQee-to-tam:mem stall be 0.65•minima between dmm& slopes at unrestrained sites shall not be steeper than 1:12 and the cross slope shall be 0.02 or PLAN Alf Sidewalk Hem.Detectable Warning Surfaces Tire Extend Tbe Pull Width flatter. At marked crossing crosswalks, the IS Of The Rasp And In The remotion Of Trovel24 Inches MO enll Prom The Back Of Curb. tom of the ramp run shall be contained within Exhibit7-Curbramp detectable warning detail the markings. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 10 . 11m- PROJECT TECHNICRL PROPOSRL TRB 1 aisliPHASETWO> LEGEND - -'7,`",., ' M x ,amit��S' � r. ---Erle.or.+nese sr><em _ - - Prov.Dran.geImprovemena S ? q ° YA t i DMSI/APCrE{Under Construction) $- UNDER CONSTRUCTION(DMSIlAPCTE) -' ..4,j` �� f i 41 y 1-- 11'"Street J � l . ds 12' r .o-,„. „ (yr., Qi ••TYOTI Ynl p ( # ---.a a i s w Exhibit 8-Drainage Analysis and design a J w a ,f „: 1.4.8 DRAINAGE DESIGN In order to provide consistency throughout the drainage system in the corridor,the proposed pipe material for the storm drain- Existing Drainage age system will be A2000 which has more than 100 years of design life,it is lighter than RCP and easier and less expensive to The project area belongs to the Flamingo-Lummus Neighborhood drainage system.The existing drainage system for the install.Roundness testing will be performed after construction.Pipe connections will be done with precast concrete structures corridor connects to the City of Miami Beach pump station located on 10th Street,west of West Avenue and discharges into in accordance with the City's Standard Technical Spedfications.In the following page we're providing a table representing our the Intracoastal Waterway.The drainage collection network within the project limits consists of a 30-in reinforced concrete proposed design for easier reference. pipe(RCP)running between Alton Road and west of Jefferson Avenue,and a 24-in RCP pipe between Euclid Court and Washington Avenue with lateral connections ranging from 12 to 15-in.Our design-build team is very familiar with the proj-1.4.10 REGULATORY PERMITTING ect area as we were responsible for the improvements along 11th Street from west of Jefferson Avenue to Euclid Court In DMSI/APCTE's knowledge and past experience in the procurement of permits for different schedule-driven projects in the City this project a 36-in(A2000)solid pipe is being installed to replace the existing 30-in pipe;lateral connections are also being of Miami Beach,and throughout the County,from the appropriate agencies will facilitate consistent and effective coordination. upgrade to 18-in. We understand that the City has determined a set of parameters for this project in the Design Criteria Package which can only be modified with the approval of the City Engineer.Should any changes need to be made,our team will dosely coordinate with Drainage Analysis and Design the permitting agencies and the City Engineer to meet all applicable jurisdictional requirements.As noted in the Design Criteria Given our team's vast experience in the City of Miami Beach,we recognize that the City's objective is to provide a drainage Package,the City is in the process of obtaining the Class II permit from the Miami-Dade County Department of Regulatory and level of service for a 5-year,24-hour storm event of 7.5-in of rainfall.Through the Design Criteria Package the City has deter-Economic Resources(DRER).Therefore we shall assume that this permit will be obtained prior to construction.Aside from this, mined the diameter for the proposed trunk line to be 36-in.Since the main objective of this project is to protect adjacent all permits that our team anticipates are listed below: property owners from repeated flooding,as has been seen more frequently in recent years,our team will thoroughly eval- uate the proposed system within the limits of the corridor during the design process to ensure that we provide an efficient AGENCY PERMIT NAME ESTIMATED REVIEW TIME system in order to meet the stated level of service.Should modifications to the parameters established by the City be re- quired,coordination with the City Engineer will take place. E Building Department 30 Days 3 a Historical Preservation Board 1 Month Harmonization of driveways and walkways was evaluated to ensure a smooth transition between the proposed roadway ! i Planning Department 1 Month elevations and the existing properties.Several field visits were performed to analyze each location on a case-by-case basis a m Public Works Department 15 Days and guarantee that stormwater runoff will be captured prior to reaching the adjacent properties.Our team determined that the best way to capture the runoff that will slope into the lower adjacent properties is via yard drains.This scenario mostly Urban Forestry Division 30 Days occurs on the south side of the corridor.Trench drains are proposed in alleyways and major driveways. DRER Class II(processed by the City of Miami Beach) 30 Days I Water and Sewer Department(Utilities Collection and Transmission Capaci- In order to minimize construction impacts to the adjacent property owners,our team evaluated different time-efficient u° ty Certification) t Week alternatives for the removal and construction of the new drainage system.We determined that removing and replacingthe v DRER Domestic Wastewater Collection/transmission System 30 Days existing pipes in approximately the same location and elevation will expedite construction and minimize utility conflicts. c Our proposed approach will simultaneously minimize conflicts with existing utilities and accelerated construction.This Works Department 30 Days method proved successful in the area between west of Jefferson Avenue and Euclid Court In this area,we did not encounter o Department of Health 30 Days any issues during construction of the stormwater system.Existing lateral connections that are at least 15-in will be utilized f Traffic Engineering Department 30 Days where they are not in conflict with the proposed work;any others will be up sized to 18-in.Also,our team will closely work National Pollutant Discharge Elimination System(NPDES)Notice of diligently to avoid any conflicts between the proposed water main,sanitary force main,sanitary gravity sewer,and drainage FDEP 1 week Intent(N01) I:AVID MANCINI,INC.,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINERS r„': II ____ PROJECT TED-NERL PROPOSRL TRB 1 iiiilli PHASETWO> • Pl.Section30 A.00 1...00 -4.36 .02 Tap 3.e.U3F3.3oo Ping , ab 9 03F 393 oo's Top Slab•USG 383 00 Ring•Cover 4.05 -0.96 kRr.n T"d 314169 03F 3.oo .:Cover T".Slab 210.E 3.3 00'3: o 36 A2000 10..00 3.70 ...1 -4696 ., . Cover 3.70 .91 ...Rr.n T.,Slab.05F 38.oo i3•r." 05F 36=009,06,°undo... 36 .=000 99.00 4.00 .-43 770 -4.31 10 Pipe 3..,bn 36 .2000 176.03 4.34 ... 4.00 -4.65 12 :774 00.::"'_.. .34 -430 1 12 "d3...0.F.00 "•" ,"...e.03F.30aa:gin iw.. 36 .=000 209.00 3.71 -4.13 4.34 <-30 3.71 -4.13 4 Fr,.knrn" a"2.2o-M.n0n.,-7i3 ro""di b 33."tt"..,_.�". ,n.M. . 72003 42.00 . -4.11 3.71 -4.13 36 .2000 00 3.70 .. 3.91 Slab 3..03F 38300R�n..0...r TooSl.d.03F36300.in..0ar.. s Fr...dnn racture 437-0.1anhole1T"F3.n.M.F36300 i3'�,..i..fl Structure Too3.„.03F3.30o"3 •,."ndl..1 36 .2000 13..00 4.13 .o .,..3..,b" . .2000 36.00 -2.73 4.13 .0 21 >i..n""°i,,.0 4.21 2.75 33 -7(3•round)wt. -7 i3•round)re. 3. .i.do 1.. 3 m ds s 2>. Roe r"" T..31.s.0.F 393 00.rn..00,.. Top 3141,91.13F 383 00.In..0ower -1. .11 i 23 I. ".3:7'.30 .0 .3 3.0.o,.3.Rb . ,0000 =43.60 4.00 -2.50 .0 -2.63 i Top 5184 1“154.3 OD 61,19 Cover 4.00 DAVID MANCINi,INC.,IN ASSOCATON WITH AAP CONSULTING TRANSPORTATION ENGINERS,CORP. 11111 1.1111 PROJECT TECHNICAL PROPOSAL TAB DESIGN-Pun_rP SERV'e WAY INFRASTRU MPROVEMEN?P2‘D(;•'' 1.4.9 8-INCH WATER MAIN DESIGN The Design Criteria Package for this project proposes to replace - two (2) sections of 8-in DIP Water Mains running from Alton . 8 .r ' Road to Jefferson Avenue and from Euclid Avenue to Washing- "'` -, ton Avenue.All existing water mains have either outlived their , , standard operating life or will soon do so and as such need to .,. be replaced. A thorough review of the as-built plans was conducted in , » preparation for this technical proposal. Based on this, we un '47VC derstand that the existing 8-in water main runs east/west �:.. along 11th Street and serves to connect and interconnect '" ,•y '-'- existing `existing smaller diameter water mains that run north/south '"" ,Y along City of Miami Beach alleys and cross streets.Although a few services such as fire lines appear on the as-built plans,we Photo 4 Typical installation of8"Water Main conducted several field visits to locate and verify any existing connections to the existing water main in order to avoid any potential issues during construction. In order to properly design and replace the 8-in DIP Water Main,three (3) major factors have been considered. First, the water main replacement project is part of a design package to elevate the existing roadway an average of two (2) feet.The proposed roadway elevations will determine the most appropriate placement of the new water main and its end connections. Second,the existing water main must remain in service until construction of the proposed water main is completed.This will be accomplished through coordination with the city in-house forces and water customers.The proposed water main will have to be installed parallel to the existing water main and in accordance with Miami-Dade County's minimum spacing requirements.The ground below 11th Street is currently saturated with existing and proposed underground utilities. Due to this, special consideration has been given to this aspect of the proposed design.Third, as the proposed water main will be placed near the proposed edge of pavement, conflicts with the proposed stormwater collection structures may arise. In order to avoid delays,APCTE's designers will work together throughout the design process to properly avoid utility conflicts during the design process and ultimately to mitigate utility conflicts arising during the construction phase of this project. 1.4.10 36-INCH FORCE MAIN DESIGN The Design Criteria Package for this Infrastructure Improve- __ ' ments Project, proposes to construct a 36"Force Main along T.o.P. (-) 0.63 11th Street in the Flamingo-Lummus neighborhood. The proj- ect limits are between Michigan Avenue and Jefferson Ave- ' - nue.The purpose of adding a new 36"force main in this area is to complete a close loop within the Flamingo-Lummus neigh- T.Q.P. — PROP. 36' M.J. PLUG VALVEborhood, providing redundant capacity for the City of Miami (- B-13 - (REST.) STA. 16+66.37 Beach.As per as-built plans reviewed by our company, an ex- isting 36" Force Main terminates at the intersection of 11TH - fl . PRQP. 36" - 45° M.J. BEND Street and Jefferson Avenue. The proposed 36"Force Main will \ 1 (REST.) STA 16+60.81 connect to the existing 36"and then will continue along 11TH `1 DROP. 54" x36" M . TEE Street to tie into a 54"Force Main at the intersection of 11TH INS AL (ROTATED UP) TALL CLOSURES AND ADAPTER Street and Michigan Avenue. 4S REQUIRED STA. 16+52.49 The biggest challenge in designing this particular 36" Force Main is to properly locate the pipe within the existing under Exhibit9 36"Force Main installation ground utilities in its vicinity. First, the Force Main will have to be placed with careful attention to the minimum spacing requirements as per Miami-Dade County. Second,the connection to the existing 54"Force Main at Michigan DAVID MANCINI AND SONS,IN ASSOGAI iON Vvll H A&P CONSULTING l RAiNSPORTATION ENGINEERS,CORP. III /�"� PROJECT TECHNICAL PROPOSAL TAB DE SYTN P t 7.>C' NAY INFRASTRUCTU Avenue will require several pipe fittings.The existing 54"Force Main has been verified as per As-built plans, see Ap- pendix B. 1.4.11 GRAVITY SEWER DESIGN The Design Criteria Package also proposed the inspection of the existing Gravity Sewer System to determine whether the components should be salvaged or replaced. As the existing system has aged beyond it useful life and is con- structed of Vitrified Clay pipes, our company proposes to replaced the existing Gravity Sewer System along 11th Street from Alton Road to Jefferson Avenue. After our preliminary visual inspection of the existing Gravity Sewer System between Euclid and Washington Avenue, it was determined that only minor repairs to an existing manhole will be necessary. The design of the Gravity Sewer System will be slightly different for each leg of the project.The first leg,from Alton Road to Jefferson Avenue,will consist of replacing the existing Vitrified Clay Pipes with safer and more reliable C900 PVC pipes as well as new Precast Concrete Manholes.Services to all residents will remain uninterrupted throughout the project duration.One possible solution for this is to install a temporary sewer system with a haul away to maintain uninterrupted sewer collection.The second leg,from Euclid to Jefferson Avenue,will require significantly less work. Also,it was determined that the existing manhole(MH-6)will need minor repairs to increase its structural integrity. 1.4.12 LIGHTING DESIGN As part of the reconstruction project along this corridor a new roadway lighting system is being proposed and as such,the lighting requirements for will also be improved.The design and construction of the proposed lighting sys- tem was influenced heavily by the principles implemented by APCTE in the adjacent 11th Street project. Doing so will allow for a seamless transition be- tween project and a unified aesthetic appeal. Based on the proposed roadway configuration, AG132 software will be uti- 'IA , lized to perform a photometric analysis to ensure compliance with the City II'N. 40 4 a.of Miami Beach Illumination Design Standard.The proposed lighting system v '� consists on Light Emitting Diode (LED) luminaires in a staggered layout for ', VI' '4., %"� a better light distribution.The proposed luminaire (GranVille II LED) is listed -,-,!,,-,.... 0,r .f.. 044 `' u. on the City of Miami Beach Standards; luminaires will be mounted on fluted "„ipr T poles with decorative pole caps as listed on the City Standards. Each lumi- �`a f. ,` -' J. '4. ' - r , ,` naire will come with a 180° house shield to prevent any possible glare into t 'II ' {: " , , - � " adjacent properties and a top cap to comply with the International Dark r, ' M '-'�'', Sky Association (IDA).To evenly distribute the illumination at the signalized T45. ;• intersection of Pennsylvania Avenue and 11th Street Light, Emitting Diode . t • :�.. `- ._4. ., (LED) luminaires will be mounted on traffic signal mast arms.The proposed ' ;' ' -",' ` lighting system will be connected to Load Center"A"that is being installed on 40404,- , ' "� '" the adjacent 11th Street project. This load center was originally designed ~ - M-- .-4,..„,„0-c, by APCTE with the capacity for future circuits and load expansion. Due '' -"' to this, several spare circuits are available for this project and because ,iik,,, - it was designed in-house, the specific circuit layout, circuits load, and ' - : '- breaker sizes are known which will enable precise planning and calcula- tions which will avoid any additional expenses. Photo 5 Typical CMB light pole The proposed lighting design is being supported,as previously stated, by AG132 software calculations.Table 2.0 and 3.0 on the following page summarizes the proposed luminaires and calculations for each segment within the project limits.This demonstrates that our design meets the City of Miami Beach Illumination Design Standards which are presented in Table 4 on the following page. DAVID MANCINI AND SONS,IN ASSOCIATION WI[H A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 14 PROJECT TECHNICAL PROPOSAL TAE DESIGNBUILDSERVICES FOR RIGHT OF WA , RE IMPROVEMENT PROGRAM Table 2.0-Luminaire Schedule ■r ement Lumens " Descriptio --• 2 Exist.GE451008 Single 22000 Cobra Head 200W ® 23 GVD2-P50-30K(13') (180HS) Single N.A. LED Granville it -II 2 ATBS-H-XXXX-R3-3K Single N.A. ATBS H XXXXX R3 3K 5 Exist.Granville Single N.A. LED Granville Table 3.0-Calculation Summary Label Calc Type Units Avg. Max Min. Avg/Min Max/Min 11 St&Pennsylvania Ave Int. Illuminance Fc 1.16 2.7 0.4 2.90 6.75 EB Sta. 10+00 to 19+13 Illuminance Fc 0.76 1.4 0.2 3.80 7.00 EB Sta.50+00 to 51+39 Illuminance Fc 0.80 1.6 0.3 2.67 5.33 EB Sta.52+23 to 55+25 Illuminance Fc 0.73 1.6 0.2 3.65 8.00 NB after Pennsylvania Ave. Illuminance Fc 0.79 2.4 0.3 2.63 8.00 NB before Pennsylvania Ave. Illuminance Fc 1.06 2.4 0.3 3.53 8.00 SB after Pennsylvania Ave. Illuminance Fc 0.65 2.1 0.3 2.17 7.00 SB before Pennsylvania Ave. Illuminance Fc 1.07 2.0 0.3 3.57 6.67 WB Sta. 19+13 to 10+00 Illuminance Fc 0.76 1.4 0.2 3.80 7.00 WB Sta.51+39 to 50+00 Illuminance Fc 0.84 1.6 0.4 2.10 4.00 WB Sta.55+25 to 52+23 Illuminance Fc 0.71 1.6 0.3 2.37 5.33 Table 4.0-City of Miami Beach Illumination Design Standard Average Initial Intensity Uniformity Ratios Avg.F.C. Avg.Min. Max/Min. 0.6 4:1 or Less 10:1 or Less In order to appropriately represent the existing conditions and obtain accurate results, all existing luminaires that may influence this project were taken into consideration when the photometric analysis was conducted.Appendix C presents the photometric analysis that was used to produce the values shown in Table 3.This analysis uses contour lines to visualize the illumination distribution of each luminaire based on the proposed configuration.Also taken into consideration was the impact that adjacent luminaires have on the proposed design,such as the existing luminaires on Pennsylvania Avenue and those being installed in the adjacent 11th Street project. In addition,the photometric analysis provides illumination calculations at points of importance such as on sidewalks and driveways;these calcu- lations are provided throughout the project.In the analysis is appreciable how the segments within the project were divided per bounds and how the intersection was separated to obtain unique calculation results as we can appreci- ate in Table 3 above 1.4.13 SIGNALIZATION DESIGN Signalization improvements will involve upgrading the existing traffic signal at the intersection of 11th Street and Pennsylvania Avenue (Asset Number: 2767).The improvements to this intersection will include four new mast arms (black color).Two of the new mast arms, at the northwest and south east corner, will be fitted with pole-top lumi- DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULtiNG TRANSPORTATION ENGINEERS,CORP. III /"'""� PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN-BUILD SERVICES FOR RIGHT OF WAYINFRASTRUC _ ',7.'. -'. ,s't naires. The improvements will also include installing new loops, LED internally-illuminated signs,pedestrian poles with push buttons,and LED count-down pedestrian signals to improve the safety of pedestri- ans at this location. Furthermore, our team will evaluate the existing signal function to optimize the signal timing and level of service in order to enhance overall safety at this intersection. -j " All signal equipment specified by our team will comply with Miami - +, . ,- : " 1 Dade County Standards and will be from the QPL.Close coordination y. 4 — 11 will be maintained with the maintaining agency and the Miami Dade I 1. ° County Department of Transportation and Public Works Traffic Si ' nal &Sign Division to provide the compatible equipment and the re- •- quired upgrades. 1.4.14 SIGNING AND PAVEMENT MARKING DESIGN For this section of 11th Street our team will focus on developing a pavement marking design to provide pavement markings that com- ply with Miami-Dade County Design Standards and MUTCD,enhance delineation,and provide safety for pedestrians,bicyclists,and motor- ists.Our design will introduce bicycle lanes(shared lane marking)and Photo 6 Signature intersection at Alton Rd.& 11th improve the pedestrian facilities via continuous sidewalks through- Street out the corridor. Existing signage will also be upgraded throughout and our team will ensure coordination with the adjacent project.Aside from this,we will provide midblock crosswalks which will be identified by rectangular rapid flashing beacons (RRFB). RRFBs are proposed at the intersection of 11th Street at Lennox and Michigan Avenue (see exhibit 5,page 9 of this Technical Proposal and preliminary 30%signalization and signing&pavement marking plans for additional details). 1.4.15 LANDSCAPE AND IRRIGATION DESIGN Gardner+ Semler Landscape Architecture (GSLA) is an excellent choice as the landscape architects for this exciting _ , .yA . .-2..M.,:-..., ' , , -0,' „„,,,, 1 ,al:..I - t,, ..,,i - 4 0 , ,114j' : -!:. , , : fi t '. i.Oh*"6. -;:iii . , ,... , , ',-g _Ar. a ilk. I - - r ,•-• 11 •.,' v 73 ii it VI\ y' DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 16 /""� PROJECT TECHNICAL PROPOSAL TAB 1 DESIGNERAD SERVICES r . :' -,, t, 'uR )`,' 5 ;, , ',t'' project.As a long-time South Florida landscape architectural firm,GSLA has had the opportunity to develop a widely varying portfolio of work ranging from large scale master planning to single family residential.Among the projects are a significant number of streetscapes and community entryways.GSLA fully understands the necessity to design landscapes that are aesthetic, sustainable, and easily maintainable. Due to this, our plans include a significant per- centage of native and extremely hardy plant species as well as an efficient irrigation system. It is understood that 11th Street is an important corridor in the City.The east-west connection from Alton Road to Ocean Drive fronts Flamingo Park and acts as a hub of activity for the residents.This throughway requires intense attention to detail and thought about its historical appropriateness.The fact that it is appearing before the Historic Preservation Board attests to this.As Landscape Architects for innumerable projects on Miami Beach,GSLA is poised to spearhead this effort. In fact, Kiehl Semler lives a block and half from the project.He is innately invested in ensuring that project is completed perfectly. When GSLA begins its work,the first task is to visit the site to determine any obvious constraints and opportunities. Additionally,GSLA will walk the surrounding areas to understand pedestrian walking patterns,architecture,and land- marks.Many cost over-runs in a project are caused by a lack of due diligence at the project outset,and by not prop- erly understanding the existing conditions.GSLA will ensure this does not occur by accounting for important survey information such as utilities (both below and above ground),existing trees,ground elevations,doors,windows,and canopies. After meeting with the City and other stakeholders, we will clearly understand project scope, programmatic deci- sions, and budgetary considerations. Armed with this information, GSLA will work closely with the design team as well as the City's representatives to provide a plan that will accurately encompass all the design requirements.Miami EXISITNG SILVER BUTTONWOOD TREES ON ADJACENT SITE -- .a - f`4.d. 1 — — — ---- .:te r, =a :!_' ! .---- r� Nwtii r.3. i£. it r-tti....���ct,,,.1. ►.► i ��9\ i —t ;:.%.• _. 773; .e`P': - Wy!rf . it Y7a e- app. ♦ 4*_ ..--.•i.. . h $:- %♦ a g .♦•♦•O�Ddia rp6♦.♦1 ✓9P• liYaO .ea Y'♦ ♦ • � w'�•: rms. 'KtN:A!,.."-,7 : sr.♦s '...-Vii'tA.!%'..! ? %,..„•♦O�w`0 `�J ':o_,., .�.! w3:♦9.,!it\�: � P• Ts•4.�.``f� \ 4 ` IIIII "s/ T ' MO iiiii ►iiiii OM 1 7 6 �IIIIIi Tall'elm(typ.) PI~ a MA ' WM OM ►IIII IIIII♦ ►IIIII iiii% 25 Sigh Distance IIIII1111.11 VIII (IIIII Tna ks II•!•�- ir■�� •,� 1.4 y�` —����� Pail I 16 9 Bye *' f e4 ,•fit 6:4 .;:t•A�.iJi♦•• ••ie �•i•..••i:.) ',•- • ti -.- -**F'C3* C3 C3 f 0.* 6sf-As, :4L•VAX •♦;...et.0♦aJ3:A..•i.. ,yw.._._I•♦.4itti 0• K.t.. •Ot♦�+tige.* Qk e .OVH WI ** 11P ,_14,091. . ���� � �t'+�'•.♦:v. 'a�std�.�.•ses�s�S�'.�t�t� yte'�` rt. ✓�IIIIIIIIIIII/IIIIIIIf'��� +a�.R.�r.' �IIIIII$$$Ses IIIIIIIIII , '�" `;�,„ R, �•IIIIIIIIIIIIIIIIIIII!�% y° jut IIIIIII$$$$. L $$$$$P Ya �igt� rtti II ♦r,• 8c' s• •Y L•i i4* Q PP-Si ketimo;...„" IuI III I Exhibit 10-Sight distance/restrictions at intersections DAVID MANCINI AND SONS,IN ASSOCiATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. III PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN-BUILD 7 IMPROVEMENT+'-'OGRAM Beach is a walking City and the pedestrian experience must be enhanced as much as possible.Shade is an extremely important factor to this experience. At every submittal, GSLA will check all work to ensure coordination with other disciplines and City officials,to meet compliance issues,to adhere to the budget,and to verify that requirements have been met. By constantly referring back to the original budgetary constraints set forth at the project's beginning, GSLA can guarantee that the project will remain well within the budget. GSLA's Contract Administration services will include attending coordination meetings, reviewing shop drawings, re- sponding to RFI's, attending construction meetings, performing field reviews, and completing project close-outs. GSLA endeavors to hold frequent Owner, Architect, and Contractor coordination meetings not only to review the work performed during construction but also to look ahead at critical path issues to ensure that the requirements of materials and assets are accounted for. All work in every phase shall be done with the same attention to detail, quality and service that has allowed Rosen- berg Gardner Design to stand out from the rest.Through strict adherence to the formula outlined above, GSLA can assure that a project comes in on-time and within the budget. 1.5 MATERIAL AND METHODS 1.5.1 MATERIALS AND WORKMANSHIP The DMSI/APCTE Team will prepare a set of contract documents,will build the project in compliance with the stan- dard specification,and specify materials established in the DCP.All materials and workmanship will meet the require- ments of the latest editions of the following publications:: • City of Miami Beach PWD. • Miami-Dade County PWD Manual" Design and Construction Standards" • Miami-Dade WASD"Design and Construction Standard Specifications" • FDOT"Roadway&Traffic Design Standards" • FDOT"Standard Specifications for Road and Bridge Construction" 1.5.2 CONSTRUCTION METHODS AND ACTIVITIES 1.5.2.1 Introduction Over its distinguished past,DMSI has built a reputation in South Florida for high quality work and exceptional performance.From the methods, means, and processes used to the end product, every job performed by DMSI reflects supreme standards of quality. From early planning of ...�..- work to ample client coordination,from efficient operations to expedit- ed completion,from value engineering to change-order management, the DMSI name is synonymous with quality and trust. 1.5.2.2-Construction Approach The main goal of the DMSI/APCTE Team is to reconstruct 11th Street in a fashion that easily constructed,easily maintained,and consistent with the City's quality standards. For this project, our team has taken into consideration all site constraints and challenges and all applicable key technical issues. Many considerations will be taken into account when DAVID IVIANCINI AND SONS, IN ASSOCiAIiON W 1H A&P CONSULTING TRANSPORTATION ENGINEERS,CORP 18 PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN Bt SERV" . ASA., '1 ,-to ''r ,1 i reconstructing 11th Street. For example, noise levels will be monitored to verify construction noise during day and night time conditions. Acoustic features will be incorporated during the roadway construction to manage noise levels to the maximum extent possible.Another component to be considered will be to visually blend the proposed above ground infrastructure improvements with the surrounding areas. In a way, this is more art than science and involves the use of appropriate landscape architectural features to ensure this transportation facility is aesthetically pleasing. Our sub-consultant, Gardner + Semler Landscape Architecture will take the lead in this effort. Another important aspect is to consider maintenance and equipment replacement for the signalization, lighting, and irrigation systems. Our design and construction approach is to provide for maintenance of equip- ment and systems,to provide for adequate clearance between adjacent equipment,to provide lifting capacity for each piece of equipment that will need to be removed and replaced and establish a clear path. In addition,easy access to frequently maintained items will be provided. DMSI approaches each project with an individualized, in-depth analysis of the project and its particular scope of work in order to find the best balance of cost,efficiency,constructability,and function while keeping in mind the common goal of providing the City with a quality product that meets or exceeds the required standard guidelines established in the DCP 1.5.2.3 Pre-Construction Meeting and Conference Upon completion and acceptance of the 100% contract documents, the DMSI Team will prepare the necessary presentation materials to convene a Community Pre-Construction Meeting (CPM).The objective of the CPM is to inform and advise the community residents affected by the project regarding the scheduling, sequencing, and possible impacts of construction activities. It will also provide the opportunity to once again receive input from the community regarding concerns and special needs.The DMSI Team will prepare a draft meeting agenda and draft meeting minutes for review and comments by the City's Project Manager.Based upon the input provided by the residents,the DMSI Team will incorporate any necessary contract documents revisions as approved by the city. A minimum of 14 days prior to the start of construction,the DMSI Team will arrange a Pre-Construction Conference (PCC)with the City's Project Manager,city departments,representatives of utility companies,and all affected gov- ernment agencies.The purpose of the PCC meeting is to advise others affected by work regarding the schedule and sequencing. 1.5.2.4 Pre-Construction AudioNisual Record DMSI will produce an audio/visual record of the preconstruction condition along the entire length of the project. 1.5.2.5 Site Inspection Due to extensive site investigation and familiarity with project site, DMSI is truly acquainted with the disposal, handling and storage of materials,availability of water and electrical power,the conformation and conditions of the work area,and the character of equipment and facilities needed during the performance of the roadway re- construction. 1.5.2.6 Work to be conducted by others Other contractors may conduct unrelated work within the project limits.DMSI will conduct its operations to cause little or no delays to the work of such other contractors,and will cooperate fully with such contractors to provide continued safe access to their respective portions of the site. DMSI will also cooperate fully with all utility forces of the city or forces of other public or private utility companies engaged in the relocation, altering,or otherwise rearranging of any facilities,which may interfere with,the progress of the work and will schedule the roadway re- construction so as to minimize interference with said relocation,alteration,or other rearranging of facilities. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 19 PROJECT TECHNICAL PROPOSAL TAB 1 iii.....--m, DESIGN BUILD SERVICES F, n .- ( ‘^i-', . -)- ,r.-'1 RF 1, `', ; 1.5.2.7 Mobilization DMSI will establish,with the City Project Manager's concurrence,a field office and staging area for the necessary materials, equipment, and field office operations and staff.The field office is in the nearby vicinity of the project (1210 Washington Avenue, Suite 250, Miami Beach, FI.) and will have all the necessary utilities and accessibility needed to conduct field meetings and maintain field documents. DMSI will provide and maintain sufficient re- sources to adequately maintain project progress as scheduled. 1.5.2.8 Construction Sequencing,Phasing and Scheduling Construction phasing and sequencing will be developed and performed in a manner so that all improvements will be completed at once,and travelers business and homeowners are only disrupted for one time period. DMSI will prepare a CPM based schedule of work activities that will assist the city in evaluating the progress of the work, the timely prediction of work events and milestones, and ensure adequate planning and execution of the contract work.The schedule will detail each proposed activity with sequence,time duration,means and methods, techniques and procedures to be employed.The schedule will be coordinated with subcontractors and suppliers in order to insure compliance with"long lead items"delivery schedules.The project schedule will be updated month- ly and submitted to the City PM for review and approval. It is understood that the project schedule is DMSI best plan and estimate for the execution of the contract work. DMSI will perform the work in such a manner as to result in the least possible disruption to the public's use of road- way,driveways,and utilities.The sequence of work will be performed to minimize impact to residents and users of Flamingo Park.Our sequence of construction will be developed to follow the activities shown below: • Installation of proposed water transmis- _ - sion line. • Installation of gravity sewer lines and ser- :. ,. vice connections. c • Installation of sanitary sewer force main. \, • Installation of storm water system :. o *.111111111k yr • Roadway reconstruction included hard • - scape,lighting,and signalization • Landscape and irrigation - --."'`' , .,,..- • Final lift of asphalt and signing & pave- ' z , ,_ 44:'' - . ment markings In addition, to the above construction activities ' It `` •a -4 the DM51 Team will put the following commi241 t ments in place: • Detailed phasing and MOT plan for review ‘ . "'� -- and acceptance bythe cityprior to the ' k p . .� r f'-- commencement of any construction actio- -` . .�. . t'',.'A, .. • Access to any driveway at the end of each Svc �-- r� �« `"} working day will be provided. ,4,, '` • Access for emergency vehicles will be � maintained at all times to all homes. Exca- 'r -t-..- t vation will be back-filled or barricaded atM the end of each workday to prevent haz- ' ' ' ardous conditions. If a trench, excavation, ?. or structure is to be left open,it will be coy- Photo 7-Typical dewatering operations DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. iii PROJECT TECHNICAL PROPOSAL TAB DESIGNBUILD SE.RVC'ES -Ts;RP IMPP `,1PNT PRfGRAL ered with a steel plate and made accessible to residents and businesses at the end of each workday or when work will be suspended for more than eight hours. • Coordinate with the appropriate local agencies and private companies,which provide services to the resi- dents along 11th Street, as required providing uninterrupted school bus, garbage collection, mail delivery, and other service during the work period. • Provide transportation provisions for disabled residents. • Develop a staging plan for staging of necessary equipment,material,and field operations. • Maintain street and park lighting in operation at all times during construction except if the segments of roadway will be closed to through traffic.DMSI will provide temporary power supply and/or temporary light- ing when necessary,to maintain lighting conditions. 1.5.2.9 Traffic Control Plan(TCP) TCP will be submitted at the pre-construction conference identifying the phases of construction that DMSI will intend to utilize identifying the phases of construction and traffic flows during each construction phase.DMSI will submit a detailed plan showing each phase's maintenance and protection plan prior to starting construction of any phase. Weekly traffic impact plan will be submitted to the City Project Manager identifying anticipated road closures to public entities located in and doing business within the project areas.The TCP will identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. Pedestrian Maintenance of Traffic will specify accessibility considerations complying with FDOT Index 600 and 660. Fire hydrants on or adjacent to the work zone will be kept accessible to the City of Miami Beach Fire Department personnel,and no material or obstruction will be placed within twenty feet of any such hydrant.All existing signs and traffic signalization devices will be maintained in operational conditions at all times during construction. 1.5.3 SAFETY AND HEALTH APPROACH: 1.5.3.1 Measures to Train and Orient Workers/Safe Work Performance and Workplace Safety is DMSI's number one company goal and it is firmly ingrained in our culture.DMSI's commitment to safety is evidenced in our current EMR of 0.96,a safety record below the industry standard of 1.0.The DMSI Team will uphold a commitment to safety and all personnel will have the tools needed to perform their jobs in a safe manner as well as the training to recognize the various hazards that may be encountered. • ,,, `"" In the pre-planning phase, a Site Safety Committee will be established.This committee will be comprised of proj- :"`t 0 OM ect staff, safety advisors and key subcontractors. Repre- sentatives of CMB are welcome to participate. The Site Safety Committee will be tasked with the development , of a site-specific safety plan which will establish the safe- fir ' '"`"° ty expectations, identify at-risk activities, and establish the procedures for those at-risk activities. Once com- •� plete,the site-specific safety plan will be used as a man- . i � $, agement tool to train the project personnel. L.-"-;.�-=max _.., .. .x N. At the beginning of the construction phase,the Site Safe- ty Committee will conduct a Pre-Job Safety Conference Photo8-SiteSafetyMeeting involving all key members of the management team. Subcontractors will also be engaged through our Sub- DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P cONSULHHNG TRANSPOR iA(iON ENG NEERS,CORP. III /'- PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN-BUILD SERV( -GHT OF WA S r,. CTURE PRnt- contractor Outreach Program.This will be the final check to verify that all members are informed of the hazards identified during the pre-planning phase and how those hazards should be managed. Once construction commences, daily Safety Task Analysis Cards (STAC) and weekly safety meetings will be com- pleted.The purpose behind the daily meetings is to break down tasks, identify and analyze hazards,and mitigate given hazards associated with the work to be performed that day.The weekly safety meetings will discuss broader, more general topics and will be led by the management team.Any near misses are discussed at this meeting and new hires are trained for the week's events. Records of these meetings will be kept by the Project Superintendent. By having a constant approach to safety from project conception through close-out, the expected results will be managed versus witnessing the results that occur when there is no plan in place. 1.5.3.2 Measures to Secure the Work Areas Given the urban setting of this project,it will be imperative to maintain a safe work environment for the personnel working on the project as well as the general public.The DMSI Team will spend a significant amount of time de- veloping the initial Traffic Control Plan (TCP) where both vehicular and pedestrian traffic will be impacted. For the TCP,a combination of concrete barrier walls and channelizing devices will be used to guide traffic through the work areas.Roadway striping and traffic signalization will also be reworked to help move traffic as efficiently as possible. Once the TCP has been approved by the City of Miami Beach Public Works Department,all emergency services will be contacted and the plans will be reviewed with each entity.Close coordination will continue as progress contin- ues through the project and activity moves from site to site. 1.5.3.3 Measures to Address Emergencies Prior to beginning any construction activities and as a part of developing the site-specific safety plan, a meeting will be held with the emergency services.This will provide the DMSI Team with the closest locations of emergency services and fire department station,which in this project happens to be located at the intersection of 11th Street and Jefferson Avenue,containing a high angle technical rescue team.We will review the scope of this project with each emergency service to help them identify all aspects including,but not limited to, MOT, ingress/egress points and working hours.A local clinic will also be identified as a part of site-specific safety plan and an account will be established should any non-emergency situation arise. All personnel involved in the project must understand the risks and protocols associated with the confined space, shoring and MOT requirements.Therefore,it will be required of the DMSI Team that all personnel be certified with these respective designations. Before construction commences,these certified individuals will also be required to attend a refresher training course in their respective designations. 1.5.3.4 Comprehensive Risk Register The list shown below presents the main health and safety concerns relevant to this project and our plan to mitigate such potential hazards. • Maintenance of Traffic: During the design and permitting phase, MOT plans will be finalized by all governing agencies. • Excavations:All excavations deeper than 20-ft will be designed by a Registered Professional Engineer. Installa- tion will be performed by qualified and experienced personnel. • Confined Space: All personnel required to enter a confined space will be required to hold a current confined space entry certification. • Rigging:All personnel required to performing rigging and hoisting will be required to hold a current rigging and hoisting certification. • Fall:All personnel required to use fall protection will be required to have current training on the fall protection equipment. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 111 /,,,,""'�- PROJECT TECHNICAL PROPOSAL TAB 1 DESIGN-BUILD SERVICES FOR RIGHTOF ,^1? • Raw Sewage:All personnel that may be exposed to raw sewage will be provided with the option to have Hep- atitis vaccinations. • Night Work:Should the need arise to perform work at night,temporary lighting will be installed. • Hurricane:A hurricane preparedness plan will be established for the project. • Overhead Power Lines:As needed,high voltage proximity warning devices will be installed on each excavator working within the transmission line corridor. a 14 y s 0w 1 t. sr J,. _ w • a �° --� ,„ „...,.„ is µ .. ,-,, ,.....,__ . ...._ , ,..., _, , , , . * , e "" i Y4 • ^« ,, T + 1;k . 4.+"O k 4, �.+w 0,..ST f .... .« area,.. y. l� ' Aye _ . -.14 ° ^' > +- "',"3f " *i•" -�`% +g, �' +� to 1b' rf a r a� � tirte • .4 Pte; ,•,;. • . DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 111 i PHASETWO> D W N N C w C. 0 z q O xi m m po m z m go 0 c D r 9 O z N Our team believes that value is achieved when cost is reduced without compromising quality. We truly believe that our preliminary design will improve pedestrian/vehicular safety,and significantly reduced the project cost. We have achieved a working design that is simple, efficient and effective; A design that has been driven by our determination to provide the City of Miami Beach with the best possible value. TAB 2 SUBCONTRACTOR EXPERIENCE & QUALIFICATIONS FLAMINGO PARK NEIGHBORHOOD SUB-CONTR ITOR EXPERIENCE/QUPLIFIERTIONS TAB 2 2.0 QUALIFICATIONS OF KEY SUBCONTRACTORS: For each key construction subcontractor(whose value of work exceeds$500,000)describe experience and qualifications as detailed herein.Provide background information,including company history,years in business,number of employees,and any other informa- tion communicating capabilities and experience(1-page per company). As shown on Table 2.0 below, DMSI will utilize two sub-contractors each having a separate scope of work exceeding $0.5M. South Florida Electric will perform lighting and signalization, and Homestead Concrete will perform roadway concrete work(sidewalk,curb&gutter,and gravity wall). Table 2.0 Information of Key Construction Sub-Contractors whose value of work will exceed $0.5 M Number of Experience Experience Company Name/ Years in Employees in Type of Work working with working with Locally Minority Certification Business Headquarters South Florida the CMB DMSI South Florida Electrical Con- 23 24 Lighting/ YES YES YES sultans, Inc. (SFE)/DBE Signalization Homestead Concrete& 35 50 Roadway YES YES YES Drainage(HCD)/DBE Concrete Work 2.1 SUBCONTRACTOR COMPANY INFORMATION Provide background information including company history,years in business, number of employees, and any other information communicating capabilities and experience. South Florida Electrical Consultant, Inc. (SFEC) Company History South Florida Electrical Consultant, Inc.(SFEC) is a family privately owned electrical contractor company founded by Hector Rodriguez in 1994. South Florida Electrical Consultants is a leader in the construction of electrical/lighting and signalization roadway/infrastructure projects in South Florida. SFEC is very detail oriented, flexible, and experi- enced. Over the years, they have gained clients trust with their vast knowledge in regards to roadway lighting and signalization systems,standard generator installation,power distribution,pump stations,code compliance,landscape and outdoor lighting,quality assurance and quality control,etc.SFEC takes great pride in dealing personally with all of their clients.Their main objective is customer satisfaction exceeding clients greatest expectations. For SFEC no job is too big or too small and you can always count on South Florida Electrical Consultants to get the job done right the first time.They are Certified Electrical Contractors by the State of Florida,the State of Florida Department of Transporta- tion (FDOT),and licensed with most of the counties in South Florida (see Figure 2.0).They have performed multiple design-built roadway projects for the City of Miami Beach and have worked in several roadway/infrastructure projects with DMSI and APCTE. FIGURE 2.0 Years in Business: 23 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Number of Employees: 24 ELECTRICAL CONTRACTORS LICENSING BOARD State Licensed Electrical Contractor: Adjacent Tha ELECTRICALCCNTRACTOR Und etl below IS C N o Ch O Under the aovwcnS of Chapter 489 FS Address: 4232 S.W. 75th Avenue Expiration date AUG 31 2018 Miami, Florida 33176 Z o''' '0 SOUTH FL Z HECTOR LAZA y 4OUTH FLORIDA ELEC SUL Au71NC 4234 MIAMISW76TH AVE m 4j ISSUED: tl DISPLAY AS REQUIRED le LAW SED.Loomoon2ee 46 DAVID IvIANL_LN ANL,3UN3,i9v AI,OClAi ION WITH A&P CONSULTING TRANSPORIAl ION ENGINEERS,CORP 24 SUB-CONTRRTOR EXPERIENCE/QUAUFICRTIONS TAB 2 2.2 SUB-CONTRACTOR'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 follow- ing information:Agency Name,Project Name,Type of Project(Right-of-Way,Design-Built,etc.)Work Assigned(1-page per company). TABLE 2.1 -SIMILAR EXPERIENCE&QUALIFICATIONS OF SOUTH FLORIDA ELECTRICAL CONSUL- TANT, INC. Sub-Contractor's Name/ Type of Project Work % Anticipated Minority Certification Agency Name Project Name (ROW, B/D,Other) Assigned Completed Completion Date Flamingo Park City of Miami Neighborhood/ Right-of-Way/ Lighting I 70% May 2017 Beach (*) 11st Street Design-Build Signalization City of Miami Sunset Island I & Roadway ° South Florida Electri- Beach II Neighborhood Right-of-Way Lighting 100/° February 2014 cal Consultants, Inc. Lighting/Pump (SFEC)/DBE City of Miami Nautilus Right-of-Way/ Stations 100% February 2010 Beach (*) Neighborhood Design-Build (Electrical) Washington Ave. Street and City of Miami Neighborhood Right-of-Way/ Landscape 100% August 2006 Beach (*) Phase II, IV,&V Design-Build Lighting (*)APCTE was the Engineer of Record (EOR)for these D/B Projects 2.3 CONSTRUCTION SUB-CONTRACTOR'S 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 by this firm that relates to this project(1 page max.per project).For each proj- ect 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 the firm;e)reference contact information. As requested on page 15 of the RFP, in the following 3 pages you will find three (3) similar projects from South Florida Electrical Consultants(SFEC)comparable in size and scope where similar construction services were provided. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORr /11 00^ SUB-CONTRRTOR EXPERIENCE/QURLIFIERTIONS TAB 2 D-B SERVICES FOR WASHINGTON AVENUE NEIGHBORHOOD IMPROVEMENTS PHASE II,IV,&V CLIENT NAME City of Miami Beach,CIP Office Jose Perez, P.E. I-- o Phone No.: SUB-CONTRACTOR South Florida Electric Consultant a Q (305)673-7000 Ext.6115 2 COMPLETION DATE August 2006 oz o email: u- joseperez@miamib- CONTRACT AMOUNT $853,000(SFEC) — eachfl.gov PROJECT NAME AND LOCATION Washington Avenue from 5th Street to Lincoln Road,City of Miami Beach, Florida PROJECT DESCRIPTION The project included the following improvements: partial road- way reconstruction and milling & resurfacing, new gravity drain- age wells,sanitary sewer capacity improvements which consist of pipe/manhole up-sizing,water main upgrades, upgrade of three signalized intersections from span-wire to mast arm,relocation of water meters/meter boxes, new decorative street and landscape , S ~; t F lighting system, landscape and irrigation upgrades, replacement '' � ' aro of curb & gutter and sidewalk from 11th St. to 16th St., design of intersection bumps-outs,compliance with ADA requirements, y modification of parking space layout, relocation of existing utili- ties, coordination with the CMB Parking Department to remove '`, . i and reinstall parking meter heads and parking signs,and signs- • * , ,k, _ -f ° , m t ture median improvements from 5th St.to Lincoln Rd. All water ., :, qa mir ain improvements were fully completed prior to decommis- M e sioning the existing systems. Extensive public outreach was per- `2 if formed to maintain all operations. PRIME CONTRACTOR: DAVID MANCINI „.,, ENGINEER OF RECORD:APCTE - ,„ A )1 , „, ,,„: ,.., . e„,,,,,,,,,„,,,,„,, SUB-CONTRACTOR KEY PERSONNEL CONSTRUCTION DISCIPLINES Hector Rodriguez-South Florida Electric Consultant (Principal) Street and Landscape Lighting UAyIL) i'viAl'Vs...ikli AivL), JUi'v.), ;IN AJJL l,ir-,1 iUiv WITH A&F L V`.1JuLi 11`aL; ;ttANSt'URIAI 1UN LiVviNEERS,CORP. 26 SUB-CONTRA-MR EXPERIENCE/QUALIFICRTIONS TAB 2 DESIGN-BUILD SERVICES FOR NEIGHBORHOOD NO.7-NAUTILUS IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office oz Jose Perez, P.E. SUB-CONTRACTOR South Florida Electric Consultant a a Phone No.: COMPLETION DATE February2010 0 ct (305)673 7000 Ext.6115 U o email:joseperez@mi- ? amibeachfl.gov CONTRACT AMOUNT $1,800,000(SFEC) PROJECT NAME AND LOCATION Nautilus Neighborhood,Middle Beach from Surprise Lake south to the south end of 41 Street,from Biscayne Bay east to the Indian Creek Waterway,City of Miami Beach, Florida PROJECT DESCRIPTION The Nautilus Neighborhood included all of the area from Surprise ; .. --:. .,. Lake south, to the south end of the 41st Street right-of-way, and . t , . _;' — *4 from Biscayne Bay east to the Indian Creek waterway, inclusive of 'I"- tit':' " :4 . ."._± ' ` ' gibe 7, the Orchard Park sub-neighborhood.The area is generally com- prised of single-family residential streets with some pockets of •,- multi-family uses. Streetscape Improvements: Reconfiguration of W. 42nd St. from 40 ,. '•:•',., North Michigan Ave. to North Meridian Ave. & the Intersection _ . . ._ ," of Prairie Ave. / Chase Ave /W. 44th St.; Landscaping within the r. ' ...-' m *, Right-Of-Way;Lighting Upgrades;Milling and Resurfacing. .. ' '� Storm water Improvements: 16,300 In. ft. of conveyance pipe; 92 .• "\4. y inlets and 74 manholes;Gravity drainage wells and 31 pressurized ,• �' • drainage wells;6 Stormwater pump stations. N - . -. t 1.4 " r Water Systems Improvements: 17,500 In. ft. (Priority 2) of New 8" ; . - DIP Water Main; 16,444 In.ft. (Priority3) of new 8"DIP Water Main; �K`. ` thitio. Relocation of 172 water meters (priority two) and 5 water me4' Ir-'! 111 ters (priority three) from rear easements to the public sidewalks • \ t , 1. ` through trenchless technology.Extensive utility coordination was . 'T� .'t , ' performed. ` %.„ I '., PRIME CONTRACTOR: DAVID MANCINI ENGINEER OF RECORD:APCTE - �� SUB-CONTRACTOR KEY PERSONNEL CONSTRUCTION DISCIPLINES Hector Rodriguez-South Florida Electric Consultant Street and Landscape Lighting (Principal) UA'v CU MVM,“;!`'a C,ii Nil AND S NS, iN i.\ 0(._,,/-1,i iUN v'vi i r A&t'CONSUt_ii Ni; i KANSPOR iAi iON L.NGiNEtRS, CARP. 111 SUB-EON-FRP-FOR EXPERIENCE/QURLIFICRTIONE TAB 2 DESIGN-BID-BUILD SERVICES FOR SUNSET ISLAND I&II NEIGHBORHOOD IMPROVEMENT PROJECT CLIENT NAME City of Miami Beach,CIP Office Maria Hernandez oPhone No.: SUB-CONTRACTOR South Florida Electric Consultant o (786)371-3168 COMPLETION DATE February 2014 p o email: mariahernandez@miamib- CONTRACT AMOUNT $498,000 (SFEC) — eachfl.gov PROJECT NAME AND LOCATION Sunset Island I and II,City of Miami Beach, Florida PROJECT DESCRIPTION This Design-Bid-Build Project included the installation of 10,800 linear feet of a new 8-inch water main and 23,000 square yards of road reconstruction,drainage improvements including+/-215 structures,9,578 linear feet of 15-inch to 24-inch drainage pipe,with limits for the pipe and structure excavation varying in depth from 5 to 12 feet,dewater- ing of trenches via pumps were utilized.The water main installation in this neighborhood also included 86 rear water services relocations. Roadway, lighting, landscaping,and hardscape improvements throughout.This project also re- quired major utility relocation coordination efforts which were in conflict with much of the water main and drainage installations. Construction " �'; y f'' had to content with ac- ,x'` ' '' commodating all of the needs of the residents. ' �7 RN Extensive Public Outreach ' 1r: r" was performed in order to ' 5 r maintain all operations. '!` LEAD CONTRACTOR: DAVID MANCINI . ---- -- -- ttt ; z'ro -, ray SUB-CONTRACTOR KEY PERSONNEL CONSTRUCTION DISCIPLINES Hector Rodriguez-South Florida Electric Consultant Street and Landscape Lighting (Principal) LJAviU MAr>+L-14\4i isivU SUiNJ,iN A55UGATION vvi I ri A& CUN:3uL iNt_; IRANSPORiAI i(N L.NGiNEERS,CUr2t 28 WI ilimaNialaav,..... SUB-CONTRACTOR TAB 2 EXPERIENCE AND QUALIFICRTIONE DES'r, ,','LD SERVICES FOR RIG 17 O Vv,\Y AicrRASTRU I IR S n;9R-ROVEM-NT RRODRFA^;' 2.1 SUBCONTRACTOR COMPANY INFORMATION Provide background information including company history,years in business, number of employees, and any other information communicating capabilities and experience. Homestead Concrete & Drainage (HCD) Company History '", 111 Yk I HOMESTEAD CONCRETE AND DRAINAGE, INC. is a family °» r privately owned general contractor company founded in 1976 14 1 and later incorporated in the State of Florida on February 18th, lr"t , , ,, n, 1981. Homestead Concrete & Drainage is a leader in the Gen . eral Contracting of infrastructure projects meeting the needs , ''!:,,t.-,.:.; I .. of the South Florida communities.The Firm has provided con :1 4,:;,,p;-^ . crete work, general construction services, and land develop- „ ” ,, r ; "' " - - �' - -;i.„., Y 4- tz 4" ment to both public and private sector clients. Homestead R' .= „Ay; "W" Concrete & Drainage is currently active in multiple construc- sr .- s,.. tion areas; they have the capacity to see projects through its ';,I,,• , ; .h entire life cycle, from planning to implementation to oper- ation and maintenance. The company has also earned a dis- ' "'` ° tinguished reputation for its management expertise.They are Certified General Contractors by the State of Florida,the State of Florida Department of Transportation (FDOT), registered with the South Florida Water Management District (SFWMD) and Licensed with most of the counties from the Florida Keys to Central Florida. They have performed multiple projects ; for the City of Miami Beach and have worked in several roadway/infrastructure projects with DM51 and APCTE. FIGURE 2.1 Years in Business: 35 RICK SCOT I,WVtflNUN Ktn L..evaUn.OGI.Nc o Kr` STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSI SIN NDANDPESSIREGULATION Number of Employees: 50 CONSTRUCTION ONT R BTION INDUSTRY LICENSING BOARD c - State Licensed Electrical Contractor: Adjacent The 1==illNERAL CONTRACTOR Named below IS CERTIFIED Address: 209 S.W.4th Avenue Erpraondate Sl AUG 31 2018r489 FS Linde,ron date.AUG 31.2018 Homestead, Florida 33030 0r- N;o ORDERO. O H .'. HOMESTEADD CONCRETE INC L PO BOX 901273 ,.,_ T HOMESTEAD -Pt-33090 1273 I,;_c} . a t. ISSUED 071912016 DISPLAY AS REQUIRED BY LAW SEOI L1807190001093 DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP 29 OP" SUB-CONTRRTOR EXPERIENCE/QURLIFICRTIONS TAB 2 2.2 SUB-CONTRACTOR'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 follow- ing information:Agency Name,Project Name,Type of Project(Right-of-Way,Design-Built etc.)Work Assigned(1-page per company). TABLE 2.2-SIMILAR EXPERIENCE&QUALIFICATIONS OF HOMESTEAD CONCRETE&DRAINAGE Sub-Contractor's Name/ Type of Project Work % Anticipated MinorityCertification Agency Name Project Name Completion (ROW, B/D, Other) Assigned Completed Date Flamingo Park City of Miami Neighborhood/ Right-of-Way/ Roadway con- 70% May 2017 Beach (*) 11 st Street Design-Build crete work City of Miami Sunset Island I & Right-of-Way Sidewalk and 100% February 2014 Beach II Neighborhood Valley Gutter Homestead Concrete& M-D Water& Cast in place Drainage(HCD)/DBE Sewer Dept, North Cut 54" FM Design-Build concrete for 100% April 2016 launching shaft City of Miami Nautilus Right-of-Way/ Sidewalk and 100% February 2010 Beach (*) Neighborhood Design-Build Curb Washington Ave. City of Miami Neighborhood Right-of-Way/ Sidewalk and 100% August 2006 Beach (*) Phase II, IV,&V Design-Build Curb&Gutter (*)APCTE was the Engineer of Record (EOR)for these D/B Projects 2.3 CONSTRUCTION SUB-CONTRACTOR'S 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 by this firm that relates to this project(1 page max.per project).For each proj- ect 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 the firm;e)reference contact information. As requested on page 15 of the RFP, in the following 3 pages you will find three (3) similar projects from Homestead Concrete & Drainage (HCD) comparable in size and scope where similar construction services were provided. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORR 30 EUB-CONTRRTOR EXPERIENCE/QURLIFICR TIONS TAB 2 D-B SERVICES FOR WASHINGTON AVENUE NEIGHBORHOOD IMPROVEMENTS PHASE II,IV,&V CLIENT NAME City of Miami Beach,CIP Officez Jose Perez, P.E. i- Phone No.: SUB-CONTRACTOR Homestead Concrete&Drainage o (305)673-7000 Ext.6115 COMPLETION DATE August 2006 o p email: 0 Z joseperez@miamib- CONTRACT AMOUNT $459,000(HCD) — eachfl.gov PROJECT NAME AND LOCATION Washington Avenue from 5th Street to Lincoln Road,City of Miami Beach,Florida PROJECT DESCRIPTION The project included the following improvements: partial road- way reconstruction and milling & resurfacing, new gravity drain- . ,7",,, age wells,sanitary sewer capacity improvements which consist of pipe/manhole up-sizing,water main upgrades, upgrade of three signalized intersections from span-wire to mast arm,relocation off ,#, .� water meters/meter boxes, new decorative street and landscape k , ; `" a,%r ,; lighting system, landscape and irrigation upgrades, replacement ''" ' '� ' of curb & gutter and sidewalk from 11th St. to 16th St., design � ir`, of intersection bumps-outs,compliance with ADA requirements, . '''a modification of parking space layout, relocation of existing utili- 0, -') I ties, coordination with the CMB Parking Department to remove ; ° „ °' ' I S and reinstall parking meter heads and parking signs, and Signa- « a `r 4 ' . • ture median improvements from 5th St. to Lincoln Rd. All water '. ' '` �- . main improvements were fully completed prior to decommis- '"� - sioning the existing systems. Extensive public outreach was per- ...ti - ,.." " � formed to maintain all operations. S PRIME CONTRACTOR:DAVID MANCINI '.< ENGINEER OF RECORD;APCTE SUB-CONTRACTOR KEY PERSONNEL CONSTRUCTION DISCIPLINES Alfredo Cordero-Homestead Concrete&Drainage Curb&gutter and sidewalk (Principal) L,,-,,.i., 1II,d, _..ivi AND SON;,IN A=.\ :)JL Ai ION vvl i i-i Ater L.O N; ULTING TRANSPOR iAT ION tNGiNEE:RS, CORP. III SU8-CONTRATOR EXPERIENCE/QUALIFICATIONS TAB 2 DESIGN-BUILD SERVICES FOR NEIGHBORHOOD NO.7-NAUTILUS IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office zo Jose Perez, P.E. SUB-CONTRACTOR Homestead Concrete&Drainage Q a Phone No.: COMPLETION DATE February2010 0ix (305)673 7000 Ext.61 15 U o email:joseperez@mi- CONTRACT AMOUNT $387,000(HCD) ? amibeachfl.gov PROJECT NAME AND LOCATION Nautilus Neighborhood,Middle Beach from Surprise Lake south to the south end of 41 Street,from Biscayne Bay east to the Indian Creek Waterway,City of Miami Beach, Florida PROJECT DESCRIPTION The Nautilus Neighborhood included all of the area from Surprise '- Lake south, to the south end of the 41st Street right-of-way, and - ,:;_ " �" + } ,,,"6:„,"6: .. _ .�-�"'- ''4 from Biscayne Bay east to the Indian Creek waterway, inclusive of s wi'. ,' 'I • ---- • Vi •i, .-.'I - the Orchard Park sub-neighborhood. The area is generally corn- f prised of single-family residential streets with some pockets of Arr. V \ - - . - , �'-- an.R- multi-family uses. \ ,,3, - Streetscape Improvements: Reconfiguration of W. 42nd St. from .. s -' ” '- North Michigan Ave. to North Meridian Ave. & the Intersection `�.- ,,\fs .. _ of Prairie Ave. / Chase Ave /W. 44th St.; Landscaping within the Right-Of-Way;Lighting Upgrades;Milling and Resurfacing. z or ..„.._.70,__3, __ , _ .4;70 l. IT: Storm water Improvements: 16,300 In.ft. of conveyance pipe; 92 i. , inlets and 74 manholes;Gravity drainage wells and 31 pressurized .. drainage wells;6 Stormwater pump stations. � '*o' Water Systems Improvements: 17,500 In. ft. (Priority 2) of New 8" "r" ---1: DIP Water Main; 16,444 In.ft.(Priority 3)of new 8"DIP Water Main; �.y '" t Relocation of 172 water meters (priority two) and 5 water me- "�, ,. �' if ' 1f''' ters (priority three) from rear easements to the public;Lighting • through trenchless technology.Extensive utility coordination was \ ;' 7..' I ;, v.; performed. t M PRIME CONTRACTOR:DAVID MANCINI • ENGINEER OF RECORD:APCTE ` '•-,,. SUB-CONTRACTOR KEY PERSONNEL CONSTRUCTION DISCIPLINES Alfredo Cordero- Homestead Concrete&Drainage Curb&gutter and sidewalk (Principal) D MAi 4=�ti.1 .% 4.J J.,_...i 4 ,,.NV/-v;,>LJ,..1 rAi RJ;4 v'.. ..-.,-\o,r'i-tJN'd U. L ICTL, i'6r-,1\i,,i'°t.)R, i iON Ci 4.iii\ib...S,L.,0 RP III SUB-CONTRRTOR EXPERIENCE/QURLIFICRTIONS TAB 2 DESIGN-BID-BUILD SERVICES FOR SUNSET ISLAND I &II NEIGHBORHOOD IMPROVEMENT PROJECT CLIENT NAME City of Miami Beach,CIP Office Maria Hernandez z SUB-CONTRACTOR Homestead Concrete&Drainage o Phone No.: < (786) 371-3168 COMPLETION DATE February 2014 o p email: 0 Z mariahernandez@miamib- CONTRACT AMOUNT $375,000 (HCD) — eachfl.gov PROJECT NAME AND LOCATION Sunset Island I and II,City of Miami Beach, Florida PROJECT DESCRIPTION This Design-Bid-Build Project included the installation of 10,800 linear feet of a new 8-inch water main and 23,000 square yards of road reconstruction,drainage improvements including+/-215 structures,9,578 linear feet of 15-inch to 24-inch drainage pipe,with limits for the pipe and structure excavation varying in depth from 5 to 12 feet,dewater- ing of trenches via pumps were utilized.The water main installation in this neighborhood also included 86 rear water services relocations. Roadway, lighting, landscaping,and hardscape improvements throughout.This project also re- quired major utility relocation coordination efforts which were in conflict with much of the water main and drainage installations. Construction , ,",,.. 1;‘,-,, 7,,,, vii4,*; 77 t r . had to content with ac- '1 ''i);`,..!1' 1.,� , / i commodating all of the .. f f > .- ',�` ' � ' �� `" / i� ` needs of the residents. � "i# 1 •LILL/ L t, g L. Extensive Public Outreach 3 ' � A L 3x'"k4 j it i n . was performed in order to 1 i9"' ` �" w maintainall , ' ° "� yp- operations. = , , ' ': LEAD CONTRACTOR: " ��° 7. 7,-17.17.„�_ . � ii"v .7 DAVID MANCINI "1147,,,. a .; ,w,rti, SUB-CONTRACTOR KEY PERSONNEL CONSTRUCTION DISCIPLINES Alfredo Cordero-Homestead Concrete&Drainage Valley Gutter and Curb (Principal) L..,-.,.L,) i'rlr-k,-1—Evi t;i\ID SONS, iN.�=,AJUCiAfri N v"V i i ri -surCONSUi i IiNG TRANSPORTATION CNGINVEERS,CORI-. III PHASETWO> a W CO > O > n I Q. Our construction team's philosophy is to build this project m right the first time, and strive toward eliminating potential o rework, which could delay the project and negatively impact o its cost. Because of our previous experience working on 11th Street, we are extremely familiar with the project area. We -' z know that the end product will have a profound impact on the quality of life of each and every property owner in this neighborhood. ' P93 APPROACH & METHODOLOGY PLAN FLAMINGO PARK NEIGHBORHOOD iiii--______ APPROACH AND METHODOLOGY PLAN TAB 3 3.1 UNDERSTANDING OF THE SCOPE The Proposer shall illustrate complete understanding of the scope of work for all components of the project. The narrative shall ad- dress methodology,sequencing,maintenance of traffic(MOT)and phasing of the various work efforts. 3.1.1 SCOPE OF WORK The design and construction of all project elements will comply with the requirements depicted in the revised Design Criteria Package (DCP) as shown on Addendum No.4, dated March 27, 2017.The most critical components to com- plete this project include: • An expedite design and construction schedule,to substantial complete this project within 365 calendar days after Notice to Proceed (NTP). • Having a clear an effective utility coordination program to avoid un-necessary utility disruptions and/or lengthy utility relocation process. • Having a robust Public Information Community Plan to engage all residents and stakeholders during all phases of the design and to keep the community abreast of construction progress and planned disruptions.Commu- nication with all property owners and users of the Flamingo Park,as well as disseminating information in public areas along the two segments (from Alton Road to Jefferson Avenue, and from Euclid Avenue to Washington Avenue)of 11th street will be imperative. • Obtain all necessary permits from all regulatory agencies such as the Miami-Dade DRER, PWD, City of Miami Beach PWD, Historical Preservation Board, HRS,etc.in a timely manner. The DMSI Team has a complete understanding of the scope of work of this project since we have successfully com- pleted the design and are currently finishing the construction of the Flamingo Park Neighborhood Phase I(11th Street from Jefferson Avenue to Euclid Avenue).Because of our current Team involvement on 11th Street we have coordinat- ed with the City and all property owners to create a series of design details for private property harmonization due to the raising of 11th Street to the new standard of minimum 3.7'NAVD crown road elevation. Some of the design details used during the harmonization process include yard drains,trench drains, swales, construction of concrete steps to connect to existing pedestrian walkways,connection to entrance of apartment buildings,etc. rija i i `"pima Mill .z °� �...�� } .some 4sou ' f �{ d4 k i. kr ". Proposed harmonization at 710 11th Street L„,,-,,., �,i,,,isw,tiv1 o- , ;;v;'4;,+,, A.).),.),.;r-o t _N v,,.i .,&&P CONSULTING TRANSPORTATION ENGINEERS, CORPIII giow,....--0 APPROACH AND METHODOLOGY PLAN TAB B The DMSI/APCTE Team has already performed a complete site investigation of this project to evaluate all local con- ditions to minimize,to the extent possible, harmonization in private property.We have also analyzed the availability to access roads to the site and existing traffic conditions to design a proper and detailed MOT to be reviewed and accepted by the City, prior to begin construction. Our MOT will take into consideration pedestrian/bicycles as well as vehicular traffic.Additionally, we have reviewed and supplemented the available topographical survey and geo- technical information and feel comfortable with the information we have to produce a complete set of construction documents. APCTE will prepare the design plans and submit them to the City for their review at 60%,90%and 100%.At 60%de- sign phase,we will submit plans to all permitting agencies for their review and approval. In addition,after the NTP is issued and during the design phase our team will implement the following steps to plan for construction: • Site preparation • Clearing and Grubbing • Begin procuring long lead items • Prepare trench safety technology information and erosion control material • Establish vertical and horizontal control layout of the work in the form of benchmarks and control points. 3.1.2 METHODOLOGY Our methodology and project approach to comply with the revised Design Criteria Package is based on our compre- hensive knowledge of the proposed 11th Street roadway reconstruction,the importance of project completion in 455 Calendar Days from Notice to Proceed to Final Acceptance and the mitigation of potential impacts to property owners as a result of raising 11th Street by approximately two feet in order to achieve the minimum crown road elevation of 3.70'(NAVD 1988). Our 30%conceptual roadway,water,sanitary sewer,force main,signing and pavement markings,signalization,light- ing,landscape and irrigation plan provided with this submittal shows our complete understanding of this project and provides a dynamic all-inclusive project approach and methodology. DMSI will provide and pay for all labor, materials,tools,construction equipment,and other ancillary facilities neces- sary for the proper execution,testing,commissioning,and final restoration work required for the functional and satis- factory delivery of the work,to the City of Miami Beach.All work and services necessary to accomplish this objective, including but not limited to furnishing shoring, dewatering, erosion control, maintenance of traffic, protection of adjacent utilities and buildings,and site restoration will be provided by DMSI. 3.1.3 SEQUENCING AND PHASING The following are all construction activities that must take place in order to achieve a successful project: • Site preparation and earthwork • Construct proposed 8-inch Water Main from Euclid Avenue to Washington Avenue and then proceed to construct the water main from Alton Road to Jefferson Avenue.After proper tie-in connections between the existing and the new water main,the new water service connections will be installed to the new 8-inch W.M. • Construct proposed 24-inch Gravity Sewer, including new manholes and pipes from Alton Road to Jefferson Av- enue, placing the new sanitary sewer (S.S.) system adjacent to the existing S.S. line, reducing the time and cost associated with by-passing the existing sewer.The existing sanitary sewer from Euclid Avenue to Washington Av- _,i D MANCINi ASND ONS, IN ASSOC:iATION vJ 1 ti A&P CC: NSULTING TRANSPOR iATiON L1,4 3INEERS,CORPII APPROACH AND METHODOLOGY PLAN TAB 3 enue has already been lined and it is in good condition,therefore it will not be necessary to replace this line.Once the new S.S.is in service,the old S.S.is removed and we will proceed to install the force main as shown in our plans. • After the force main installation is completed,the storm drainage system will be constructed commencing with 11th Street from Alton Road to Jefferson Avenue which will allow us to proceed with sub-base and limerock base placement in this area.While the roadwork is being placed in the area,the new storm drainage system will be con- structed from Euclid Avenue to Washington Avenue.Once the road bed is completed from Alton Road to Jefferson Avenue,the installation of the sub-base and limerock base will take place from Euclid Avenue to Washington Ave- nue.Careful considerations will be given to the harmonization of all adjacent properties,including reconstruction of driveways, installation of gravity wall and handrails in the areas where it will be necessary. • Construct new curb and gutter and sidewalk,and install light poles and signalization mast arms drill shafts. • Install street light poles and signalization mast arms and equipment. • Place asphaltic base course,signing and pavement markings and landscape and irrigation system. 3.1.4 MAINTENANCE OF TRAFFIC The DMSI/APCTE Team has successfully completed six (6) neighborhood ROW improvement projects in the City of Miami Beach,which required the development of complex MOT plans.APCTE has twenty two (22)engineers who are certified in Advance Work Zone Traffic Control and have developed multiple MOT roadway projects for several clients throughout the State. Our detailed MOT plans will be developed to provide safe routes for modes of transportation and will be prepared in accordance with FDOT Index 600 Series as well as the latest MUTCD guidelines.The MOT plans will be submitted at the pre-construction conference meeting for the City Public Works Department staff review and approval. Our MOT will identify the phases of construction that DMSI will intend to utilize. Our Team expects to conduct all required construction activities following the MOT Typical sections and detour plans shown on the following three(3) pages. s a~ " i. � r' ./. ft �re}' ' � l m i i w11111 ■" I • ROAD I! ROAD CLOSED ta«. CLOSED THRU TRAFFIC ldak1 7 le 1 DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENJiNEERS,CORP. 36 /w'- ----- APPROACH AND METHODOLOGY PLAN TAB 3 PHASE IA-Construct 8-inch Water Main from Euclid Avenue to Washington Avenue CONST. 11th STREET t R,V/ LINE I -.4 24.33 R/W 25.67' R/W I 10' 10' TCP TCP LANE LANE ` WORK ZONE WEST80UD EASTBOUDI I ' • I t 1 a • 1 1 2' MIN. r ���TTTTTT ` 8.. NATERMAIN PHASE 113-Construct 8-inch Water Main from Alton Road to Jefferson Avenue —R/W LINE �— CONST. 11th STREET -...i—R/W LINE I R/W(VARIES 28' TO 23.33) 4 R/W(VARIES 26.67' TO 32') i 10' 10' TCP TCP LANE LANE i 1 WORK ZONE --.0 --- 21.--...C _. I y WESTBOUD EASTBOUD 1 I 0 jA I I I didA 2' MIN., 8" ` WATERMAIN DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. II ..............„,. imoopT—liii APPROACH AND METHODOLOGY PLAN TAB 3 PHASE IIA-Construct 24-inch Sanitary Sewer from Alton Road to Jefferson Avenue -.--13/W LINE [...., - i CONST. 11th STREET ---c----R ;'! LINE R/W(VARIES.28' TO 23.33') /VW(VARIES 26.67TO 32') -'. i 13' TCP WORK ZONE ' LANE --.., EASTBOUD& WESTBOUND (FLAGGER CONTROL) 1 i 1 1 I 0 0 I . . . . ' . : , 1 , . . 1 jA I .2' 141K _. 8" WATERMAIN 24"GRAVITY ,...._ SANITARY SEWER PHASE IIB-Construct 36-inch Force Main from Michigan Avenue to West of Jefferson Avenue -- R/A! LINE [...,--- CONST. 11th STREET - S I R/W(VARIES 28' TO 23.33) R/W(VARIES 26.67' TO 32') i ICY 70' TCP TCP LANE 1 WORK ZONE '2...i -mit- LANE II WESTBOUD EASTBOUD I i 1 : I • 1 11 1 . $ 0 . . , MIN _...(2' MIN. ,-) 36" CWATERMAIN 24"GRAVITY ''' , ' FORCEMAIN SANITARY SEWER % i . DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 111 ______ RPPROAEH AND METHODOLOGY PLAN TAB 3 PHASE IVA-Construct stormwater/drainage and roadbed from Alton Road to Jefferson Avenue i 1 1 1 13TH ST. o 100 xD IAL Feet DL FLAMINGO PARK E- 12TH ST. aQYQI EXISTING ACCESS Cr DL FROM PINKING LOT O +' t 2 3 QED, MAINTEANCE TO PINK DRgZ I'CLC". TD 5. WOMAINTAINED THROUGXTXE WORKZONf WITH FLINGERS �u.� ,¢cro e LLQrpr C.N.B. I FC,FND: ED ® ® - STATION ® WORK ZONE DA 4 t D WONK ZONE SIGN 4 +t AGNALS TRAFFIC TTPE III O ® SITRAFF/C NF/O PEDESTRIAN DETOUR (SEM 41 WI inti 1311 Al 70TH ST. D Ip�_IL1 DR ED RC 1- ED W DL W C ui I hal. e ¢ ¢ Lc .;rea• Lr c 999 3 Q Q , -i PHASE IVB-Construct stormwater/drainage and roadbed f from Euclid Avenue to Washington Avenue IA �I 13TH ST. Feet O. D ZZ DL LL12TH ST:.c-/�,. �". 430 ®. IMI N.6. m ti � ^AT ON F')�..'I�. i 11TH S7.Z1 t•alag•,::% %//�%j%%/-1I °� ► _ % 4m., LEBEdb ® WORK ZONE DA D WORK ZONE SIGN i t L� 10 7 II ®- TYPE III PARRICIDEFICDEIaw ® PEDES R TRAFFIC O PEDESTRIAN DLiia. - LCI;PIL �RIANiiii. alAcffi•. •S•rk' w Da 10TH63„,„ •\ ,.. 'N��c pRp�R+.�^r9 Q RC '4' ML N , OL W f 1 ^I1 ri ¢ r/2 = W 2 O Q ',1. 3 Ort/ Kr a PHASE V-Placement of pavement marking on both segments usign FDOT Standard Index 607 DAVID MANCINI AND SONS,IN ASSOC ANION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. III APPROACH AND METHODOLOGY PLAN TAB 3 3.2 UTILITY COORDINATION 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). 3.2 UTILITY COORDINATION As a result of the proposed project scope and presence of several utility companies along the 11th Street corridor, an in-depth utility coordination effort will be required for this contract.Our project Utility Coordination Manager will oversee all potential relocations and ensure that all conflicts are minimized through early coordination. Our team will create an environment of respect and open communication with all affected UAO's to assure that their concerns are addressed during our design process.As part of our extensive utility coordination effort, our team will schedule utility meetings,produce potential conflict matrices to track down the relocations schedule, perform constructability reviews and perform field meetings with the design-build team and UAO's. Our team is aware of the eight (8) UAO's that have existing active facilities within the project limits:AT&T Distribution, Florida Gas Transmission, Florida Power &Light Distribution,Florida Power&LightTransmission,Teco People Gas,Atlantic Broadband,Crown Castle and Sprint Communications.Our team is also aware of the potential utility conflicts that might arise impacting the existing utili- ties due to the reconstruction work and has already established communication and met with most of these UAO's to mitigate utility relocations. p * *14'. *e ` `w 4 . * ** .r ipf= " ' ► w " a:. " t » f * ; if. - a il Teco People Gas New Gas Regulator Vault(11'-8"x 5'-0')located in sod area behind existing sidewalk at north east corner of Alton Rd and 11th Street Throughout the corridor the following utilities provided utility clear letters, indicating that they do not have any fa- cilities within the work limits: Sprint Communications and Florida Power & Light Transmission.The following UAO's indicated to have existing facilities within the project limits,and provided their record drawings and marked up plans. Based on this information,our field review and coordination meetings held with these UAO's the following potential conflicts have been identified: iDi-Vii.) MANLJN1 ANU Sv{\1 , IN ASSOCA1 ION WITH A&xt-CONSULTING TKANSruRTATION ENGINLERS,CORI- 40 APPROACH AND METHODOLOGY PLAN TAB UTILITY COMPANY DESCRIPTION OF LOCATION POTENTIAL ACTION (CONTACT PERSON) EXISTING UTILITY CONFLICT Roadway profile has been Roadway recon- modified to avoid conflict 6" and 8" gas main. with recently installed Gas Teco People Gas Along north side struction and pro- (Contact:Alex Roche) Exist. Gas regulator of 11th Street posed roadway el regulator vault. Proposed Vault&Cabinet drainage will be installed evation to avoid conflict with 6" and 8"gas lines. Florida Gas Transmis Along south side Roadway recon Roadway profile has been Sion (Contact:Joseph 6"gas main. Feeding of 11th Street. struction and pro modified to avoid conflict Sanchez) Teco People Gas Ending about 50- posed roadway el- with existing gas main ft from Alton Rd. evation The existing poles and at- tachments need to be re- located to the back of side- walk.Our team is currently completing similar type of FPL Distribution Overhead (OH) Elec Along south side Roadway recon- relocation for the segment (Contact:Joel Garcia) tric lines of 11th street in- struction and wid- between Jefferson Ave cluding crossings ening and Euclid Ave without delays. We have overseen the transfer of each utility attached to FPL pole and the relocations are being successful. Existing Cables attached to FPL-D poles need to be transferred to the new location. Our team recent- Crown Castle (Con- Existing OH cable Along south side Roadway recon- ly coordinated with this tact: Andrew McGin- attached to FPL-D struction and wid- company for the segment nis) poles of 11th street ening between Jefferson Ave and Euclid Ave, and rec- ommended to begin the engineering for this sec- tion. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. II APPROACH AND METHODOLOGY PLAN TAB Existing cables attached to FPL-D poles need to be transferred to the new location. Our team re- Existing OH cable cently coordinated with Atlantic Broadband attached to FPL-D Along south side Roadway recon- this company for the seg- (Contact:Edwin Zam- poles. Power service of 11th street struction and wid- ment between Jefferson brana) ening Ave and Euclid Ave, and point cabinets recommended to begin the engineering for this section. Cabinets to be adjusted to new sidewalk elevation. Existing cables attached to FPL-D poles need to be transferred to the new location. Our team re- cently coordinated with Existing OH cable this company for the seg- AT&T Distribution attached to FPL-D Along south side Roadway recon- ment between Jefferson (Contact: Steven poles. Service cabi- of 11th street in- struction and wid- Ave and Euclid Ave, and Lowe) nets. Existing under- cluding crossings ening recommended to begin ground cable. the engineering for this section. Cabinets to be adjusted to new sidewalk elevation. UG cable not in conflict. ;4 , 44. s .. It is also necessary to coordinate with FPL-Distribution and AT&T for ` the service points for the upgraded traffic signal and proposed light- Ing.Our team is fully aware of the time constraints for project construc • -4r. ,44 t14 ':° 44,4 tion schedules versus utility relocations on design-build projects, and as such we have started our coordination with all the UAO's involved within the project corridor to ensure a prompt resolution to potential conflicts.Our team is committed to mitigate utility relocations as much as possible and will ensure that the replaced utilities provide service == ,,,,. equivalent to what is currently offered. rr I►'+ r � "� tie•� .�wryy ';i lam"" • • f'r+ • :.:...►1+:: ' eF , (�( 4 Our team's experience with utility coordination ensures our success ,.a . ..., r • *4°' 10a while dealing with utility relocations. After many years of experience in this field our company has developed a close relationship with the utility agencies and gained their respect based on our commitments ar and manner of negotiations.DMSI will provide a three level Quality As- ;". • surance/Quality Control Plan to address any issues during the Design, FPL-Distribution Pole with OH Electric lines Construction and Construction Engineering Phases of this project. and attachments:Crown Castle,Atlantic Broadband and AT&T Distribution DAvi MANCINi ANL) SUNS,IN ASSOCIATION WITH A&P CONSULTING TRANSPOkTATUON ENGINEERS,CORP. III APPROACH AND METHODOLOGY PLAN TAB 3 3.3 APPROACH TO PERMITTING ISSUES Proposer shall clearly detail and present its approach to all required permitting issues,including but not limited to,water distribution system,storm water 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. The DMSI/APCTE team will also focus on expediting the permitting process by leveraging our experience in recently permitting similar projects,and our relationships from completing a variety of similar projects throughout the City of Miami Beach and Miami-Dade County.DMSI/APCTE brings a clear understanding of processes and procedures which will benefit our team in obtaining the permits that will be required for this project.Our goal is to prevent permitting from hindering the project schedule and critical path activities.Thus,we have designated one individual as a Permit- ting Manager to coordinate all permits.The Permitting Manager will work on behalf of the design team to obtain the necessary permits and approvals and will remain the primary point of contact.This will provide consistency and im- prove communication and efficiency between the permitting entity and the design team.Coordination through the Permitting Manager will be consistent and efficient,leading to the shortest possible approvals and issuing of permits. The Permitting Manager will develop and maintain a log of requirements from each permitting and review agency for the project as depicted below: TABLE 3.1 -PERMIT TABLE Estimated AGENCY PERMIT NAME i Submission Requirements 's Review Time Building Department 30 days 2 sets of 24"x36"signed and sealed plans ea m Historical Preservation Board 1 month Survey, 1 set of 24"x36"signed and sealed plans,application forms and photographs Planning Department 1 month Survey, 1 set of 24"x36"signed and sealed plans,application forms and photographs Public Works Department 30 days 3 sets of signed and sealed plans,MOT plans,permit application form V Urban Forestry Division 30 days Application form,1 set of landscape plans,site sketch,tree survey DRER Class II(processed by Application form,application fee check,3 sets of construction the City of Miami Beach) 30 days plans, 1 set of drainage calculations,survey,Engineer's letter of Certification,location map DRER Class V 30 days Application form,application fee check,site plan,dewatering Ccalculations,description of dewatering operation V Water and Sewer Depart- 73 ment(Utilities Collection 1 week Utilities Collection and Transmission Capacity Certification form to G and Transmission Capacity and 1 set of plans Certification) .to DRER Domestic Wastewater Signed Utilities Collection and Transmission Capacity Certifica- Collection/Transmission 30 days tion Application form,permit application form,site plan,applica- System tion fee check DRER Water Extension 30 days Letter of acknowledgement,application fee check,application Permit form,permit plans DAVID MAi'vti:,fiv;AND SONS,IN ASSOCIATION WITH A&r'LUIvbULI i tANSPORTATION ENGINEERS,CORP. 43 APPROACH AND METHODOLOGY PLRN TAB Public Works Department D c Traffic Engineering Depart 30 days Preliminary meeting with Miami-Dade County and 4 sets of 3 ment plans O V Department of Health 30 days Application form,permit fee check National Pollutant Discharge Elimination System(NPDES) 1 week Stormwater Pollution Prevention Plan(SWPPP)and Notice of Intent Notice of Intent(NOI) The Permitting Manager will act as the liaison to conduct pre-application meetings and dry-runs with permitting agencies to reaffirm design criteria and relevant information requirements.Permitting agencies will be provided with 90%drawings and if required,follow-up meetings will be held to review plans and provide congruence with agency requirements.A log of agency comments and resolutions will be developed;correspondence, meeting minutes,and other pertinent documentation will be maintained in the project file and provided to the City of Miami Beach. It is understood that the City has determined a set of parameters for this project in the Design Criteria Package which cannot be changed unless approved by the City Engineer.Should any changes arise from the plan review process our team will closely coordinate with the permitting agencies and the City Project Manager to ensure all jurisdictional requirements are met. The graphic below depicts a summary of our permit acquisition approach: DESIGN TEAMS 4„„„ PERMITTING/COMPLIANCE 411111I REGULATORY MANAGER AGENCIES ler ler DEVELOP PERMIT MAINTAIN MASTER REVIEW/RECEIVE PLANS PERMIT SCHEDULE APPLICATIONS DEVELOP PREPARE/SUBMIT ADVISE PERMITTING APPLICATIONS REQUIREMENTS SCHEDULE REQUEST PAYMENTS MANAGE PAYMENTS RELEASE PERMITS COMPLY ADVISE WITH PERMIT REQUIREMENTS REQUIREMENTS LIAISON TO AGENCIES DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS, CUr`r. 44 APPROACH AND METHODOLOGY PLAN TAB 3 Several permits from a number of regulatory agencies are anticipated for the different components of this project which include,but are not limited to,the permits listed below: City of Miami Beach • Building Department:authorizes electrical,structural and plumbing work. • Historical Preservation Board:all public improvements within public rights-of-way and easements located in a designated historic District are subject to review.This project is located in the Flamingo Park Historic District. • Planning Department:applicability of proposed design and construction to zoning of project area. • Public Works Department- approval of Maintenance of Traffic (MOT) and Right-of-Way Use Permit: authorizes work within the City's Right-of Ways.The following are some of the requirements that shall be met: • Access for emergency vehicles shall be provided • Access to driveways at the end of the working day • The City's Police Department,Fire Department and Post Office shall be notified at least 14 days prior to con- struction activities • Coordination with agencies that provide general services such as garbage collection, mail delivery,school bus,bus,etc. • Access for disabled residents shall be provided during construction • Urban Forestry Division: A Tree Work Permit is required for the removal or relocation of trees, except for trees determined to be exempt per City code.In order to remove or relocate trees,the removal must be justified,and either relocation or replacement of trees must take place. Miami-Dade County • Department of Regulatory and Economic Resources(DRER)Class II:authorizes any work related to the stormwa- ter discharge to any surface water in Miami-Dade County. It was noted in the DCP that the City of Miami Beach is in the process of obtaining this permit. • Department of Regulatory and Economic Resources(DRER)Class V Construction Dewatering Permit:authorizes any construction dewatering. • Water and Sewer Department(Utilities Collection and Transmission Capacity Certification):certifies that the pro- posed sanitary sewer system has adequate capacity to convey the wastewater from the project to Miami-Dade Water and Sewer Department's point of connection. • Department of Regulatory and Economic Resources (DRER) Domestic Wastewater Collection/Transmission Sys- tem:approval for the proposed sanitary sewer improvements. • Department of Health:approval for the proposed water main improvements. • Public Works Department:approval of signalization and signing&pavement marking plans • Traffic Engineering Department:approval of signalization and pavement markings and signage. Florida Department of Environmental Protection • National Pollutant Discharge Elimination System(NPDES)Notice of Intent(NOI):requires implementation of best management practices (BMPs)for sediment and erosion control during the course of the project. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORT ATION EoNCiNEERS,CUR . 45 RPPRORCH AND METHODOLOGY PLAN TAB B 3.4 QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) PLAN FOR THE WORK Proposer shall describe their Quality Assurance/Quality Control(QA/QC)Plan for the work,including design,construction,coordina- tion,implementation and completion of the project.The proposer shall explain its QA/QC Plan and the plan for any of it's sub-consul- tants or sub-contractors,namely the policies and procedures that will be used to assure the complete and the accurate management of the project. 3.4.1 Design Quality Assurance(QA)/Quality Control(QC) The Team will prepare all plans,specifications and estimates in accordance with the QA plan to assure accountability, accuracy,completeness,legibility,application of design criteria and best engineering practices.The plan specifi- Vim` ,w.a,aty w.ai` a.AAAken,. cally addresses the importance of accurate construction cost estimates throughout the design-build process. This plan emphasizes the Team approach to successful initassal/ project development with the goal of producing a top quality project,on-time,and within acceptable budget constraints,and to minimize construction conflicts and 4 ,. ` f, assure constructability. Copies of all QA/QC forms are , - 4 located at the end of this section. -- — 3.4.2 Project Schedule Quality Assurance(QA)/Quality Control (QC) The Design Project Manager will receive input from the various disciplinary teams to ascertain the true and accurate time period required for each activity as well as the order of precedence of said activities.With this information in hand,the Design Project Manager will create the Project Schedule.Any subsequent changes to the Project Schedule must consider activity durations and order of precedence requirements;all changes must be approved by the Proj- ect Manager. It is the responsibility of the Project Manager to guarantee the Team adheres to the Project Schedule throughout the entire project. To meet the demands of both the Design Team and the Construction Team,their respective work must occur simul- taneously.The Team will coordinate with the City of Miami Beach early and often to obtain the requisite permits for this project.The DMSI Team has the experience and resources to effectively complete this project on or before the estimated completion date as demonstrated in previous City of Miami Beach projects. 3.4.3 Plans Quality Control As per The Quality Control Plan, plans, specifications, and estimates will be independently checked by profession- als other than those preparing them.They will check to assure accuracy, completeness, legibility, proper application of engineering criteria and compliance with all applicable Manuals and Standards.This independent review will be documented in the project file, accomplished, and reflected prior to the phase review submittal to Quality Control Engineer.The Project Manager is responsible for ensuring adherence to the Quality Control Plan. 3.4.4 Phase Submittal and Review Procedures The Quality Control Plan will guide production of all plans and specifications. Quality Control will be part of the all production processes that will begin with the Design Team.The routine Quality Control reviews will be performed to allow company units to provide their own input regarding the project plans at every step of the process.The Project DAVID MANCINI ANL)j v lies ASSOCIATION WITH A&P CONSULTING TRANSPORTATION Eh10.JiivCERS,COR 46 0.0,, ,. APPROACH AND METHODOLOGY PLAN TAB 3 Manager will submit the plans and specifications at each phase of completion. The Project Manager must solicit the involvement of any outside individual or agency that has a legitimate stake in the project.The Project Manager needs to anticipate the necessary involvement of external groups and local gov- ernments throughout the life of the project.All plans,specification and estimates submitted for phase review will be reviewed for completeness and conformance to current Manuals and Standards.The technical accuracy for the design is the sole responsibility of the Design Engineer. The Company Review Team is required to review each phase submittal and inform the Project Manager,in writing,as to any questions or concerns that might arise.The Project Manager will also be informed in writing if any questions or concerns arise during the phase review process. The Project Manager will then distribute the Phase Review Docu- ment to the Quality Control Manager,as well as all other reviewers involved in the process;the information exchange between the reviewers and the rest of the Team will ultimately benefit the Project. 3.4.5 Review Schedules,Completeness and Motivation The Quality Control Plan is intended to be a dynamic document,subject to change with the goal of promoting a qual- ity result.To that end, it is essential that all plans, specifications .Nor and estimates fully comply with the completeness requisite for 11 *-- �;each phase. All reviews must also be complete, comprehensiv [ and consistent with the requirements of that phase. All reviews p will adhere to the allotted time to ensure that adequate time is given to all parties and so that they remain personally invested ., .ti' , , and motivated in creating a quality product. . 3.5.6 Constructability Reviews 'r ~ 1 In addition to the types of reviews mentioned prior, the plans will be reviewed specifically for constructability. This particular review provides assurance that what is designed is feasible from the perspective of constructability. Items to consider are location, traffic control plans, making use of conventional construction techniques and equipment and materials.Constructability will be reviewed by DMSI staff;their substan- tial experience in both design and construction makes them perfectly suited for this task. 3.4.7 Design and Construction Coordination DMSI (Construction Manager) recognizes that,despite best efforts to curb quality control conflicts,they are unavoid- able, especially during the construction phase. Immediate attention to these inevitable conflicts is imperative. The Construction Manager's staff will respond in a timely manner, to requests from the City's Project Manager for any assistance during the construction phase as well as during any conflict resolution that might be needed. If the Con- struction Manager is unavailable for any reason,a principal of the Construction Manager's Company will designate a substitute to handle the matter.Under no circumstances are conflicts in the field to remain unresolved for longer than absolutely necessary.The Construction Manager is responsible for guaranteeing that this process is followed. 3.4.8 Information Sharing Project Book: A Project Book will be kept at all times during the Project. The Project Book will compile all relevant information needed by Construction Manager to document the Scope of Work. t.)A` L) MANuNl AND 50P,,a, iN.,..aSLJ..Ai ION Vri I Ht A&P CONSULTING TRANSPORTATION ENGINEERS,CORP 47 APPROACH AND METHODOLOGY PLRN TAB B 3.4.9 Construction Processes Quality Assurance/Quality Control Objective of the Quality Control Program The objective of this Quality Control Program (QCP)is to establish the necessary level of control to enable DMSI to: • Put forth the team effort to strive toward a quality product to present the owner. • Establish and maintain a cohesive relationship between the contractor and the owner, and owner's representa- tives. • Adopt a philosophy to guarantee that Quality Assurance and Quality Control becomes routine. • Implement the Quality Control Program, utilizing knowledge and experience,to provide solutions for all parties involved. • Improve control and develop testing and inspection procedures. 3.4.10 Overview of the Quality Control Program The QC Program establishes the parameters necessary to measure and control the quality of work performed by DMSI and subcontractors. Quality Assurance will be enforced by routine inspections of the ongoing work as well as the instal , . , lation of materials.The Quality Control Program will take the **0, necessary steps to ensure conformance to plans and speci- ._ fications with respect to materials, workmanship, construc- ""i" tion,finishing,and functional performance. 117 M . DM51 will create and maintain a working relationship be- tween e tween the Construction Team, Design Team, as well as the City of Miami Beach and its representatives;this will contrib- ute to the assurance of a quality product.The entire Teams. is responsible for the enforcement of this Quality Control Program; adopting this philosophy will assure that Quality Assurance becomes a normal part of each day. 3.4.11 Quality Control Organization The Team's organizational chart describes the authority, accountability, and responsibility of each member.The re- sponsibilities specific to the Construction Manager, QA/QC Manager, Superintendent and subcontractors are de- scribed as follows: Construction Manager • Responsible for overall review,administration,control and acceptance of the work. • Balance the Project Schedule/Product Quality/Profit Requirements throughout the project. • Emphasize the need to maintain safety as the top concern. • Responsible for assisting the Superintendent in the enforcement of DMSI Safety Policy. • Implement Quality Control Plan. • Inspect materials,construction,and equipment for conformance to plans and specifications. • Perform periodic technical document file reviews on the project. • Ensure shop drawings and working drawings are promptly submitted,reviewed and returned. • Responsible for controlling documentation for shop drawing submittal,inspection and quality control tests. • Assists the QA/QC Manager and Superintendent in achieving the goals of the QC Program. • Notifies all parties of any changes throughout the project. i:: ,MAN ,Vf.1 AND SL '4. iN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. II APPROACH RND METHODOLOGY PLAN TAB 3 3.4.12 QA/QC Manager • Has authority to institute any and all actions necessary to the suc- cessful implementation of the Quality Control Program to ensure compliance with the plans and specifications. • Leads in a cohesive relationship with the Design Team,Inspection Staff,Owner and representatives. • Intervenes between Contractor, Subcontractor and Owner to re- solve any conflicts that might arise. • Identifies key milestones within the Quality Control Program. • Determines team assignments. • Assists Contractor, Subcontractors, and Owner in general in ad- hering to the DM51 Safety Plan. • Offer advice and education to other members of the Project Team, as requested or needed,as it pertains to the QC Program. • Emphasizes the need to adhere to the QC Program to Contractor and Subcontractors. • Responsible for Inspections and Quality Tests as required by plans and specifications. • Performs periodic quality control activities for the overall project. • Serves on the Quality Steering Team. 3.4.13 Superintendent • Responsible for coordinating with the QA/QC Manager during required inspections. • Train and orients employees prior to work commencing. • Inspect all work areas of DMSI operations. • Responsible for monitoring assigned activities for compliance with plans and specifications. • Provide supervision and execution of the work for the project including DM51 employees, Subcontractors and material suppliers. • Recommend employees to participate in the company rewards programs. • Educate DMSI Staff on specific duties. • Enforce DMSI Safety Policy with DMSI employees and Subcontractors. • Inspects all work on the project being completed by DMSI Staff and Subcontractors to ensure that the construc- tion,workmanship,and materials are as per plans and specifications. • Assist Project Engineer in review of shop drawings and working drawings to be used on the project. • Emphasize safety to ensure a quality product is being produced. • Assist QA/QC Manager by performing inspections and logging data and information. 3.4.14 Subcontractors • Each Subcontractor/Testing Lab is responsible for providing certifications of its quality control personnel. • Coordinate with DMSI's QA/QC Manager to assure that all work is completed and tested in conformance with the contract documents. • Each subcontractor will notify DM51 in writing of any change in personnel and/or related certifications. DAVID MANCINI AND SONS, illi A.:6',...)CATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 49 APPROACH AND METHODOLOGY PLAN TAB B 3.5 PERCENTAGE OF CONSTRUCTION WORK Proposer must perform at least sixty percent(60%)of the construction work with the firm's own forces DMSI will self-perform the majority of its work using South Florida employees.The following construction activities will be performed by DMSI's own forces: • Roadway reconstruction and streetscape improvements,including sitework preparation and earthwork • Stormwater system construction,including drainage pipe,drainage structures,and manholes. • Water Main construction including pipe,fire hydrants,and water services • Gravity Sanitary Sewer,including pipe and manholes. • Sanitary Force Main system. Our Sub-Contractors Scope of Work will include: • Street/Pedestrian lighting and signalization work. • Paving/Asphalt Placement. • Concrete work including curb&gutter,sidewalk and gravity wall. • Landscaping and irrigation • Signing and Pavement Markings The DMSI Team plans to construct Flamingo Park Neighborhood project using approximately 78%of it's own forces. FIG.3.5 - PERCENTAGE OF WORK Sub-Contractors 22% DMSI 78% DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 50 dm. RPARORCH AND METHODOLOGY ALRN TAB 3 3.6 SUMMARY NARATIVE 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. 3.6.1 PROJECT UNDERSTANDING The City of Miami Beach is proactively implementing infrastructure improvements within the public right-of-ways to properly mitigate the effects of sea level rise within the City's neighborhoods. In serving as the design-builder, DMSI/APCTE has assembled a team possesses significant understanding and experience to render the required de- sign and construction services for Flamingo Park Neighborhood. Our ability of delivering successful completion of similar neighborhood projects such as Flamingo Park, Phase I (11th Street Roadway reconstruction), Neighborhood 1 — Biscayne Point/Biscayne Beach/Stillwater Way, Crespi Boulevard, and Washington Avenue illustrates our team's unmatched wealth of experience as well as a unique perspective of the challenges and success factors that are asso- ciated with this project.The following briefly summarizes our understanding of this project: • Roadway reconstruction and streetscape improvements consisting of the removal of encroachments and the complete reconstruction of the roadway cross section, raising the roadbed with a minimum crown of road ele- vations to 3.7 feet NAVD,and harmonization of driveways. • Coordination with the City and adjacent property owners prior and during the construction phase. • Sidewalk reconstruction to a minimum of 6'wide(Miami Beach Red)and raised to the maximum extent practi- cally allowing for harmonization to adjacent properties. • Significant adjustment and/or relocation of the existing fencing along north side of 11th Street across the front- age of Flaming Park to maximize the sidewalk width. • Street/Traffic lighting improvements and enhanced signage along 11th Street are required. • Coordination with the City of Miami Beach PWD and Miami Dade County Department of Transportation and Public Works for placement of signs and pavement markings. • Installation of a new 8-inch diameter water main and minimum 2-inch water services including new water meters. • Removal of the existing drainage system and provide the design and construction of an interconnected drain- age system to existing outfall and the installation of a new 36-inch storm sewer system.The new system is required to handle the five-year, 24 hour storm event totaling 7.5 inches of rainfall using a design tail water elevation of 2.70 feet NAVD. • The existing gravity sewer collection system will be inspected,evaluated and replaced when needed.Sanitary sewer service shall be maintained at all times. • Continue the recently constructed 36-inch force main from the pump station area to the existing 54-inch force main at Michigan Avenue. 3.6.2 SCHEDULING INCLUDING KEY PERFORMANCE AND SUCCESS FACTORS. The success of this project will be dependent upon the experience and capabilities of a knowledgeable design-build team.Our team includes members that have long standing,tenured,local resources and proven records in successful- ly delivering intricate construction projects.The DMSI/APCTE team has a commitment to focus on three major factors: DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. III APPROACH AND METHODOLOGY PLAN TAB B Work Plan:The chemistry and synergy of DMSI and APCTE working together has been proven on previous It 1 Cit 's neighborhood projects.We are very familiar with the proper sequencing of the designn and construc- ►_ .....4 tion phases of this project.We know that keeping an unwavering devotion to the schedule is essential to complete the project under the budgeted amount and on time.The contract time is to substantially com- plete the project within 365 days with an additional 90 days for final completion,for a total of 455 days.We anticipate reaching the substantial completion milestone in 333 days.We will take an additional 61 days to accomplish final completion.This will equate to a total contract time of 394 days;as such we will finish this project6l days,or two months,ahead of schedule.The APCTE team will lead the design and permitting efforts for each design package.Our schedule is to deliver the design within 89 days.APCTE has already made provisions to expedite the permitting process.The sequence of construction is planned to replace the existing water mains, gravity sewers, force mains and drainage systems in such a manner that the existing utility infrastructure is properly replaced with new infrastructure without any service in- terruption.This will require a well-coordinated effort with all utility companies servicing the area as well as with the City's Public Works Department.Once construction begins,the schedule will be backed by DMSI's ability to handle critical path construction activities in-house.This will ultimately allow us to better control the schedule and budget. - Design Efficiency: APCTE is a multidisciplinary engineering firm with experienced local resources. The ■■■ roadway improvement, traffic analysis, pavement, design storm drainage, water main, gravity sewer and force main designs are all performed by their reliable staff.They also have in-house engineers that handle utility coordination and permitting.APCTE will only subcontract the landscape design,surveying,SUE,and geotechnical engineering services.Their design and permitting schedule is completed aggressively in dif- ferent phases,and has a history of delivering on-time,which will allow DMSI to begin construction earlier. Community: The highest emphasis will be placed on mitigating impacts to the community.The DMSI/ 0 APCTE team has developed a maintenance of traffic (MOT) plan in which street impacts, road closures, and utility disruptions are minimized to the fullest extent.We have learned many lessons while working on the adjacent 11th Street project.Also,we will employ the services of MRG to engage stakeholders to keep the community abreast through a tailored public involvement plan detailing construction progress and planned disruptions Recognition of these three success factors were the impetus of the assembly of the DMSI/APCTE team.We respectfully predict that this outstanding team's motivation will serve to successfully deliver this project to the City of Miami Beach and their residents. 3.6.3 PROPOSED DESIGN AND CONSTRUCTION APPROACH, WHICH HIGHLIGHTS THE MAIN ATTRIBUTES AND BENEFITS OF THIS APPROACH. Our aggressive project schedule,combined with our local experience and complemented with our track record,will assure the City of our success.We have approached this project with a phased design and construction methodology that displays a detailed analysis of the project key requirements.Our main tactic is to anticipate and avoid risks ahead of time that may compromise the project schedule and budget. Following Notice to Proceed (NTP),APCTE will start the in-depth design.The final design will comply with the design criteria package specifications and will take into consideration the most cost effective solution,while mitigating im- pacts to the area's residents.The final design will be subject to the supplemental geotechnical investigations,physical DAVID MANCINI AND SONS,IN.=,_5:,,.1t_„,;-;;+t.;,,,, v`,,, t Add- �,l N,DuLl 1,4‘,3 Ins \i;)r k.)(,, iUr,i cr�.i JiNEE S,CORP. el PPPRORCH PND METHODOLOGY PLRN TAB B survey,and actual utility underground locations.We will perform subsurface utility engineering (SUE) in order to ver- ify the exact location of critical underground utilities. Part of our design approach is to enhance the pipe alignment to obtain better hydraulic performance as well as minimizing the disruption of existing utilities.The sequence of con- struction using a phased approach is one of the benefits of the design-build method of procurement. As shown in our project schedule all design and permitting activities will be completed in 89 days.This will allow DMSI to begin construction earlier by installing the water main first, followed by the sewer system, and drainage system. Finally the roadway reconstruction will commence with all their infrastructure components. DMSI will use multiple crews to execute the work.This approach will allow enable isolation of work areas to minimize traffic disruption.While different phases of the construction work is being performed and completed, temporary restoration is applied and maintained until the final pavement restoration takes place.The final lift of asphalt and pavement markings will be installed after the project substantial completion to convey an even project appearance. It is our intention to work closely with the City's Public Information Liaison to ascertain proper public project coordination during the design and construction phases. Lastly,the main benefits of this approach include: • Our project approach ensures delivery of all engineering design and permitting process within 89 days of NTP. This will allow to complete the construction of the project within 394 days,61 days ahead of schedule. • Streamlining design and construction activities to minimize impact to local businesses and residents. • Keeping the local businesses and local residents abreast of the project progress,thus,expanding project aware- ness in the area. 3.7 TECHNICAL APPROACH 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 3.7.1 ROADWAY TYPICAL PLAN AND PROFILE During the preparations if this proposal,our design team took several factors into consideration including the impact of the proposed roadway improvements,the importance of the improvement's functionality and public acceptance, as well as compliance with all applicable regulations. With this in mind, our team meticulously reviewed the DCP. When all of this is taken into considerations,along with our extensive experience in the area and our team's past per- formance in the City of Miami Beach,our team is prepared to coordinate with the City in order to construct a facility that will allow multimodal access while also taking into consideration the area's residents and stakeholders. 3.7.1.1 Impacts of Roadway Profile&Cross Sections The nature of the proposed reconstruction comes as a response to the City's first-hand knowledge of the im- pacts of Sea Level Rise.Typically reconstruction projects may increase the roadway's elevation slightly, but the reconstruction of 11th Street will surpasses this.This reconstruction will raise the road by approximately 2 feet in order to reach a minimum elevation of 3.70(NAVD 1988).Once this project is completed,all of 11th Street will be prepared to combat the threat of Sea Level Rise. However,the impact to the surrounding built environment, property owners,and residents must also be accounted for. DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINE , 111 APPROACH AND METHODOLOGY PLAN TAB 3 Our design team is prepared to accommodate the built environment,property owners,and residents due its past experience on the adjacent 11th Street project. In this project, our team invested significant time and effort in order to harmonize the reconstruction and the existing properties in a way that was beneficial for all.The team also employed retaining walls where needed,which will likely be used again in this project.However,in this proj- ect the team will strive to harmonize without the use of retaining walls in order to provide a more aesthetically pleasing corridor.Further,the team will maintain access to all public and private properties as well as ADA acces- sibility.Ultimately,our team seeks to provide a resilient design that incorporates all modes of transportation and provides mobility and access for all of the area's residents and visitors. 3.7.1.2 Roadway Cross Section Selection Our team has a wealth of knowledge,especially within this area,based on our previous work on 11th Street.This knowledge,the DCP,and our extensive interaction with the area's residents was employed during the selection of the proposed typical cross sections.Specifically,our proposed design maximizes the accessibility of bicycles and pedestrians,while also providing sufficient mobility for all other forms of transportation including vehicles.Mov- ing forward,all of these assets will serve the City and its residents in order to reach a conclusion that will provide the most advantageous design possible. 3.7.1.3 Roadway Profile Standards Our team is aware of all applicable standards and guidelines from the Greenbook, Florida Department of Trans- portation (FDOT), and City of Miami Beach regarding horizontal and vertical alignments. In accordance with these,the proposed design will only provide low points in areas where they are both permitted and appropriate. More specifically,the team will simultaneously take into consideration the standards/guidelines and site-specific conditions to provide adequate drainage and avoid placing structures that would unduly burden the public, residents,or stakeholders. 3.7.1.4 Renderings&Engineering Drawings Aside from our Team's aforementioned experience in the area, the Team committed themselves to a thorough investigation of this project area.Several sources of information were references during our preparations for this project including:site visits,a preliminary survey,as-builts plans,past experience,as well as many others sources. This effort culminated in the 30%preliminary plans and roadway geometric calculations(see Appendix A).These documents demonstrate the extent of our understanding and have been through our proprietary constructabil- ity vetting process. 3.7.2 ANTICIPATED&COORDINATION WITH UTILITIES The potential impacts of poor utility coordination can vary greatly from project delay to service outages or worse.This potential for negative consequences is the reason why our team has worked relentlessly to perfect our approach to utility coordination.Based on our experience and understanding of the importance of these coordination efforts,we strive to identify all existing utilities at the onset of every project. Once facilities have been correctly identified and located,our Team considers all feasible alternatives to avoid or mitigate any conflicts.In the circumstance where con- flicts cannot be avoided,our team will work with utility owner in order to facilitate the relocation process. 3.7.2.1 Early Coordination Based on our Team's research several utilities have facilities within the project limits including AT&T-Distribution, Atlantic Broadband,Crown Castle,Florida Gas Transmission,Florida Power and Light-Distribution,Florida Power and Light-Transmission,Miami Beach Public Works,Sprint Nextel,and TECO Peoples Gas.The utility coordination process has already begun with each of these utility owners. All have been contacted and all existing facilities are shown in the in our 30% preliminary design. Based on this,we have identified some potential conflicts and DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 54 APPROACH AND METHODOLOGY ALAN TAB B have avoided or mitigated nearly all of them;we have also begun to design alternatives for those that cannot be avoided or mitigated. 3.7.2.2 Avoiding&Mitigating Conflicts Given the extent of the underground facilities being improved, special attention was given to the location of these facilities. Currently, all potential underground conflicts have been successfully avoided or mitigated. Our avoidance/mitigation strategies were influenced by several important factors including safety, constructability, cost,and resiliency.Our methodology not only enables a successful completion and a superior finished product. 3.7.3 ANTICIPATED IMPACTS&COORDINATION WITH ADJACENT PROPERTIES As is to be expected, special attention is to be give to the harmonization in order to obtain the goals of this project. Raising the road to meet the City's minimum elevation will undoubtedly present challenges for our Team.Fortunately, our team has experience with this kind of work and has the ability to successfully overcome all possible obstacles.One important facet of harmonization is maintaining ADA compliance. In this respect, our team will maintain ADA com- pliance wherever exists and will also work to improve any areas where compliance is not met.The other important facet is maintaining access for all modes of transportation,especially at driveways.All accessibility will be maintained where they currently exist. It is important to note that the proposed improvements will not directly cause water to accumulate in the surrounding properties. However,the issue of drainage will play a large role in the harmonization as the proposed improvements can move or create low-points in places. 3.7.3.1 Driveways,Pedestrian&Bicycle Accessibility In order to serve the interests of the community,maintaining access to all properties is absolutely necessary.Our team will maintain all accessibility for all properties within the project limits and will work to harmonize each ac- cess point.In the case of driveway,all proposed driveway harmonization will be done in accordance with all State and Local standards and guidelines. 3.7.3.2 ADA Compliance Accessibility The vast majority of existing ADA facilities,such as sidewalks and pedestrian ramps,will be adjusted during the roadway improvement. Due to this, maintaining ADA compliance in these areas will be relatively simple. How- ever, maintaining compliance in other areas while also factoring the drainage for these areas will be more chal- lenging.In order to achieve this,more in depth consideration will be needed.Fortunately,our team has extensive experience dealing with ADA compliance and has developed a masterful understanding.Using this,our team will successfully provide ADA compliance and accessibility to all who traverse this corridor. 3.7.4 SUPPLEMENTARY GEOTECHNICAL, ENVIRONMENTAL,OR CONTAMINATION INVESTIGATIONS Our team has proven itself in past projects throughout the City of Miami Beach. During this time, we have become well-acquainted with typical geotechnical and environmental challenges found in the area. Moreover,we have first- hand knowledge of nearly all existing conditions on 11th Street due to our recent work on this road. Due to this,we are aware of the likelihood of encountering muck as well as other poor quality in-situ soils. 3.7.4.1 Geotechnical Although our team is aware of the general characteristics of the existing geology and site specific issues, due to our extensive geotechnical investigations conducted as part of our work on the adjacent 11th Street project, further exploration will be required in order to provide a proper support for the proposed roadway.Some of the characteristics associated with the poor in-situ soils include high compressibility, low bearing capacity, and a tendency to consolidate under prolonged loading. In order to overcome these issue, and based on the site ex- DAVID MANCINI AND SONS,IN ASSOCIATION WITH,=;6<;'L,UNJULE ii`'av ,-;Ar�isr UiZ 1Ai iOiN LN'vvihiEERS, CORE111 oak APPROACH AND METHODOLOGY PLAN TAB B plorations,our design will incorporate geotextile materials within the roadway to minimize the need to excavate while also providing a stronger base for the proposed roadway.The extent of the further exploration will likely be limited to approximately 5 soil borings to a depth of 30 feet. 3.7.4.2 Environmental Our team will analyze the corridor in order to identify any areas of potential contamination and will prepare contingency plans.The analysis will determine if further explorations will be needed and guide any necessary investigations.We don't anticipate any contamination within the project area. Further, groundwater elevations and direction of flow will also be analyzed prior to construction. 3.8 PROJECT SCHEDULE APPROACH 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. Our team has compiled a baseline schedule utilizing the critical path method that meets the criteria set forth in the DCP for the Flamingo Park Neighborhood Improvements Project.Our schedule was compiled with the lessons learned from the adjacent 11th Street project in mind.Our familiarity with the residents and their concerns were factored into the schedule and incorporated into our design/construction approach. As indicated in the DCP,the schedule will utilize calendar days and does not consider City of Miami Beach Holidays as work days. Our enclosed schedule,shown on Tab 4,dictates work tasks for the main portions of work,which include Design&Per- mitting,Water Main, Force Main,Sanitary Sewer, Roadwork, Lighting,Signalization,Landscaping,Pavement Markings and Harmonization.The purpose of the project schedule is to establish durations to ensure a timely completion of the project which benefits the City as well as the residences. The DMSI team will update this schedule monthly and will submit it to City of Miami Beach Project Manager, both in electronic and PDF formats for his review. DMSI's schedule expedites the tasks ahead of the completion milestone deadlines set forth in the DCP and are sum- marized below: • Substantial Completion is achieved in 333 Calendar days- irm Days in advance • Final Completion is achieved in 394 Calendar Days 61 Days in advance The DMSI's phased approached to the design,permitting and construction allow for the stakeholders and residences to be impacted as little as possible.DMSI will commence the water main construction from Euclid to Washington then proceed to construct the water main from Alton to Jefferson, ensuring the replacement of the existing water main rapidly and minimizing the potential breaks of the existing water main which causes water outages for the residences. We will then proceed to replace the sanitary sewer from Alton to Jefferson, placing the new sanitary main next to the existing line,reducing the time and costs associated with by passing the existing sewer.Once the new sanitary sewer is in service,we will remove the old sanitary sewer and proceed to install the force main as depicted on our plans.The drainage installation will follow, commencing on 11th Street from Alton to Jefferson which will allow us to proceed with the embankment and roadwork in this area.While the roadwork is in full force from Alton to Jefferson, DMSI will initiate the installation of the drainage from Euclid to Washington.We have phased the project this way due to the DAVID MANCHN A vv JLAN.3,i N i ION'A i I ri A& C.ON5Ui i ii'44,i i RANSP OR_(AI ION ENGINEERS,CURI-' 56 APPROACH AND METHODOLOGY PLAN TAB B existing sanitary sewer from Euclid and Jefferson has already been lined and therefore it is not necessary to replace this line.Once the roadwork is completed from Alton to Jefferson,we will then proceed to Euclid to Washington and perform the roadwork.All construction tasks, sidewalks,curb and gutter, lighting,signalization,asphalt,striping and most importantly harmonization will follow the roadwork to ensure the substantial completion date ahead of sched- ule as depicted above as well as a complete neighborhood improvement. 3.9 ENVIRONMENTAL QUALITY MANAGEMENT APPROACH 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/or damage to any existing structures that are a consequence of the Proposer's construc- tion 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. 3.9.1 APPROACH TO MINIMIZE COMMUNITY IMPACTS FROM CONSTRUCTION NOISE,DUST AND VIBRATION The DMSI Team understands the impact a construction project can have on a community.We recognize the overall success of Flamingo Park Neighborhood (Phase II) will be heavily influenced by public opinion and those directly affected by construction. Minimizing the impact to daily routines is critical.Aiding in mitigating impacts will be con- stant coordination effort led by MRG.Their efforts will include alerting the community and interfacing at all communi- ty activities to reduce impacts.Public Information Officer Jeanette Gorgas,will disseminate a phone number in which she can be reached 24/7,should residents and business have issues,questions or concerns.Below is a list of concerns and how the impact will be minimized. NOISE Construction activities that produce higher noise levels, such as sheet pile installation, will be sched- uled during daytime hours to eliminate impact to ____ residents during non-working hours. Dewatering pumps which typically run 24 hours per day will be equipped with sound attenuators to minimize noise levels during both daytime and nighttime hours.All construction equipment will contain exhaust muf- flers to keep noise levels within acceptable ranges. These mufflers will be inspected during the daily equipment inspections and replaced immediately * �,, r if not performing as intended.We will also monitor the noise level readings on a regular basis. Noise abatement built to minimize noise levels on Euclid Avenue during The DMSI Team will also draw upon recent experi- the construction of the 54-inchHDD F..M. ence mitigating these impacts to the community. Significant emphasis was placed in the public involvement plan developed by MRG for the installation of the 54-inch Sanitary Force Main recently constructed along Euclid Avenue from 11th Street to 3rd Street. MRG is providing coor- dination and availability around the clock to represent the CMB for the on-going Phase I of the Flamingo Park Neigh- borhood,in addition to interfacing with concerned residents. ._-AVIL, ,,IANCINI AND SONS,IN ASSOCIATION 'ati,I rt� r i.L NSULTING i tt NSPORTATION ENGINEERS,CORP. 111 APPROACH AND METHODOLOGY PLAN TAB B 3.9.1.2 DUST TThe main activities contributing to construction dust will be the excavation activities and the hauling of excess materials.Construction dust will be minimized by implementing routine sweeping activities to minimize the amount of dust.Water trucks will be used to control the dust.Stockpiles of excavated soils will also be watered as necessary. 3.9.1.3 VIBRATION The construction of roadway bed (base and subgrade)and drill shafts for the installation of light poles and signaliza- tion mast arms will be the main activities capable of producing vibration levels that could disturb adjacent structures. In order to mitigate vibration, we will implement a thorough vibration monitoring plan during these activities to ensure that permissible vibration levels,as set forth by the U.S.Bureau of Mines,will not be exceeded.Although vibra- tion levels are not anticipated to be significant,additional activities that could produce vibrations include compaction of backfill within excavated areas as well as road restoration activities. 3.9.1.4 TEMPORARY NIGHT ILLUMINATION While the construction approach is based on daytime work hours, some activities may be accomplished at night. These activities include MOT placements and lane shifts. In residential areas, illumination of • i stationary work areas during nighttime hours ' i will be accomplished using light plants. The lighting will be positioned at lower elevations and focused on the specific work zone to min- imize the illumination of outside areas. Equip ment lighting will be used where practical to eliminate excessive lighting. Existing street • lighting will also support the illumination ef- itior , mop IF- fort and help minimize the need for additional 'r). µ :fi I lighting at certain locations. �: .. .� 3.9.2 CORRECTING ANY RESULTANT SETTLE- MENT AND/OR DAMAGE TO ANY EXISTING c STRUCTURE THAT ARE A CONSEQUENCE OF DMSI CONSTRUCTION ACTIVITIES Prior to begin any construction activities,our team will perform a continuous color audio-video tape recording along the entire length of the project to serve as a record of pre-construction conditions.The use of vibratory compaction equipment will be limited to a total gross weight of three(3)tons.We will use vibratory equipment only for compact- ing backfill of utility trenches and roadway reconstruction.Our design Team will investigate the use of large vibratory compaction equipment only if it is used in a static mode. For the installation of signalization and light poles drill shafts a seismograph Vibration Monitor(SVM)will be used to measure vibration levels to determine compliance with ground vibration standards.The SVM will translate its raw observations into a number of different measures of the speed of the ground vibrations. If our vibrations or construction work causes any settlements or structural problems, construction operations will be halted and the required notifications will be made.If damage is caused by settlement due to construction activities,a repair plan will be submitted to the City Project Manager for his/her review and ap- proval.Once the repair plan is approved,structural damages will be repaired immediately.We take pride in our work and make sure the stake holders and property owners will be able to refer us to future projects and that means we are on call 24-hours a day to fix any damages as a result of our construction activities that we have made on our projects. C)AVID MANCINI AND SONS,IN ASSOCIA'1 ION WI"T H A&i''CONSULTING TRANSPORTATION ENGINEERS,CORP. 58 / � APPROACH AND METHODOLOGY PLAN TAB 3 We don't expect any settlement and/or damage to any existing structures as a result of our construc- tion activities. c 3.9.3 PREVENTING OR CONTAINMENT OF ANY DISCHARGE CAUSED BY THE PROPOSED WORK The DMSI construction crew will be connecting our proposed 36-in Sanitary Sewer Force Main into the existing54-in FM, as shown on our 30% =" x ` ,. M.'' preliminary plans, at the intersection of 11th Street and Michigan Avenue.Our team will submit a mitigation plan to the City Project Manager for approval prior to these operations to prevent any sewage discharge. Based on the scope of work of Minor structural damage to exteriorofa building this project,there will be a limited amount of con- taminants brought to the site,with the primary contaminant identified as off-road diesel fuel. Dual wall tanks will be used for storing bulk fuel at DMIS construction yard.For any equipment left operating on-site while unattended,such as dewatering pumps and generators,a containment system will be built that is 110%of the volume of the fuel capac- ity of the equipment.Based on our current experience working on 11th Street we do not anticipate any contaminated soil and/or groundwater. D) PRE-TREATMENT OF CONSTRUCTION WATER PRIOR TO DISPOSAL TO ENSURE COMPLIANCE WITH PER- MIT REQUIREMENTS. DMSI will obtain a ClassV Permit from Miami-Dade County DRER for dewatering operations.The pre-treatment of con- struction water will follow environmental regulations with well points and trash pumps being pumped into de-sed- imentation tanks,which will filter all of the hard soils out of the water before it is pumped into existing storm drains and ultimately sent into the ocean.The DMSI Team will have staff dedicated to monitoring water quality and the level of sediment in the tank to make sure all water pumped will be filtered and cleaned for proper disposal. 3.10 SCOPE OF WORK TO BE PERFORMED BY CONTRACTOR 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,proposer shall sub- mit a schedule,by Construction Specification Institute(CSI)Division,denoting which sections of the scope shall be performed directly by the Prime Contractor(with it's own forces)and which sections are intended to be subcontracted. 3.10 SCOPE OF WORK TO BE PERFORMED BY CONTRACTOR The Construction Specifications Institute (CSI) is an organization that maintains and modifies the standardization of construction language as it pertains to construction specifications.CSI authorized Master Format,which is an index- ing system for organizing construction data,and construction specifications.After 2004,Master Format expanded the number of divisions from 16 to 50,reflecting the growing complexity of the construction industry,as well as the need to incorporate facility life cycle and maintenance information into the construction knowledge data base. L,,,,,D MANC.,vi A,,4u..),...6/,),IN Hj:>u+..,irli iON WITH A& LONSULi it c o RANSPOR iATUON EiwNGINEERS,CORP. 1111 APPROACH AND METHODOLOGY PLAN TAB B TABLE 3.10-CSI DIVISION SCOPE OF WORK TO BE PERFORMED BY PRIME CONTRACTOR AND SUB-CONTRACTORS CSI Division CSI Division Names Performed by and Number percentage of work 00.0 Procurement and Contracting Requirements CMB 01.0 General Requirements DMSI (8%) 02.0 Existing Conditions/Demolition DMSI (5%) 03.0 Concrete/Curb&Gutter,Sidewalk,Gravity Walls Sub-Contractor(5%) 04.0 Masonry N/A 05.0 Metals/Relocation of Metal Fencing DM51 (2%) 06.0 Wood, Plastic,Composites/Rough Carpentry DMSI (2%) 07.0 Thermal and Moisture Protection N/A 08.0 Openings N/A 09.0 Finishes N/A 10.0 Specialties N/A 11.0 Equipment DMSI (6%) 12.0 Furnishing N/A 13.0 Special Construction N/A 14.0 Conveying Equipment N/A 21.0 Fire Protection N/A 22.0 Plumbing DM51 (10%) 23.0 Heating,Ventilation &Air Conditioner(HVAC) N/A 25.0 Integrated Automation N/A 26.0 Electrical/Signalization Sub-Contractor(10%) 27.0 Communication N/A 28.0 Electronic Safety&Security N/A 31.0 Earthwork DMSI (10%) 32.0 Exterior Improvements/Asphalt Paving/Signing&Markings/Landscaping Sub-Contractor(7%) 33.0 Utilities DMSI (20%) 34.0 Transportation N/A 35.0 Waterways&Marine Construction N/A 40.0 Process Integration/Welding General Piping DMSI (5%) 41.0 Material Processing and Handling Equipment N/A 42.0 Process Heating,Cooling,and Drying Equipment N/A 43.0 Process Gas&Liquid Handling,Purification&Storage Equipment N/A 44.0 Pollution Control Equipment DMSI (5%) 45.0 Industry-Specific Manufacturing Equipment DMSI (3%) 46.0 Water and Wastewater Equipment DMSI (2%) 48.0 Electrical Power Generation N/A DAVID MANCINI AND :3:_i v.),;ti, ,,:)'vi:;"-,i ION W i i n L;DN-Juci ii`i N PORTAi it%iv cN< iNEERS,CORK. 60 APPROACH AND METHODOLOGY PLAN TAB 3 3.11 STAGING AREAS, PEDESTRIAN PATHS AND VEHICULAR TRAFFIC PATTERNS Describe your plan on how construction staging areas,pedestrian paths, vehicular traffic patterns,etc. will be handled in order to mitigate disruption. Our team's past experience in multiple City of Miami Beach Neighborhood Infrastructure improvement Projects, and our current familiarity with Phase I of the Flamingo Park Right-of-Way Infrastructure Improvement Project, gives our Team a complete understanding of how to handle construction staging areas, pedestrian paths and vehicular traffic pattern in order to mitigate public disruption and community impacts. We must recognize that in order to lessen disturbance triggered by all required construction activities a well-thought public interaction plan must be developed.Coordination with property owners and users of the Flamingo Park must be implemented. It will be vital that any construction activities (staging areas, pedestrian paths,vehicular traffic pat- terns,off-street parking,etc.) be coordinated with these stakeholders to identify their concerns and to accommodate their needs throughout the entire construction period. 3.11.1 Construction Staging Areas (CSA)for the storage of construction equipment and materials such as vehicles and stockpiles will be identified • : r , prior to beginning construc- tion. We will identify our CSA in our plans and make sure the area is approved by the City of Miami Beach Project Manager prior to construction. CSAs are -- EERI intended to reduce the neg- ative impact of construction activities in the surrounding 1;,111 Flamingo Park Neighborhood x Ann r � ; � -. i ,- by reducing noise, dust, traffic, "x_ � -' and other health hazards. The proposed staging area will be delineated with construction . boundary fencing and a posted sign identifying the area as the CSA. DMSI will keep the CSA clear of trash and debris and in neat order. DMSI will make sure _ s- s' _ ' e 1 r that the staging area will be re r ' '_ stored to its original state or an x , . %' improved state at the end of DM51 staging area at Norris Cut- construction utconstruction or when it ceases to be staging area for the construc- tion site. Materials and equipment's left at the job site shall be stored in a fenced or otherwise enclosed area during non-work- ing hours. Pipe and materials shall not be strung out along installation routes,for more than one workday. DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION LNGiNECRS,CORP 61 APPROACH AND METHODOLOGY PLAN TAB 3 3.11.2 Pedestrian Paths and Vehicular Traffic Patterns is one of the most important design goals of our team.Our Maintenance of Traffic(MOT) plan will be developed to: • Ensure safety of pedestrian, bicyclist,vehicular traffic,and construction workers. • Maintain safe pedestrian paths by keeping sidewalks open or provide a detour plan when sidewalks are being reconstructed. • Minimize disruption and maintain access to all property owners at all times. • Maximize available parking during construction. Additionally,our MOT plans will be based on the following requirements to mitigate pedestrian,property owners and vehicular traffic disruptions. • 14 days notifications prior to all planned disruptions will be informed to the City's Fire and Police Department, Post Office,and schools. • When vehicular access to property owners is not available for parking,areas of parking will be provided within one block of the furthest affected apartment/home.This condition is to be avoided whenever possible. • Notification of all affected residents will be conducted a minimum of 72 hours prior to a water supply shut-off. Any water supply interruptions will be scheduled as short as possible and not exceed four hours • A written request to the City of Miami Beach (CMB) Fire Department and the CMB Public Works Department (PWD) for the shut-off of portable water or fire main supply will be obtained a minimum of 72-hours prior to the scheduled shut-off. • Coordination with the appropriate local agencies and private companies that provide services to the Flamingo Neighborhood residents to avoid uninterrupted school buses,garbage collection, mail delivery and other ser- vices during the entire construction time. • Access for emergency vehicles will be maintained at all times to all property owners/units. Excavation must be back-filled or barricaded at the end of each workday to prevent hazardous conditions. If a trench excavation is to be left open, it must be covered with a steel plate and made accessible to residents at the end of each workday. in; . ‘416, .\ 4.°111 101 ti s; er � J" 1 �: � y orf I : ®�. � sem.„ r _ • , .ren=r DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. III PHASETWO> Our proposed preliminary design and construction approach enhances work zone safety,promotes driver and pedestrian expectancy,and allow us to deliver this D/B Project to the City of Miami Beach on an accelerated schedule. TAB z4 ix) XI PROJECT SCHEDULE ° FLAMINGO PARK NEIGHBORHOOD PROJECT SCHEDULE TAB 4 4.0 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,pro- curement 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,coordina- tion 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&Submittal • 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. 4.1 PRELIMINARY CMP SCHEDULE Our Team's Preliminary Critical Path Method (CPM) Schedule,shown in the following 4 pages, is based on our knowl- edge of the project scope,our well thought-out management approach,and the availability of our highly experienced staff. We have been able to streamline the production efforts and propose an expedited design and construction schedule of 13 months. Due to the availability of extensive survey data,the advanced stage of our proposed design concept plans,our preliminary utility investigation efforts,and our knowledge of the current 11th Street reconstruc- tion project from Jefferson Avenue to Euclid Avenue, our Team can start the project design and production efforts immediately after NIP. Our proposed strategy for controlling the project schedule is based on our ability to forecast,anticipate, and avoid potential design conflicts throughout the life of the project.Our proposed methods for managing the design sched- ule is based on constantly tracking all project design activities and,with the approval of CMB,adjusting as necessary to incorporate changes to the work and progress to date.Zero or negative float tasks and critical path durations will be reviewed and adjusted based on probable time tables.Such tasks as the review of the design documentation,e.g., Typical Section Package,and Phase Submittals,are some of the Zero Float Tasks that we have identified on this project. Our Project Manager,Mr.Gil-Mera,will review the schedule on a bi-weekly basis to ensure that all activities and mile- stones are completed at the appropriate time. Specific areas of risk where delays may occur with respect to project implementation include: • Failure to identify or properly define critical design activities. • Activities where time has not been properly allocated,or have been scheduled out of sequence. • Ineffective coordination with utility companies,which could result in delays to obtain Utility Work Schedules, • Delays in obtaining necessary approvals from permitting/regulatory agencies,e.g.,City of Miami Beach PWD, Mi- ami-Dade County DRER,Miami-Dade COunty Department of Transportation and Public Works,etc. One of the most effective strategies in managing the project schedule is to develop a"Schedule Recovery Plan"that can be used to make up for any delays in the design and construction schedule.This plan will identify the cause of the delay and suggest remedies including, shortening review activities, assigning additional resources, overlapping activities,or acknowledging if outside government or private agencies are affecting the schedule. Representative projects that the DMSI Team has successfully completed on schedule within the last 10 years include: • Lummus Neighborhood • Nautilus Neighborhood • Biscayne Point/Biscayne Beach/Stillwater Neighborhood • Installation of a 54-inch HDPE Force Main via Horizontal Directional Drill (HDD) along Euclid Avenue from 11th Street to 3rd Street,etc. DAVID MANCINI AND SONS,IN ASSOCIATIO v -s,=,8(P CONSULTING'TRANJr'Ui iUi t r`v le ccr�S C UKP. 63 PROJECT SCHEDULE PT„ CITY OF MIAMI BEACH J (7\A'""•VAC NIFLAMINGO PARK NEIGHBORHOOD - N..,'".s.k. ROW INFRASTRUCTURE IMPROVEMENT PROGRAM ID la Task Name Calendar StartFinish 2018 Days I I Jun I Ad I And I Sep I Oct I Nov I Dec,Jan I Feb Mar M jun Jul ' • i Oct l Nov 1 r CMB-Flamingo Park Neighborhood ROW Infrastructure Improvement Program 193 days Mon 6/5/17 Sat 7/7/18 3 ® Notice to Proceed(NTP) 1 day Mon 6/5/ 17 Mon 6/5/17 H Notice to Proceed(NIP) 4 Design&Permitting 89 days Mon 6/5/17 Fri 9/1/17 — 5 ffil Substantial Completion(NTP+365 days) 333 days Mon 6/5/17 Tue 5/8/18 Substantial Completion(NIP+365 days) 6 M Final ComgplleFt�iio}nn(Substantial Completion+90 days) 61 days Tue 5/8/18 Sat 7/7/18 Final Completion(Substantial Co 7 m«Mei'iillilG1111111.1111111l n e. M.. 8 Review and Validate Geotechnical Report 10 days Mon 6/5/17 Wed 6/14/17 FM Review and Validate Geotechnical Report 9 Review and Validate Survey 10 days Mon 6/5/17 Wed 6/14/17 sal Review and Validate Sutvey 10 °Permitting " •.esti.r, t^-t'h~oa ,*.*,'C±r '°:.7days Moog/ '�„yT'^*•Y;N.,J; • 11 Water Main Design/Permitting 89 days Mon 6/5/17 Fri 9/1/17 12 Prepare 60%WM Design 15 days Mon 6/5/17 Mon 6/19/17 pm-Prepare 60%WM Design 13 Conduct QA/QC Review 1 day Tue 6/20/17 Tue 6/20/17 7—h nct QA/QC Review 14 Submit 60%WM Design to Utility Companies 1 day Wed 6/21/17 Wed 6/21/17 I Submit 60%WM Design to utility Companies 15 Submit 60%WM Design to CMB PWD 1 day Wed 6/21/17 Wed 6/21/17 H bmit 60%WM Design to CMB PWD 16 M CMB Review 60%WM Design 9 days Thu 6/22/17 Fri 6/30/17 .l M&Review 60%WM Design 17 Prepare 90%WM Design implementing CMB comments 8 days Mon 7/3/17 Mon 7/10/17 l Prepare 90%WM Design implementing CMB comments 18 Conduct QA/QC Review 1 day Tue 7/11/17 Tue 7/11/17 hConduct QA/QC Review 19 •7d Submit 90%WM Design to CMB PWD 1 day Wed 7/12/17 Wed 7/12/17 I °Submit 90%WM Design to CMB PWD 20 211 CMB Review 90%WM Design 9 days Thu 7/13/17 Fri 7/21/17 ,CMB Review 90%WM Design 21 Prepare Permit package implementing comments from CMB 5 days Sat 7/22/17 Wed 7/26/17 j Prepare Penh package implementing comments from CMB 22 M Submit WM plans for CMB approval 1 day Thu 7/27/17 Thu 7/27/17 °Submit WM plans for CMB approval 23 Submit WM plans with CMB approved Stamp to M-D County DRER 1 day Fri 7/28/17 Fri 7/28/17 F Submit WM plans with CMB approved Stamp to M-D County DRER 24 El M-D County DRER Permit Review 15 days Mon 7/31/17 Mon 8/14/17 y M-D County DRER Permit Review 25 Submit Plans to POOH 1 day Tue 8/15/17 Tue 8/15/17 Submit Plans to MOH 26 FDOH Permit Review 7 days Wed 8/16/17 Tue 8/22/17 FDOH Permit Review 27 Prepare 100%WM Design 6 days Wed 8/23/17 Mon 8/28/17 Prepare 100%WM Design 28 IPS Submit 100%WM Plans to CM8 1 day Tue 8/29/17 Tue 8/29/17 Submit 100%WM Pians to CMB 29 21 Submit Release for Construction(RFC)to Contractor 3 days Wed 8/30/17 Fri 9/1/17 Submit Release for Construction(RFC)to Contractor 30 Sanitary Sewer&Force Main Design/Permitting 89 days Mon 6/5/17 Fn 9/1/17 31 Prepare 60%San.Sewer&FM Design 18 days Mon 6/5/17 Thu 6/22/17 PM,Prepare 60%San.Sewer&FM Design 32 ® Conduct QA/QC Review 1 day Mon 6/26/17 Mon 6/26/17 TConduet QA/QC Review 33 gliSubmit 60%San.Sewer&FM Design to Utility Companies 1 day Tue 6/27/17 Tue 6/27/17 °Submit 60%San.Sewer&FM Design to Utility Companies 34 ® Submit 60%San.Sewer&FM Design to CMB PWD 1 day Tue 6/27/17 Tue 6/27/17 °Submit 60%San.Sewer&FM Design to CMB PWD 35 M CMB Review 60%San.Sewer&FM Design 9 days Wed 6/28/17 Thu 7/6/17 i-CMB Review 60%San.Sewer&FM Design 36 M Prepare 90%San.Sewer&FM Design implementing CMB comments 11 days Fri 7/7/17 Mon 7/17/17 in Prepare 90%San.Sewer&FM Design implementing CMB comments 37 Conduct QA/QC Review 1 day Tue 7/18/17 Tue 7/18/17 °Conduct QA/QC Review 38 gel Submit 90%San.Sewer&FM Design to CMB PWD 1 day Wed 7/19/17 Wed 7/19/17 °Submit 90%San.Sewer&FM Design to CMB PWD 39 CMB Review 90%San.Sewer&FM Design 9 days Thu 7/20/17 Fri 7/28/17 &CMB Resew 90%San.Sewer&FM Design 40 ® Prepare Permit package implementing comments from CMB 5 days Mon 7/31/17 Fri 8/4/17 4 Prepare Permit package implementing comments from CMB Pigs AP: PROJECT SCHEDULE CITU OF MIAMI BEACH J I i till)V1VAl ISI FLAMINGO PARK NEIGHBORHOOD ROW INFRASTRUCTURE IMPROVEMENT PROGRAM ID Task Name Calendar 'Start 'Finish 12014 0 'Days Jun Jul Se• Oct 1 Nov 1 Dec!Jan 1 Feb 1 Mar I Apr I May I Juni Jul I Aug I Sep 1 Oct I Nov I 41 MI Submit San.Sewer&FM plans for CMS approval 1 day Mon 8/7/17 Mon 8/7/17 Submit San.Sewer&FM plans for[MB approval 42 Submit San.Sewer&FM plans with CMB approved Stamp to M-D County 1 day Tue 8/8/17 Tue 8/8/17 ',Submit San.Sewer&FM plans with CMB approved Stamp to M-D County DRER • 43 M-D County DRER Permit Review 15 days Wed 8/9/17 Wed 8/23/17 .M-D County DRER Permit Review 44 Prepare 100%San.Sewer&FM Design 5 days Thu 8/24/17 Mon 8/28/17 j,Prepare 100%San.Sewer&FM Design 45 Submit 100%San.Sewer&FM Plans to CMB 1 day Tue 8/29/17 Tue 8/29/17 FSubmit 100%San.Sewer&FM Plans to CMB 46 Submit Release for Construction(RFC)to Contractor 3 days Wed 8/30/17 Fd 9/1/17 TSubmit Release for Construction(RFC)to Contractor 47 Roadway/Drainage 89 days Mon 6/5/17 Fri 9/1/17 48 a Prepare 60%Roadway/Drainage Design 18 days Mon 6/5/17 Thu 6/22/17 Prepare 60%Roadway/Drainage Design 49 on Conduct QA/QC Review 1 day Mon 6/26/17 Mon 6/26/17 t Conduct OA/QC Review 50 M Submit 60%Roadway/Drainage Design to Utility Companies 1 day Tue 6/27/17 Tue 6/27/17 I Submit 60%Roadway/Drainage Design to Utility Companies 51 ® Submit 60%Roadway/Drainage Design to CMB PWD 1 day Tue 6/27/17 Tue 6/27/17 I,Submit 60%Roadway/Drainage Design to CMB PWD 52 gli Submit Plans to CMB Historical Preservation Board 1 day Fri 7/7/17 Fn 7/7/17 '+Submit Plans to CMB Historical Preservation Board 53 E CMB Review 60%Roadway/Drainage Design 9 days Wed 6/28/17 Thu 7/6/17 i7CMI Review 60%Roadway/Drainage Design 54 a CMI Historical Preservation Board Review 9 days Mon 7/10/17 Tue 7/18/17 6 CMB Historical Preservation Board Review 55 M Prepare 90%Roadway/Drainage Design implementing CMB comments • 11 days Fri 7/7/17 Mon 7/17/17 111-Prepare 90%Roadway/Drainage Design implementing CMI comments 56 Conduct QA/QC Review 1 day Tue 7/18/17 Tue 7/18/17 Conduct GA/OC Review 57 ® Submit 90%Roadway/Drainage Design to CMI PWD 1 day Wed 7/19/17 Wed 7/19/17 Submit 90%Roadway/Drainage Design to CMB PWD 58 ® CMB Review 90%Roadway/Drainage Design 9 days Thu 7/20/17 Fri 7/28/17 i CMB Review 90%Roadway/Drainage Design 59 a Attend Historical Preservation Board Meeting 1 day Tue 8/8/17 Tue 8/8/17 N Attend Historical Preservation Board Meeting 60 n Prepare Permit package implementing comments from CMB 5 days Mon 7/31/17 Fri 8/4/17 I Prepare Permit package Implementing comments from CMI 61 a Submit Roadway/Drainage plans for CMB approval 1 day Mon 8/7/17 Mon 8/7/17 7:Submit Roadway/Drainage plans for CMB approval 62 a Submit Roadway/Drainage plans with CMB approved Stamp to M-0 County DTP 1 day Tue 8/8/17 Tue 8/8/17 I Submit Roadway/Drainage plans with CMB approved Stamp to M-D County DTPW 63 M M-D County DTPW Permit Review 15 days Wed 8/9/17 Wed 8/23/17 fm,M-D County DTPW Permit Review 64 a Prepare 100%Roadway/Drainage Design 5 days Thu 8/24/17 Mon 8/28/17 Prepare 100%Roadway/Drainage Design 65 a Submit 100%Roadway/Drainage Plans to CMB 1 day Tue 8/29/17 Tue 8/29/17 ','Submit 100%Roadway/Drainage Plans to CMB 66 aSubmit Release for Construction(RFC)to Contractor 3 days Wed 8/30/17 Fri 9/1/17 tSubmn Release for Construction(RFC)to Contractor 67 Lighting/Signing&Pavement Marking/Signalization 89 days Mon 6/5/17 Fri 9/1/17 68 a Prepare 60%Lighting/Signing&Pavement Marking/Signalization Design 18 days Mon 6/5/17 Thu 6/22/17 ..Prepare 60%Lighting/Signing&Pavement Marking/Signalization Design 69 1 Conduct QA/QC Review 1 day Mon 6/26/17 Mon 6/26/17 T Conduct QA/QC Review 70 1a Submit 60%Lighting/Signing&Pavement Marking/Signalization Design 1 day Tue 6/27/17 Tue 6/27/17 ITSubmit 60%Lighting/Signing&Pavement Marking/Signallzatlon Design to Utility Companies to Utility Companies 71 a Submit 60%Lighting/Signing&Pavement Marking/Signalization Design to CMB 0 day Tue 6/27/17 Tue 6/27/17 (submit 60%lighting/Signing&Pavement Marking/Signallntion Design to CMB PWD 72 aCMB Review 60%Lighting/Signing&Pavement Marking/Signalization Design 9 days Wed 6/28/17 Thu 7/6/17 CMB Review 60%Lighting/Signing&Pavement Marking/Signalization Design 73 MI Prepare 90%Lighting/Signing&Pavement Marking/Signalization Design 11 days Fri 7/7/17 Mon 7/17/17 i Prepare 90%Lighting/Signing&Pavement Marking/Signalization Design implementing CMI comments implementing CMI comments 74 Conduct QA/QC Review 1 day Tue 7/18/17 Tue 7/18/17 t;Coeduct QA/QC Review 75 ® Submit 90%Lighting/Signing&Pavement Marking/Signalization Design to CMB 1 day Wed 7/19/17 Wed 7/19/17 (:Submit 90%Lighting/Signing&Pavement Marking/Signallzatlon Design to CMS PWD 76 a CMB Review 90%Lighting/Signing&Pavement Marking/Signalization Design 9 days Thu 7/20/17 Fri 7/28/17 i.CMB Review 90%Lighting/Signing&Pavement Marling/Slgnallzation Design 77 Ia Prepare Permit package implementing comments from CMB 5 days Mon 7/31/17 Fri 8/4/17 I Prepare Permit package Implementing comments from CMB 78 MI Submit Lighting/Signing&Pavement Marking/Signalization plans for Ch 1 day Man 8/7/17 Mon 8/7/17 l_Submit Lighting/Signing&Pavement Marking/Slgnallaatlon plans for CMI approval Page 2 PROJECT SCHEDULE AP-`"P CITY OF MIAMI BEACHL O-ASR)\i;AAL I\I FLAMINGO PARK NEIGHBORHOOD i\"'�,.wi ROW INFRASTRUCTURE IMPROVEMENT PROGRAM ID 0 Task Name Calendar Start Finish 12018 Days Jun I Jul I Amu I Sep I Oct I Nov I Dec I Jan I Feb l Mar I Am I May I Jun I Jul I Aug I Sap I Oct I Nw 79 r Submit Lighting/Signing&Pavement Marking/Signalization plans with 1 day Tue 8/8/17 Tue 8/8/17 S bmit Lighting/Signing&Pavement Marking/Signalization plans with CMB approved Stamp to M-D Coun CMB approved Stamp to M-D County DTPW 80 a M-D County DTPW Permit Review 15 days Wed 8/9/17 Wed 8/23/17 • M-D County DTPW Permit Review 81 10 Prepare 100%Lighting/Signing&Pavement Marking/Signalization Desig5 days Thu 8/24/17 Mon 8/28/17 Prepare 100%Lighting/Signing&Pavement Marking/Signalization Design 82 1 Submit 100%Lighting/Signing&Pavement Marking/Signalization Plans 1 day Tue 8/29/17 Tue 8/29/17 ',Submit 100%Lighting/Signing&Pavement Marking/Signalization Plans to CMB 83 ® Submit Release for Construction(RFC)to Contractor 3 days Wed 8/30/17 Fn 9/1/17 (Submit Release for Construction(RFC)to Contractor 84 Landscape/Irrigation 89 days Mon 6/5/17 Fri 911/17 85 in Prepare 60%Landscape/Irrigation Design 15 days Mon 6/5/17 Mon 6/19/17 /=1,Prewre 60%Landscape/inlptlon Design 86 73 Conduct QA/QC Review 1 day Tue 6/20/17 Tue 6/20/17 ',Conduct QA/QC Review 87 Submit 60%Landscape/Irrigation Design to Utility Companies 1 day Wed 6/21/17 Wed 6/21/17 II bmh 60%Landscape/irrigation Design to Utility Companies 88 1' Submit 60%Landscape/Irrigation Design to CMB PWD 1 day Wed 6/21/17 Wed 6/21/17 ', bmit 60%Landscape/irrigation Design to CMB PWD 89 n CMB Review 60%Landscape/Irrigation Design 9 days Thu 6/22/17 Fri 6/30/17 &..CMB Review 60%Landscape/Irrigation Design 90 q Prepare 90%Landscape/Irrigation Design implementing CMB comments 4 days Mon 7/3/17 Thu 7/6/17 7 Prepare 90%landscape/Irrigation Design Implementing CMB comments 91 Conduct QA/QC Review 1 day Fri 7/7/17 Fri 7/7/17 FConduct QA/QC Review 92 9M. Submit 90%Landscape/Irrigation Design to CMB PWD 1 day Mon 7/10/17 Mon 7/10/17 rSubmlt 90%Landscape/Irrigation Design to CMB PWD 93 Submit Plans to CMB Historical Preservation Board 1 day Fri 7/7/17 Fri 7/7/17 .°tubmit Hans to CMB Historical Preservation Board 94 CMB Review 90%Landscape/Irrigation Design 9 days Tue 7/11/17 Wed 7/19/17 B Review 90%Landscape/Irrigation Design 95 ',.n CMB Historical Preservation Board Review 9 days Mon 7/10/17 Tue 7/18/17 B Historical Preservation Board Review 96 n Attend Historical Preservation Board Meeting 1 day Tue 8/8/17 Tue 8/8/17 Attend Historical Preservation Board Meeting 97 II Prepare Permit package implementing comments from CMB 5 days Mon 7/31/17 Fri 8/4/17 Prepare Permit package Implementing comments from CMB 98 'q Submit Landscape/Irrigation plans for CMB approval 1 dayMon 8/7/17 Mon 8/7/17 j-submit Landscape/pe/Irrigation plans for CMB approval 99 n Prepare 100%Landscape/Irrigation Design 5 days Mon 8/21/17 Fri 8/25/17 1 `Prepare 100%landscape/Irrigation Design lt 100 Submit 100%Landscape/Irrigation Plans to CMB 1 day Mon 8/28/17 Mon 8/28/17 j Submit 100%Landscape/Irrigation Plana to CMB 101 ion Submit Release for Construction(RFC)to Contractor 3 days Wed 8/30/17'.Fri 9/1/17 TSubmit Release for Construction(RFC)to Contractor 102 • • 103 V1 104 M Euclid to Washington-8"WM 11 days Fri 9/1/17 'Mon 9/11/17 ' Eudid to Washington-8"WM 105 Euclid to Washington-6"WM 3 days Tue 9/12/17 Thu 9/14/17 "Euclid to Washington-6"WM 106 Euclid to Washington-Testing 4 days Fri 9/15/17 Mon 9/18/17 x.Euclid to Washington-Testing 107 Euclid to Washington-Bac't/Connections 3 days Tue 9/19/17 Thu 9/21/17 (Euclid to Washington-Bast/Connections 108 Alton to Jefferson-8"WM 11 days Fri 9/15/17 Mon 9/25/17 F Alton to Jefferson-8"WM 109 Alton to Jefferson-6"WM 4 days Tue 9/26/17 Fri 9/29/17 y Alton to Jefferson-6"WM 110 Alton to Jefferson-Testing 3 days Mon 10/2/17 Wed 10/4/17 rAlton to Jefferson-Testing 111 Alton to Jefferson-Bac't/Connections 6 days Thu 10/5/17 Tue 10/10/17 I i Alton to Jefferson-fleet/Connections 112 Euclid to Washington-Temporary Restoration 11 days Fri 9/8/17 Mon 9/18/17 LH"did' to to Washington-Temporary Restoration 113 Alton to Jefferson-Temporary Restoration 11 days F6 9/22/17 Mon 10/2/17 'kma,Alton to Jefferson-Temporary Restoration 114 Water Main Complete 1 day Tue 10/3/17 Tue 10/3/17 ;10/3 115 38:d I.,....Tue, fir/ 116 Sanitary Sewer Installation-Alton to Jefferson 18 days Tue 9/26/17 Fri 10/13/17 Sanitary Sewer installation-Alton to Jefferson 117 Testing Sanitary Sewer System 4 days Sat 10/14/17 Tue 10/17/17 Testing Sanitary Sewer System Pule3 —_ AP, PROJECT SCHEDULE CITY OF MIAMI BEACH � 1)1,1O MAN(NI FLAMINGO PARK NEIGHBORHOOD ism"; ���.�IN, ROW INFRASTRUCTURE IMPROVEMENT PROGRAM ID 0 Task Name Calendar Start Finish 2018; Days Jun 1 Jul (Aug I Sep i Oct'Nov I Dec i Jan I Feb I Mari Apr I May 1 Jun I Jul I Aug I Sep I Oct 1 Nov 1 118 Connections to Existing Sewer System 5 days Wed 10/18/17 Sun 10/22/17 Connections to Existing Sewer System 119 Remove Existing Sewer System 4 days Mon 10/23/17 Thu 10/26/17Remove Existing Sewer System 120 36"Force Main Construction 4 days Fri 10/27/17 Mon 10/30/17 a36"Force Main Construction 121 36"Force Main-Testing 2 days Tue 10/31/17 Wed 11/1/17 y,36"Force Main-Testing 122 36"Force Main Connections 2 days Thu 11/2/17 Fri 11/3/17 t.36"Force Main Connections 123 Drainage Construction 58 days Mon 11/6/17 Sun 1/7/111 11111 1111111MINOMMIF 124 Install Drainage Alton to Jefferson 29 days Mon 11/6/17 Mon 12/4/17 jyInstall Drainage Alton to Jefferson 125 Install Drainage Euclid to Washington 29 days Tue 12/5/17 Sun 1/7/18 Imo? Install Drainage Euclid to Washington 126 127 Alton to Jefferson-Embankment/Subgrade 19 days Mon 1/8/18 Fri 1/26/18 Alton to Jefferson-Embankment/Subgrade 128 • Alton to Jefferson-Curb&Gutter 4 days Mon 1/29/18 Thu 2/1/18 Alton to Jefferson-Curb&Gutter 129 Alton to Jefferson-Baserock 20 days Fri 2/2/18 Wed 2/21/18Alton to Jefferson-Barock 130 Alton to Jefferson-1st Lift Asphalt 5 days Thu 2/22/18 Mon 2/26/18 t se ✓T•Alton to Jefferson-1st lift Asphalt 131 Alton to Jefferson-Sidewalk 15 days •: PHAS ETWO> m Z v > m APPENDIXES PROJECT TECHNICAL PROPOSAL FLAMINGO PARK NEIGHBORHOOD PHAS ETWO> CITY OF MIAMI BEACH I DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD APPENDIX A ROADWAY GEOMETRY Beginning chain 11 STWEST description Point W19 N 527,290.64 E 938,990.41 Sta 10+00.00 Course from W19 to W20 N 87° 59' 47.63" E Dist 564.10 Point W20 N 527,310.36 E 939,554.16 Sta 15+64.10 Course from W20 to W21 N 86° 30' 41.55" E Dist 180.06 Point W21 N 527,321.32 E 939,733.89 Sta 17+44.17 Course from W21 to W22 N 87° 59' 47.63" E Dist 175.83 Point W22 N 527,327.46 E 939,909.62 Sta 19+20.00 Ending chain 11 STWEST description Beginning chain 11 STEAST description Point El0 N 527,356.87 E 940,754.48 Sta 48+30.00 Course from El 0 to E11 N 87° 59' 47.63" E Dist 840.00 Point E11 N 527,386.23 E 941,593.97 Sta 56+70.00 Ending chain 11 STEAST description Beginning profile 11 STREETW description: STATION ELEV GRADE TOTAL L BACK L AHEAD L VPI 1 10+00.00 1.99 VPC 10+00.00 1.99 0.3 K = 52.9 VPI 2 10+45.00 2.13 90 45 45 VPT 10+90.00 3.02 2 VPC 11+00.00 3.23 2 K = 47.7 SSD = 523.1 VPI 3 11+55.00 4.33 110 55 55 High Point 11+95.44 4.18 VPT 12+10.00 4.16 -0.3 VPI 4 13+60.00 3.70 -0.3 VPI 5 16+10.00 4.45 0.3 VPI 6 18+56.81 3.71 -0.3 VPI 7 19+13.61 3.88 0.3 Ending profile 11STREETW description Beginning profile 11 STREETE description: STATION ELEV GRADE TOTAL L BACK L AHEAD L VPI 1 50+00.00 3.82 VPI 2 50+40.00 3.70 -0.3 VPI 3 51+98.47 4.18 0.3 VPI 4 53+25.21 3.80 -0.3 Ending profile 11 STREETE description PHASETWO> CITY OF MIAMI BEACH DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD APPENDIX B FORCE MAIN AS-BUILTS CITY OF MIAMI BEACH , FLORIDA SEWERAGE SYSTEM IMPROVEMENTS PUMPING STATIONS AND FORCE MAINS FACILITIES FOR TRANSMITTING SEWAGE TO VIRGINIA KEY TREATMENT PLANT, P-19 CONTRACT NO.2 F i ®ormiamo_`,.,..... ..jr-L--",1 °^ nEr in 31111 i A ..ro ; ,, j "F a100. ll ,► , rwRn . cm :---------A I O c E.4 4, I Li MALCOLM PIRNIE , INC. EM • DR .LEONARD HABER CONSULTING IVOIENVIRONMENTAL ENGIN@R3 MAYOR ROUEN PHILIP SAHL OTY PRAM R.SPENCE HAL SPAET JOHN BEROACKER RAY L. HART 8i ASSOCIATES, INC -S MAYORY e'er D"OF PUKE�°"" HURRAY MET: LEONARD WEINSTEIN OMAR A UKE 4 f.ry__n_w.r CIVIL 8 CONSULTING ENGINEERS HHAF. DRAWINGS s.- OR.SIMON WIKLER art AT��' mNL Saes.M. - FRANK AYMdMJ - CITY ENOFEER _x. PSEUD GENERAL NOTES LEGEND INDEX EXISTING FEATURES TITLE SHEET DAT. r a xuM SERcx caiuu y T us R rwx o uS.c.NOS. R W.ice SE FORCE MAIN ELME FOR.MN 57.0.0 DETALS NATE NM AM SHALL SE TWIRLED air TM 0.TRET.MOE MMHG SALEM SEINER WM emANC.AND SM HAYING FACIMES IN TM AREA EFoRE Mame ANT DUET.. mom ELEA INTO ISM...,4Np smE TOM WEER eL LENT CO sem,s.,..ms. =RI Tleser;17.15er.'44 co vALve wealler.0 MEP MACE LexarT.mvE PEEN MCAT.WHERE man- R SEMS.N OPERATION SONG COMMETIw FN To NM1rtAIx ALL _ ata__ FRE xrwANT 5 ALL FORCE ME PM MTN.94ALL RE NEME0 waH CONCRETE THEIST 7 0.me.AND 51. ELMS IT MITIMED 4NNTS.EWES-VMS TELL BE LEFT ELM MENDATIONS WERE PACEMO BY TE Car OF IRAN BEACH Au—-wv_ ...N...pp..,ANN...Ns, 7 NACE SPIN LENGTHS WO STATION.ME BASED ON MMENTAL OSTANCES MAjE0*"'PATENT AL c ev ACTUAL c ON flLLOWEAwTNaWwxEx[IE4Pn0pAEwsMW0.a ® MTNTION NOTATION YTWEETWO METHS 9 RECORD INFORMATION 9VCMrtTEo w INTERCOM,¢MSTMMT,CN CORF PROPOSED FEATURES BENCHMARKS REMEMD To EL.0 OD m LE Me.375.CA NM BEACH DATUM MA AIR ELEA.TorvALTE Box No. DESCRIPTION ELEVATION I FT.I Iu.SENO TONT nNe 2 NUL N S u MERHENT Cut NT NA.ma CONEND SOAP MEN Era V NS ESWL STREET .2E PIMTEE T NUL N CURS NE.CORNER wewAN AVE.ANP T TWEET Ter . s ma IN me s E.EDD..NIwIw NE AND I STREET .Pe CROSS RECORD DRRWE.O „c„,._.,,,,,,., CITY OF MIAMI BEACH,FLORIDA 54" FORCE MAIN R"E�_JILL__L H PI II ASSOCIATES. :/V KKs... L.i wA..y�waeAs--A-N— � RAY L.MART B ASSOCIATES,INC. I/ SEWERAGE SYSTEM IMRioVEMENTS GENERAL NOTES,LEGEND AND INDEX >�-- COOOS C ExNVIRUNMEHTAc MOWERS WA Ks... CONTRACT NO 2- FORCE MAIN e.R :R-,e On-P \ PS SID BISCAYNE BAY —---- , 7'.1"--- ----- -- 5J ________=„... ir.) ,_,.__ ....„..„---''-"1 I.7 : ,ORN.,' 4..s.,..o.' ,.........- ". , :: ,,____:_ __ ;L_ _ ' L _I ,,__ ] _____ __, __a-I r--- —1 17 7 --7— '----1-1 -ii!---- L j L.,j ' _I. ..,-.' 1- V "7 711 --1-` :gr LL _J i.--...,_.L_ i L --I , .. I --Ii ,_-- ,-- ,: I . n 1 ET i a. L__ C ] I 'L "11 IJI _J r 7 r-,-- ---- — - H , ,,:;', !, LiC--,.Cr-1]L' 1 E f.I L --'7 " ..;L !. L.,. I'LL_ Lj " , ----- ------: LT!! JU 7- -1CL. 7_ E _____J I E — r -LL -' _IF7 711 _17 ,L / ' -1 --- "--j', -I -_ 7 r7 rni ,,---- / .7-7--_i I,_ -----,,:-___ -Thc",:7-:-..- -7-7. C 1 1----1. 1 L 1LI -21 L- r 'D 5:::' / 1 ---, --Ls- M --- . - - ---:::-...--_-1 E_ --]E....._-. -- _J L •E .T.,_,_ - 'r-----------/C------, ---_-/,f--------,-,--L j F---, ,' ----_-Th--,,,-•------- `-------i,--, --, -....-= ---- -- : n---: 1--7= -7 I-----: I 1-- $v , - 1 : -...._-_- -; -, -_-„_ i--___ -.-_,.._, , --,-„, -,,,,-:-7:-..... -___, ___, ,_. -_---Lt..,----7-,--,=,____7.---- L----;L__ -----,,,----___, 'r----777-- —---1 _] .....' •,ve '-•-•,••,-,,,..... ---- ..•i:,--------- ------ - ---• C i---------,-------,__ ---,---- -7--_, :4 r----,---- -— ---- ' '''''''' .-------I• ---,--:-___- —C- ---1,L-___ __ _ „.-„,k______,, , , Li] -., - - L _, ATLANTIC OCEAN ('-'' sT:e7:2!2O22 p' ' elf.. RECORD DRAWINGS R=°nI7r.RTgrZ7R. RIME, — --- --- -,-. f ,N, CITY Of NiANI MACK FLORIDA 54" FORCE MAIN MALCOLM INC. De ±,....9. . ..... SEWERAGE SYSTEM {MPROVEMENTS GENERAL LAYOUT RAY L.HART IS ASSOCIATES,INC. CONIULINO 00.0.63.101'0,0140E3 RS (.0. CONTRACT NO.2-FORCE MAINS scALE 1.•300 't mate......3. 3..„.." 5 - _ w-- 3il y f ± .:.'fir _ ;e 420` .t , Y,: �_ .. �.. • iCONTRACT No.2 I � * . .r� 1 l'''''''''''.1 J - °o A J io a' t _ T goo MALCOLM PIRNIE,INC. c 'moo Mo..°. , eu �o,rn c."_ CITY OF MIAMI BEACH,FLORIDA 54" FORCE MAIN RAY L HART&ASSOCIATES,INC. '.. .) SEWERAGE SYSTEM IMPROVEMENTS PLAN AND PROFILE ;�/1 c',7::::.7."'"'"'::::::.„. ansuiw 7."'"er,':::::: s �� CONTRACT NO 2-FORCE MAINS s noxa. zo, vEnT. .s. - o....o. + "-°•^0 ES. L_e+A -,-,... .,_ -10.-...ir •45- ' -I...Lig:7--",.---‘.___-v-v-r;47=TF---:-.7•15 1=1=-5- .. .. ... 1:- , ,,,_,_ :•,E-=.•_: _•-.:. ::::::=.-j..•i..:.5:-. ,,,,:-.,--g.•,-f.4-'5:-;.- - e.t,_,-;---.,.--1,,T;',--,3".?,4 4:'.-•.,-.:g-s---2-' .21_:::'ii.a.g: .0---'5.-. ..i li•-=`'N." R;;;--5,-- ....,---,1 .,,,,.1: :---..I::::' V..4,5... ..•34§-,,, -1-.4?_,,,,,,,,--_ :',. -, -.."-S.,, i. 1 :1•11-115,.iiitt 4---,''-'-‘' " -...- F..-.4',...iFiv..---• Vr--.'-:51:-••_-• 1.-',:-,..-.':11:1::±,-..W'''.' '1:46:,-.F.t1-'11:4.:,:::.! '4'4.----4..,- -_::::.--..,..n : _.:.-,,,,,i'-',::;"''.: - :::';::::.....si.4-:it..--'.-7---.==';„...i.. 1 , .., .1..a.i...„,:;,.,.. : , . „.„ .. ....,,,,ii,.r.itii,„:ii., -:i-•---..1- -.....5-.--,•-',..----43' ---,r,--.,;."---;,-,A . '4.,____ •---- :••..p-,.--,-.4,-----. =t• ..1•-:,--?..iyi.,---,....x..„--..,...,_r. .,54 r‘-• ..r7 . ...„...:„......,.. ,,, ,...7,i.-.:„--1,,. t:::::.• ......h.F....81 1 1 ..:1--':::- ---4--"..=`.......,5 1 ...--zr . - Ei--:::::,.... ..-, :, .--......I=vs.4.5t- 5., --.:-....- - ..-..m..,5,-,..- = 1,.., ?•:..-;,--.5. ,---- 1.':-Iti.';',7_ ,i=7-.,-F-...S.,'F-4-;,i-..111._ -31-.1,.:-,'r...... .', 1,,t--4,-.,--,.,- i .;_;.---::•,-7,..fr.-47 A:-W1.424--- -.• 1.-1- 4; r.....--,--'''....1 ,.,.. .1 i',....).:±,.4.igt7i, 4 g. ..*''..'•`':::'''ai rnfiT-7. -P,:r ...--irIT• "..'-k-7,----tl ' ..-i.....-- F.----45,4- :. '77."4"."' .• I. :_. -..,.- .-• . ..-•t-F-.:i-...=-X--;.1'..?: -_ :"---'7=-- --,•-',- - • _,_._:..„: .1:-;":"..,..:.--.,,-2S ,•••-•:,-..,....-,E4,..-.4'- - .',.'•,.:-';-; ,........___.s :,.:- :„....` I '-,1. '-=5-7-4-r- 5:: ,_•=-,-,..v-.- .i.-.--,-...--1---,„ _:.•,, -,7---...- -4 , 4t.• I -•-•- _ '. :I.:13 a-71T."';-17-..-- - -';'i'. '' .2-• - - --..,.--.,.:-.=• :,,-- ,..-..q,.» ,,:-7' -, •,--,,,, ...',.. =CP;;I:4 •:-.4 —, • i•i",1""..--- -;""-•ViEr.,...L-r•_V-:".-'..-,,,:-.7- _ ^at•---"'": - ,-, , '.:4','-St_4,-,4,";-; .?.,,,,•;.1-":,-;.•,..,4,441:41 '1 ' '''';;"- ;gal-- - r,,a.--- .7,-,.__,, - :-.--•-* .---.... -''' •,--••;--": '`-',q•,"--_,.---';' :-.-Frs5•1_2•7::_,•-_-.7."•,...:TI.'-11_, _.-4.,,,i:J'1"4:4,4.,-„-rfrit,-,:,-- 1.1:2S.,3 :1,=.: "•74,:. -: - i--.1-r'-'•'-' --';. - -' - -- . Ci4... •-. ---A--,.. - :-=:-.-. -fr..:..-44-1--,-----:•:--- --IFf.----'.:1--iA..r,t;;--',. -7';'S-:•- •:•1:".7:- -';`,-17:,--,_•17,..,.,,-,,,,v,--i'-i-4; 1:.4145,1---a-k.----; ',:.• „.........z,-,..._.:-. _-ail.', s _•'1- -• •- . - ",=----= '.--,Li.--'*'i• -=.--'..-7-.--•-i41:1' -"-- 4-r"1.r.,--TV#1.:•-1.."-4.:1---,,--=5:-;.:,Fr- -;:=.55'7"•:: ::7---,-'1.-... -7.:.-1=-.=•:.-=,:-_-_,.:1:',..-.----.44-.s., ..1 ---,,,,,,,...,2, . .,t7,,,,,,,g,z-__ -s-,...I:,.;.a.L._.- ..- ....5.,:,•• ••. :-.:.., • - _•-_.r..:i,-.-.,.-.•,--.:----,- . ---..,- ......-,----,-----...--,----- -_-:-_,:-.7. ,---,-,---•-..1-_,-,.=-,---,-_:5. --,-,-..,,-:1,-,-,..-i,..-;511•.,--, ,...,14---....,,,,....tr,.0.,,,..., •-•:. ..5,-.: '•=-7.4':-': -v.-13,1'..Y.5,,L...ii•-:::.:: ,, , --- .-- : --."-- .,--, - .-----.; =-_--,-,--.,--,L=,--...:-5-- - -....,-4...-5,4:,11--,-...,-F-----..-.•.„.....,-•,, •.-.T..,-.....zi-L:',Ea._=1,...r,-,1-IT.:4=,...1g,--:-.-....:_.---; .-,-,,,,,:-. .•11-::-... _ --4.-='="-=-....''14`'`"'=-• -="-- -' "-• ""."•-"="----',I'..-=---.. -v---..'"I:v..------"!:I=.-, ' - -- - ' --:-. -,:-..,'5...-..i„..••=::.......--__-,7.-,...,... .-,..,::, +__,. ., •,.."j -....---,..,••••••"",-4:4,-,,,*. Llt, 4: , ,., - tr• -..,, "...-- -.1.--.:1 -•- .•:--.,F4''' ' - : tiT. -.." '...4V11 = •-•-'-',41M-31 JEU .....- , ,.,.• 4.,---.-- ' =---:7--V• ,.._, ...,.....,,,...,.......-----Fr.z:=,%=-F.5;r4 - -,-" 11-.57r •...r75.1.z.g li• ---ligi ., i---' . 1-.-i•••:-'-----z..;1-.,, ... ,--,=-- , .,Ri.t -,,,-'-si•--,...5-5.-_,,, ,•-`-'----= -44r.a 1''•4 :Ti.-V.: 4, .....- --, .....,.. -:•-,:l r. 4, a,-..-.r • , -,*•,,,•ci. -1 ••:,- --F5.- i'F.1- ---.--t, . t.. aili'•5:Fi ..11-1i.;.&..±-4- '-,',v.:7.1r? 41;i14:1 1-----_,---. ,-...-7.7-1,-.- . • -- -•,---...,",......--.-:.• - .,,,. -- ..... ..:-.-....tt.-•---T-,..: .....- . .....,,,__ ..,,-...---. ...:,- .,. ,--.-.-.,..----- -. - , -..:•-" h4 ----r 6 411;5 ------4-.• - ........- ,,,,t- :-.---i"---.'-4=-4.-1.-.,,,,7r-,•-:-.-., ,,,--.:..__---, fa -:.-----?=r =-----..-- P1:-r-. j. 5.=:Iv.-"":-.V.4:-:. --;., .. . _.....,,,,,,-__ ri...1:41,...."-F----- -,E, ..,___, , :_•.-r., ...'— 7:, -:--,-, ..-, f'..7:T.'11 7401,i2gLq , .::::::t,A,,,..,.....]-- .17- -. —i•-,??ti .-,-,,,--.,-,,-41 . ;":' ...vx-----, - --- - 5 0 I , —1— --- r no 1 0 o I ... --- ll I . I RECORD J.111..:CS 41 4,,i'l 40.,, ..,,i 4^ MCOAMLSUCO.INL.G.M E.NV.PIRIORNNMIEE/C,.IL.N.EC.N...G .IN.E.E-RS : - --- ec.o." CITY CF MIAMI BE ACH,FIDA 5::.,FORCE MAIN RAY L.HART&ASSOCIATES,INC .l)) mSEWERAGE SYSTEM IMPROVEMENTS 7NANDPROFILE CONTRACT10.2;ORCE MAINS ..ii:•::' i .14.1-1V--.-2 '''---, :=1.4:/-3 niP- •.::'11. ;E:Ii_• '..-, liglilgitEZ--------• '''' -74"i'-14111 =.- ,, ' ,.,-,--- ,.....-7.-y, gi“,-7 -7.-...`• i,,-..A.;',..- -..--,._„:,...h.T.,:-.4L.,;:t741-..! , -.1-;fr.-,--..zi::- --:- ------- "-. ------ i „,,,- , ' .„--,'1,,,,,,,t.,,. -,.......,,,,t,,,.. - , - '",-..— ; -::-:4; -4,tirff-14,,,:!-_iig .---?' -- - ... 13 - _ __ •,--,,,•-•-•;-• . .5.,,,,-'1,111M.1,-, ' . ,......”-.`7,,-_..4 ;J:,1.. :_igif.:4 •7.-4 ;T.7.-,; - 'I, 'ili,_= •:,,,z. :` 'ff ,Ti:,,,-,‘".7#.777-tar:T: . '.«.....,.-- , ii:::., .4 ;.-i'ff-ir-,. I'.-----:.-.. t _--,-,--u• :-. *4iat- 1..-r-----'74g• •••-,i'.•_-F;.,..-44,,,,-,;1-ti '-'ilk_if,, .•:••,.,-:: F 1.-:''V.F.._P -,:-LP-4,:.;:i-Y.-.4 gri 4-,--,, - ::--..i .t.,-1 -._----:.-%1 : ,--•. , :-.:z U....01, !..,...-_---..,;,- . ;-,--_-:,,i,,T,,,...• iiii.•:- . „. _. . 46.-.1, --, - - ; '.-..--.,„",--.'4E .--..::1,•i',•:---:=---,_:,' ;li F .E.•-..,. c z - c.----,-a ::-.-.::. -.ft'''','''' -PF1:::::.el:iiT. '''...--ft__";X-::,iill ,T.Ir...'-rr.''27''; :Iii",-,:..,iiF4' ill" ":.•;iF...,--,..,- '----' ---":- - -..•,-,-; 2 ''._7,;:- 3r,..fr- 1%.:01.:- --: ..1'.--._.-ii-..-7,?. -.4..,--i--r'''"'' , -"'Vi.,- 7 --''' .c-• ---'-.,__=,,-4.--:7-- _-,-; ;r'-''''''''7..'f44.'+'E ..., ..,, ' :47-1.-TT:, =-1 • .-ir'' _4 .. ",---'lif.--1:7Y'. . ,- _...- ;', - .,-.y.../..L.,__ ..._„fi,,,?, -=-__ . A A -' 'CY.] . ,r,. ,-,;jii,71,',1-,-Z••,,:!,f;,,,,,i',, ,E,••4-:',i;ii: ---.•--,-2.-::-1;--:7E-74-741 .77.J.TE•itat-fif:1131-7#.--: . '-.•,.. ; - :/-' 57,7•;; ;,-..-7;' ,.7i -r-''.'4',7-7,;;,---.2''''-.; tift:iil: . „-c4,:„.w,,,,i-_-..:,..:;----_.-;•-•_ti.-.;,..,,a.--„,a-iz.: ' - ••=:-.-2`,'!,-.-,Ti:: •'''‘-t--•,:-'- _._,,_ ,_ --- .--- -,•.;-,'-,. `..,-Ii=-',---H..F.4,--......-a;:,:-L,-- ... .;-,i--;:a. .....,-.7*-141•- ;:-'4'74--.11-'-'-'15-::44-A":4Y7-- „.. .-'..- - .'•:.1-f-,...7-'''':,:":7-L-7:- .....-..''--.::"L'",/7-1,..-••••:.::E^Z ..-..'"'"" -:.14,3--:_,.. ..t:',4, ':, a .,.. - _ --1, - r..-..::_-- ----, - _A - ..:.- --;:=7-'"'"'"".-- •,,i , -- „,,,,-,-_,;„.,..„...-7,:...-,----7,-- ,-- ...••••••-7---- ---- . .;:. ..-.-fr•••:f.: - . — F .4t.- , . 5i :...„- :- i ...4,--:.j:. r.,,,,. -..t- - :,-,i.F7,77-:;-_-:-I-----1- th ;- .!...,---,- :7-- ,.., k -7., T i-14-gL-,-.--.2.:-%-4-, -- .:......;.-,,-. ,'T-i4.1:-.---,i::;:--'-': ..:'•. ., Ei, ,--,---, .t...--,. .- .f.::if-1-zg. ,' '''-4--,-fit-':--.:4 f-::''-f-%‘".- - •.-..,-....,'''.. : - - - e--.:::-.,,f,..,-i-,: .:-.,. .:. - E.-...-41..%.4.-.,.-.:. ,...,-,,-:.---:T; 7::-...77-1,'-' 1":-''.c_:' 'i;.-T•tii-, A ''i :1.17ii, rgi,t;1!..7.;...;;ighz,ii.,..,.. . .-:-.,.F. _ f ;":177,-.:....„-...J., .-.- . - • :,-...:a-..,'.:'..-A. - P.:-.'...7..--,----721...,:e-i.:----7.-'1,.:L.,:-.=.---- - i=4,...:4L,,,- '-'.,-..i.,7.,..7,17----t---7. '..i.i...--. ,--'7.7.4.. I,--,-', -:,,. ,j.kit. .f.ii-Iggigfilgia.,,,upiiiti-,-.,,11 :4„..-„,:-,-, - ;: --,..,_-,p,.."-:-_,..i. , •-•,; f 2,-;--,-.:; ...,,,,,7 •... -‘4,./.-• .,;- •-•----,,-`','",=, ', , ,-,---,,,Z1 1-....Z+4,,,,,,,z;..---. i .-'• N „.,. :,..4„,-,,..„.....,......: ri.-4.,t,..1:•" ,,n14,•••iizqi risiiiiiniZiir. --:'-:::/. , ',., cfr-Ti-JZ :' S'''LiiA: :&-ZPR':r,;-;;;": -•;7;:'1 •i'''''''.:'. 2/7-z-7-.---711=i '17.4:'77-4' '.•,,•;_.:1 2j.... .;2•' ./ .4..--7all -ai-- , : -= -: .: "-.-, rf:' =.:-,- i.---7: .i'd::=-74-:.--...,-- " —... -*/';'47.-fr'- '5'.. ...'4‘.4-• '''''''' --•-- - . 00 0 0 1 --- so .1. - . V l. 'I', •,'`,.' 4-. ,., It Ol „'Fr A r'.!, iv iN ,-, _..1._, i rtE,,ohe I .... -—.4" ,,. R 1,11 t ' '..° TT t ' -- 54° FORCE MAIN .r7"43-\ „ CITY OF MIAMI SEACH,FLORIOA MALCOLM PIRNE,INC. ''..... '"""'"*''' ''''' '' '''''''' SEWERAGE SYSTEM IMPROVEMENTS PLAN AND PROFILE RAY L.HART A ASSOCIATES,INC. , --1--/, - CONTRACT NO.2-FORCE MAINS CONSAZI.ONWIONMENTAL ENGINEERS 1, ' ' ,. „.., WITE M.A.1)PI 7 COPAL 0461.(1 FLA *k .4/ 1!r vim:« - - s�z i _,..,..„.....:....„7,..,-x +° $: r t ra— = 7 ^.., % Elia r�r '� - -. 3 s 4..ems. l ,i-s-_, r _.f.g iT'• _ _. 3 s. ' - a. ii rTh J t;,,,,_;;--... ....3 u.., Y :.= �. r t ' ''' ''''W..--'-''.4* MMOISMrL....L.,....e` ..I.1- ..,_:_,,,,,,-.I:: _ a:. wry .., d ..L.....L.....4.-.- nx- u4t-.: d...... 'w tar : i-,. s--- rs_S--,71 F . iz i'M _ .. R - l . -ai 42-ii.....i...* 7, : ,..„, -4 .2.,:ii-4 i"---......: '4.-T-1....-ir---.1 t F=.1-:?---.77---t- ,=,..,ilir.1--- -...-I-;• • --e-, ..., .--4---t'a -, .. I:4 :-- • • 1,0 • 0o t ao c. of +kl �_ . * � e MALCOLM PIRNIE,INC. mx.o .�.> ox.xx e..n rxoao CITY CF MIAMI 9EACR,FI.ORiM 54° FORCE MAIN x RAY L.HART a ASSOCIATES,INC ,1 >,y r SEWERAGE SYSTEM IMPROVEMENTS PLAN AND PROFILE .cNoravw,iwxta+.sxncgsrrcr+s:rt; ` +''-' R CONTRACT NO.2-FORCE MAINS \_•./` sc<Lss. xoxa. zo, vcnr. -.....-5,„,,....„......,...,..- ..-..--- r. iii v..'� ta4«.._. z --*-'.,---1-i-2.; . ' ' T....:,„—:-.,--:.; -c ; 'D - t- iff1 - rI T ' te il • I Ker':4-4i-_-.4,. .. t,_ - te ,^ 1 ' 3 x f r' . kcr1 :° _ - :7; ' 1 - r- - -3 ' f `: : .t - -. , r 7. ' :: ma `+' -a . Fi*- 1c I FiL .1: = c,- { • s ,....-- ....-.3.-1 ,fiR,,'$9hof. 1 ---, S -' n --=',4z._ «, ^i . -_ = i . 1 `Cj-Tr Ti ., w ,s. .si i, P 1; . ---"--; • mtwor LL .... J ,.....:.--77-__17,-.1--,,, ... Ffd .ume N : ' �- ..x:= x -s-=. , ", - .:.s^ ku. �A.,z, '� • li r,{ . . -- I: ' :IP '',.' = 4 c• ' '—;:0 7 =--- - .,'"7;-?.4`.. :71 K' -,,"1- fri-7.4-'4iTITA rt,. ....Y .,.. „Lt.,. t . :,...... . aEif- : a, r.# LL --a- r,,,...—_,..,,..2-= �. -K '•• _ Ci-L-,...- — z .'- iIa i'i.s, i g," • , :�'1,.E--- _a.-. f v 'i 1'i • 4• -'i 'y.:- _ 1 a I... 7F —� v f 1 a 00 00 L 1 I ego 001 n, I I mo 1y ici.ya �- ..,.„1. .al I s�L..�^�l ., 'veli I�1 �� w.s .•. ..,s MALCOLM PIRNE,INC. (0 /! wN . wswsu_— CITY OF MIAMI •EACN,FLORIDA 54•• FORCE MAIN RAY L.HART&ASSOCIATES,ING �•••,../ �'°"' w .o SEWERAGE SYSTEM IMPROVEMENTS PLAN AND PROFILE CONsuiNG EINNOIN,esmL PIONEERS ',. ,::''://: CONTRACT NO.2-FORCE MAINS LA Nona zO fN' i wx ,s.-,s.o.s o .x+c wuxf.x. cwr uxLe.,r•x. �.� 4�f9' .,.......-.1, 1---•:y.ii,-Wili:. .---'i''...-=-11: _. - -;:.....,-_, ,i14.i?:1-‘1.1::- Li-154`.4.4:k 'z-4 •.: . ik--:_i.: -.,:- .•,., . ,-. , -_ - ;,7-v• --.2„-zir,-,...„,,,,,,-,.47. 2„,,;,,,,,, 4,,,-..4,. ..,-- ------... ; l'...-niai.z • :, . . . , -:- . , :4 W -'' :, , ": ..• ---7_,---:::. .: TIM, Wil 1.. _- .•.;g. liAiikiiii4-1,,'-'7.-3' ';' , -.-:.- ", .t.. I ' 1- „''.'- '-:',',! _ -' ..4.'M -:':' '--- z- -3,;44-Z_WFL-fr:' l ...: ' '.1:''..,- --F, . • c - '':: 1. .:4.-,,,J -, ,--i.: . j -...-.•,;:-.,1, ..,..-:::-,:i;#1.7- :.iiii....f.t.;E:,;:-.•:: •:.•-ii:4iiiiirg11::- fz---E.---1,1q . .--,...,- --,',.., -.3 ,, 3 .! •,= _•.• , fc "t .-....-ccc.. .---. "..,, ----7,-;;7-.., .;;;-:,...1.,43,,,EL ',... ;.-iiTiCic..71.-4,33; -' .4.S,-;,--;117,73: i - -&-- — - '''-'---__ -,'.,' ''..'' -';'...1- '4 • •'I ' 1;, ••• Ki--,..-,-,,.., - --..-;„ ,...,-!..-, ..„,,,,:„, i., ..„4-Fgew 3....:'.,a-m;,..-..,L•FL., „iy...;..--7' ,T ' „...ti.,-4.1.,-:114_,F....if.,T,' -t.,, „ ' ' ....,, ,' :_, , .1,4'4 ' ._ . ',,...... . ..,.. ^. r•,..i . i s„..a. .'.. .....4 ._:,,. ,,,..,,i.F:.iiii is- g.'1.7-"A",, ,,:..., i ;:. . - iiiii„'•f-'17.,,.,4: --'-'''''i-i--;.,-.:_ifL '; "-..., , , ."'_.-_,.--p:: ' • ; _:_. :,,,,,:.•A,i .." , - ',,,,...W.11. Vtf,AH 71114-4M.:`7"--.:' ..-7: '14P-2'-'--- . ---"---'" 1.,:..,,: ! . _!t-_-__. ,.1.- _ 0,. ...2„,.--7-,,,' r-'.....,,,,, -:•---m, -- . •-----...:;---- -, -r.... % .. .,, ..-. *,.......1. 4.........r.---....-L—.. -....,..--.'.1.,,,..... ...r; . .....:4,:,.....,-........:....::,....,...,. .._..r.a.,74-, ...,.- -• iii......'..:„L•J'„..,1,,.. ...::.7._.:.1:7: ,.,:,7j..*,,::::,:t: . . ,,..z.,.”:1".--Hf_..;7 ".'-.4r77-41.:,1-,:----;_.7_,,,-1,1--.7.------7.77i-1,---:-I 71 7.1- 11_ 171.--Eilk7" 1'. -:7: * 4" 7 .1144;'11-7-.!:4- ; - - - j:,1•-: --,`,''', • .. • --'-.•:::.- .: ..:::---- „,' „ : . ; -..,-,-------7:.,...„4.-i..,;,7.:F",'-'":". .`',,.„-..""f,'-'-'-':•-- .. .. -- • ,,ti,,:-,:::::-----:-_,,.-,.. .-.-.1. Ait•_--1.„..,J.4.,,, ,,..„....i, i ,.:,,..... ,..... . - -- .4-::::=.-- •-•'-'"-- •-•-- 1.1141-__ ...i.F.,--.. ' .,-:-,,:. ."-- --- ------- ,',.. --, , -,-.. .-........--.....„...,..: .---..,Er ,44-4, - ci-..., -7-',--;•,,- 1,-. , -.•---",-,.' ' , , - -1...-c.,,,-,s3 , - - ----„---...-.3-7,--.."--'7----4----., ':.--' ---:---'7,-:. , :, ,,ic21.,- ----i3.3 , ,-,-fil.'' ' ' = ... ' -,-;;---tc:- .„-- ' "''.- -''''''-'' '-'--4-7-.7,'• - .-----37--3.-T3'. = gi:.,: -=,-,,,.,-..:i ,--*_- ---' -:::-,.. -.,i..3,•i:4 ,-,--....--i- --..,_e-, ,-: --,.. i-,.. 4,-..3233C--,-'-' . ---- - ' .'', . trr".7--`""•- ---7 ...7,1;i----*.i 7. ••..,=.. -1.,,' .. . ' '. . ' , , ,.:.,.:.-. •:"'. 13:.%:',..,:,,z- ::„ el•-•-..i L , ':,;,, , 1:,•!, ,i, . . • ...I.:4-;::,,, ...., ,,,,....._ ..-_,:.: :.... • : - . '..;-,::-- :z---,..., >,--- -- ':- -.:-., :. i •::::,-•:÷z.:--=-7a”. '-flr'''''F'" . -'''-. ''''-'- '''''''''±''''-----.17-414.;- 7'.7.C1.""..4t-I'.--'--.:' 7-....1--_,F-' i . !.. E. ; --,' 'i-...::::: :::'-'-::', -- 4.• -:,:"--.-•-z '...,--„."------ -.,.,....- ..,7-3,:tl ft.:, [;-, T, ..-1. .....f.,,,--- -i...: ?.... ir• , .•-•: • ,. .. ,.. •—--,--. ..._-.--,,,,,,.... rf, 1 , 4 :-.1-- ,:. ---, -- •:_•-: :.-,,,T.:-, ii...-..,.. ,:iii•_,,K i.,f..,-,7- 1.3,-_-: _ .44,V .14: .._'''.,74.,:t...,:::, . ,.' .'' -,1-----; •.-.7, -.:.,..:.,. -. .',7•...• : ' -•—••••., •• •.,-;--ii. p:-..-ri, .,."..::.•-_,.. •,,-..4 , '13 '.- ----,-4:: ",# -CC '.t.,:-.----L-...-.,-.•-- ,...,,e, OFfi ,,,73.7giTt. -..V..-.Cq' :74-3. -'-,, 1-i" -3,F3' --.''''.• ,.c._•-., - . '1 i:5,'15.-.7: - i:'-- ... z:...1 . r .. :: , = ..,,...,',.-, .. f., r-ai! ,e..41.,- .;,........-.,-- 4, • : . 4 ' r-- -- -I 50 ..: i — :1.- --...- -'' '''';'''.4 ''`'I,A:,•t”...Z.4..1 , V/ '1 1 . "-_-. .— • 7----- -----7- , ( i 1.. , 1 ) 1 °1 00 [.e.......,sw.o.......,,,,..]1 I t ._ _co -- j 1 __ i . .,..C.ORD GRANINCC, I-— no ..• _ c... CITY OF MIAMI NEAGH,FLORIDA 54" FORCE MAIN C's\ PLAN AND PROFILE MALCOLM NNW.INC. „„„.. ..,...0.3 RAY L.HART&ASSOCIATES,INC. , -.4 ci,,i".7. SCALES, Ii0R12.r•2IY. VERT r•S. CONSLILSIAG ENVIPONNENTAL ENGINEERS \-'';*....-.-7./ SEWERAGECONTRA CTSYNSTE0.2M_FoIMRPRCEOVEMAMIENNSTS InNTE Rai.11 7 SOW-Glant•FLA .,-.._, ri4 "L.,r•-• - ' 1r4-1 '''''''T.1 '. . ::.•F-.?-7''' :-.Tr.--''--.7,„,,,T:- '''',,.. ' - :715'114'*-----1 t l '.- -,.:I ",...1. _4.:1' - --------.4•4 ,,--1!-' '-2" '' *---- ft.- L't..74*:';'4V---- -4-- r.,..-_,..__._i ',..-4... ',„t."--3 r,.g' "*- ---'.,1 - .. . , . tr.-th-4.7_-"-if• iiii :4-ittithith4thilit --- I. 4. '...,:-;``'--- '- 1-• , s ,•., , . . 1 y___' ..,,..,--IF4r.. 1 -.:-1. -:-. --z• 4,--,=-4, - ,tt-allel ---1, -ffia,-;:h .„. 'T,-.7.1 Lth- _ I ,-,,,,,,,,,,,---.., - 4,-1:1 -4:,,,,,,.„.., Pith:.2:-.•-_,a, ' " 7,,.", !--,n ir4y,... .i... .._ ,..„...„,..._..-._. ...,..,,-.„.:. .C.' ., I' : lit i 4• ,1:1.g»,.: ,if':T:.,''''!',: ., ',1-W.- .--"'-- -- ". -AK- .--i,.-• -- ,--.-0-',.. - 1..i....„,..4 -7.. .:7. ir-.'S.,.."1-', ----"'.--=€&" 4.1,4:-.4 i ,-"1.4p4 . it..... ....- --:-. ..ri. ..--,4,-;•..:*.7, ....; ...-sr,_,, ...... ...„, _. .:::: :.i: .0.-..-i-' • ...:11:th.,-,,,,,4,. „'",•':':1! -. -A ,• ---.7,.-•- ,it,:---,, •!;•4:1 +17-j- :10.4....tva Lt7..1... - .I. - .-= li , ' "-' 1'f'- I--4,,,,'7.''' • .4:4LIF., - 0: .'..'" •==-7-._,,,...;'...-m-,-1 :-..= .:.....-.3: .-,..,.......,... la. _,, ,,7,.., .- .,,E... •,.......,,,-i-,,EV-.: --,,1,-. -,-- —4,12,-- ..:4--; '• .H.MMT-,. *.',.. I , 0 Lo,...--_- - ..1.-",-",,- ' .- " ---.1, -, . _ ''''''" - - - _''' -..,-....S.--.:1V it'..r., ,••,-,--- ii#. .z., -1,- -,44' • i -- - t:L• ' • -- ...it...4 ,,IF -,,,i,, -.,---., -,,,,_--, '''''''..r..-',-.4, • r.,...-",.,... - ..^.., . 4. -...... -'7.4--: ::.--:;!:!:' ' '.1...,..ITr'.--: _ .. ,-,,',-- -....a.ii.ai' :,:.-1,41".T7.4 ..„..., Fe-:41„ L..,:. ...„--,....,,..„ .. .z,..-7 ...,..., J.,.._._-,....,,, ,.....,. .. ......,...,-..1,..4 . OV.,,-, .,..,tr --., -- - 7 ...:-4_.: -•:f.,--7-:---i5 ',7.4-'••-•''',, -..4--, .',..--Kfit'.5-S,Th: =g- -;-, •-:-.--4,4-. •„%,--F-_-:-.'-' '- 4-,V, '41 :'• 1 E ,, , ' ,,,, . ..,„f,,....----.::1 '511-4-.;a7LT,T--.•-,-; _ ;' I-.1 r, ...,t .-,-2.7-.1:_7.t. '.''',74''''F._-... L'i I-I ilL:-,•-.-4. ' -; ..ttil 1 ' A --..-1- „ t 4.---. _„-Tt.----A-T-7--,-7,- !!!„..... .„.„ -----,;,7---41%-,,,,::..t-,-*.11 ..-1-4,-„, -% - :.,,th..----...-,c,---4---.--2.---4.7 s.:...'th.i...,.9..-4-2, -•,_,,,....„. '7.-10.4,Z.i7.4ff . qg - rt f - 1 "--i'l 7"' ,,,,i ?-_17f'''''''---4 -'17-7;,-a-,-4 '-'ji"*'-: -., li".1 1111 :::?-?F-7'. :-. 1-.4.--' --•-:7-1.-7-:-.:="-.: TiPilth:_974-1".•=e!--r':kA--"---;-- - '---4-=---4-*---th_--"•: 4,10 :*-^"..2,- 7429.2' •••• '•-:-; ,, :.i' =,...--t, #4 .... ,,, th44 "=1 "--T-- 1 lc, _ -.,,,,, /,,, .,.,, . /_ I ! 1 4' , 1 1 00 . . mo 1 ' ''..,1 1, 1 RECtlAD 0,1ANIVS '''-.-', ,,,,i1 4,i1 h 4' 54° FORCE MAIN , *0 ,. CITY OF MIAMI BEACH,FLORIDA TS PLAN AND PROFILE MALCOLM PIRNE,INC RAY L.HART A ASSOCIATES,INC. 4.n- -- SCALES 1.112 t.•20 220, ,'•0. COKSLLTING ENVIPCOMENTAL ENGWEEPS .orc ocoo.. cow owe.FLA SEWCEORNATGREAC:LYSM70:1-.F.I0MRPnEIAMIENNS , _ - . _ ...,.... -2----i-? -..:---, a--,7- .-= . # - ----, - ..i7,1,7,,- ------Fi'l: -4r.---' ,••••.`''' • ---.17-1._--r- .• 1-:-.•' f17-'-'- .2'.--,•'!•-",-.7•"-.1--f- --- .-- - '--': r-4---„it*.-"litk:-:.".".-Ma''-1--_,::-_-'------ v! - ' :--"-:1- --,-• -E-11`?",-'F':--i-' 1 f _.,-...4....-...-i, t- ,-,1 -...---.E. i..;,..-•- ,_' .- ,,,...,-,-;" ,,,,-;;"P„.--',,:y. filf,_-77.r.; '", _...." ...'.:,,:-:if-.-7,5 :-.,,---`-:--„i, fitg,,=. 4r'T..-=-;--.--,...,1- ..r..''.-':4-:.-..-::r:Fl."--, , -- . -L-141"--ii 4-:•-,,F t---•••• - '-:-`------.- _,,,,,,:"..--"--•- ••'-'---Z:,....----", T,*. da-';7FL-it-:7-•-• .---' ..::-...i-i-,,:,--:'"*. .,,r, „. ,,„4«3411,0"-„-,..-,..!-•.,,,,;,--' ''''.E ,---itl• ..t7---.1--.4-' ..- c--- '":"."----'....'"4--• 1-42: 17:,t; '.- : '....' iti.7;i- --W-4-k-'71. _,,,,-,.,-.:--.. ..,-..-a"±".:-,".'=" - •' - ...--r"-''''''4.,.... : ' --- `'. .1-'"--7,i ..,• . --; i „- ,:,-•r4,,, ?iE „, . ,a -, ------- ' --„,-'-.'. -.-.,..1.,....,..,.., •,-.: .. L,'.2._."-S, .4...iftr.r......% .“.....----"A E-F1'ilt,' :..-7ir -- -1-t-7,,,, t-71 ' 1-,--_,-„-r-_,--',..„7.----.. ..,----,vt,..- • --g- -...,_-..4- ,4,-..--.---a----7--, -,' -- ,ff---—:.,.-1,*--- .._., 7,-,,----- _.;.,-.-:,_ 'Ff.'-i= ''T-:.---'2:1-':'-'- .:- 11:1:::-t,T--f .„,,.-..._1,-..,:i.. •,--., ,'A.,?•--'1 ',1;:-.f.Fr:'-;-,:ii,-,f.:.,..-- ,_-.--' -- .-.. ..,= _ . _ _ _ .... ...._. .,-=;--ff,-----.4'''. , .--i..---7_-_,-::: • -- ,I.,- .---.,..-qt.:;- .-. . - - Fj-..,--f,,,- ,I--w-.---„F.,-, --_ ,-..,,_-laL,_,__,.....--Ii-E-:-g4 fSiil,-Th, ' '-'4. 1?,e4,-71-.,-,ii-, --,..t..-f- „....-.,..-:,..,f11-:-..- - ..- -. - ,ir- .-!...i..,-.1=-:,' --' '---t.,,,,-:= -,_:•_-_- 'i,";.'S'-.1 --E.:- ,---,-- -41..L'''.,,,I.: .. .._,. '-'.--,„__•=ii;53:1-....„..,,..„_,-;4.'..,,- ---1 ,..c's...."-4-1,,,44--:.:7-- - . '.... - ......, -.,.._9..,"- .. ',,- '7.4, =-&-,,...--I.1------_, ,i-.,',zi....-1.1... --,....7::,,,,,f, _ __ .,., - _ ,,4,....:..... .....tee -.7.-'''.--' ''',. ...--4 —':::--.1,Fr- ,,zr,- -i'- - -,f.--- ...-:-?..",--rii, -.. -I '- -4.'..tr_:;.:('1"-F-_-.,'7:.:---- :''L-F-...:-.Y:',.r. ,.....,,,T-,,• ••,-,,... "- --,, ,,, . •t '-'t‘-'ii-÷' 4'' 4ii'-'-:1'1'2:-.-''''''' ::'- --•'1'.:'-'-i'k-rl'-C.:-.4-': - '-:-.F F-----. .--1-1t.. it ..' -,..1.. .,,F1E1.5''' ['....2ii::'.'-- -• ..s,z4f4,;}-.--1-:-71,,,f-ff±t.f-.7., .',1•1 : ',i'`" 4.." '.''''''''..$1'.1'4# ='' ' IP 1014...r .'"' 41''''::'i,, i.''' •44,47,,i,1-.:i:.:''.:-. ,,.... ' ' 1,,-:•7 -- ____,- , , ,,._, • ...,A, --2-7-7.'"4-7 ...-:,--i.f.:14.------ .--:J-:-...-fti-:-7--:. "..:,, - -- -----• --.- -.,-•. - '-:--7f5--„*.- . . ..i'-", --f-_-:4-:-;.-. •--;..1,------,----- 7.••:.-.-:= ,-,-_--., ,.„-----_-.7 , --- ..r..-7-- --..,-..ri.,-.:1.,:. ., f. , .,-,...---_..,7,-,-if z. --tvp,t. ....-6= ' ..:'- :: „., IP'''.7:".'4,.....1 =4 -,,--= 3-7.---,--_,,', -; 44'1,---1.,1,:::-..:4..-_,-,- - • r-- -, ,iii-, ';* ' .. ;...4.:1=t-'-'-• iig,'4 ..-4"7 - -ri.'-''4'4------i'liFE '-'•--t---.- J.-,:,,..---'7',.4*14-,--1"f------7---1 k..-L-Liftl --7,-;,-.. .-.. c.:1,:.., , ..-‘,-.4.:-.. _ , ..:,-- ......44s ,-,,,E.7.,. .14. ,-,-. :::::-..,.---,:'.;-- g,IP.,.1.1:*:, - i,.. -..,i- -:--- 1-•`i--',-ii-Artt..--...;:-` 4.-,'-', 'i-' ,.. —,.,., ..?„......,- --- "'•..-...".;-;" .. ...!_:,..;---.;-;-:7"-"" ' :;-----rt:•il."-Tt' -";„':',:-.1.4-',1--".;4.,:::-f",71'v.„ q lir. -.,- —--,---• ::._.--,,,_ ...,.:.::.--:-.7.7,-.t• -„,:-..4=4...."' --''''''``,"':-4:?, ,r2,4',..."-. ' ,-,, . -_, ':--7.---M r• ".-'i-i--- '"-',- , '-=....li,,f-f-FE.almirtff-'1-,. -'.--' 1- .._ . . i' . I- , 1- - 1 z) . ., _4.. , _ , *til z "4.- "+: 1. MIAMI REACH,F ,1 a 0 *ti *4 "' ' 4."'7' TY OF LORIDA 3,I+1 *;,1 ''''. .„yq ,.\\ „...,, ...a,. ...„,,,,,,,- MALCOLM PIRNIE,INC CI 7/0,_-...... RAY L.HART&ASSOCIATES,INC. „ PLAN54FORCEANDPROFILE MAIN , SE-VICEORNATGREACTSYSNTE0 2M VINITE el A MS N 1 CM.4•21. FIOMRPRC:VEMAMIENNSTS i '�.'� "" ° ro X -:sic "'?'>:".. ter--<," ., E ' tx.„ _� - c fi•« _. �? Ext 111.441 ..C' { � '.- , _ y { 'YT S' A...,..,---.--. 7_ ^L—"!' � {�' tea asp r3,+i sr" #-'m• a•<a...-. ^•�.4.z,-".4... z f trtb' _ ---'` -=. -.- -"as• '., `,rte:•,.-F..1.,,-.%.3:,6 -F.1 '-t-4.-....,-----_,,,,....-- -,—.• " -.-. "�th `» : r,7,-,--..„- -._L•_^",... ..;.5.4,..,,,,,,,,"":4,- ---,,,,,,._ Y � 'rr -t , ",„_ "" - r-,-.".."--, --..-.71,_---,z.-_'","-- ,---47--.-....,----i - ..ti fi � '';` "`"'sr1 ?,"x`^,_«w...g `'ett' .a- _ - f• x. � rr - .'I 'I` = 4 t .:' "z,��, -r�gru„ +�,- .nt,- ._..tea - 'Y�._. s". .2a. - �. 4.., r ... . '` a ,,4 mom"_" a 'sun._ - .,...,.....„ x•'+ ,!- ...._. w •�,'v-. — r} a �::�- ...L„'; �. n- -tea" "z 3 r rt .mo i ".,- t!:. _..._, ,., , c t1 Tcm �' �' .f. '�, Via;. .a . . : - --- .. _. LF' c-�-s ,�._ -��.�. . .q -- :: . �.,-.�•-�:.?= j ,, „ „„ ,---,,--, , I 5 01 I � _ —_... .ad rr FCu SAV IhGO x I,I —. <.� �` ';sa y". m- ,,,,, 2 4 l MALCOLM PIRNIE,INC. CITY Oi MIAMI BEACM,FIDRIOA 54" FORCE MAIN °"' "� " RAY L.HART B ASSOCIATES,INC. r SEWERAGE SYSTEM IMPROVEMENTS „ ca"""' ...MENTAL encnccns :1,-5:±,7---/ n - PLAN AND PROFILE CONTRACT NO.2-FORCE MAINS ....,n.i.,.., ,a..so,.o..... �,"• scuts. "oniz. zo, vent. s s�.w. •- as-a r4---,-..'-.-'-'-------P-.....--„..- 1';--J---'.-.:' ..-,1:-.: -.--.,', •• -.,*.-41:1;fJ.7' $-E• _....... --,T-• . ... .. ,. . ._.. .,,, ......- ,,.. .:,'-ii.s57. - e • -_,•• ...-. •,.. _.-.----.= -,---_-,1t, ,,,i.--„,,IF,-:,-.-,,,,•..4,-',- •.---_,J...,.„-,4, , ......„-.,.._.... , .;, ....,_ ... ..,... ,, '1i..-• 4 . . ..,.-:-...--.. ,..-. ., _,„ ,•,::41,... ,,,.: _,,.. ._ __•-• •.-. . :, p .....,- .- ,•..,_• -..,...,,, , ,,._, _ , ...,.....,„, .;.:•..",:i41.77:1111 f 'T'4."-- ,••-'-•• ._:... - . . _.., . 6 .•:. .. • ...: .._ :,':-", I., ',,,• ^,--• ,..:.-.--ii.0" ' 4- .,,,,„._ ...:,-- :..-.. - •-, .1- ....- '''._:_,-- . . .. .. . . ,.. .. .-.. . . -.:--.. ' • - . • .. - . ,.1. - .., : •. , 41,- „ .. ---,.- ,.... ....- ... ---1• --1" —— 1 , -1 '' --—— ------ --- L - —I ---—--- —' .0[--- -- — iv ,,.,:...O C,,,,,Lle Z \1.---— -'--- r:-.-:::-,-;',..:-z-- --- , , ,, - - -, , ,, , , , ..„ ... .."____ MALCOLM PIRNIE,INC. ci., CITY CE MIAMI SEACH,FLORIDA 54" FORCE MAIN RAY L.HART N ASSOCIATES,INC. SEWERAGE SYSTEM IMPROVEMENTS PLAN AND PROFILE CONTRACT NO.2-FORCE MAINS ms`s r. 11 a 1-'-• . I h I . I wr; it0 � 0 as so �...,...�, ! ao Ao—_. PLGURU:✓i1J:d(r tiOL ,, to MALCOLM PIRNIE,INC. COY OF MIAMI SEACM,FLORIOA rj 4" FORCE MAIN �1e �xx xn RAY L.MART N ASSOCIATES,INC. SYSTEM IMPROVEMENTS co"wmc E"VICONMEKALENOWEERS «f.x f.x._�ox...�..,. SEWERAGE PLAN AND PROFILE > s „S'y CONTRACT NO.2-FORCE MAINS ....,....,. .a..u..... SCALES: Holm r.2o, vcm a ;:","„'"^f'..::::, 4.-'-,_--- ."-• ',_, - 7,'‘".."' 1 „ i 10, -, i ',,,..,.:-,-,,-', ledi- 1 t 1 ... I 4--- i jr1,1 11 1- (.ii11_,:,.., , 1 r------ _4 „t, 1 ---c___ ,s I -n • • 11- 4--_L_•2---' q - . . 4, ,_._--..,_.7.__.__._....._. •1 Ile 34.ANC,LESS I 0' I 0' VALVE SETTIN0 STANDARD MANHOLE TRENCH SECTION NOT TO%YE • AIR RELEASE -- --2, •,--..P-- .-\--• ,,•;' •;')__ ', • --„,,—!- - '•• „,,,_ '"----"-•--,.. , ,•,• ,,,:e.z,,•-•-;..—,-- 1 I i--- -- I1 I%-- , •:_l— -- ---- ..„,:f,,,•:_ -!" • TYPE W. DEPT. OF TRANSPORTATION TYPE'10' CITY OF MIAMI BEACH TYPE"le. CITY OF MIAMI BEACH ,tcoR,,:,,VONGS WITHIN LIMITS OF FYREMENT AT EDGE OF PAVEMENT PAVEMENT RESTORATION NOV I'0 sc•ta -' MALCOLM PIRNIE,INC CITY OF MIAMI BEACH,FLORIOA 54" FORCE MAIN Ri•Nortp, .-..._memo R•P PmeaNa 2,_•___ RAY L HART IS ASSOCIATES,INC. i,,,..„. "...... SEWERAGE SYSTEM imPRovEMENTs STANDARD DETAILS CCNIIULTP.ENVIRCHRENDIL ENGINEERS ' ,„.0, , '''..C..•/, ' 'I. CONTRACT NO.2-FORCE MAIN .....ft........, caw..,..,,.,.. suLY As SNOWN ... .P..-• - _ ?—""-.„Affkiittlaimilma m I kleso... .n..1.v. ksPowimi n ,— §.,f..."..5.'.-.-.7:„..z..--;;:,-•:,-,- ; e, --t- - .,.. - „;•:,--;if.-.--sc-,....f.f...:- „...— __ I----, III/4 " Milf,.i."... ., --.T.---- • .1 ' gsviii=6:.-„„ 14/6eoesmAO Agillra'a.VTralliLli ,---42;42;...,.i.' ',I,.....,- CURB AND GUTTER RESTORATION ) .krA I‘ I a,iE 31-------'• RISER TYPE SERVICE CONNECTION .- .6,to SCAM EL EVAMI . . , , 7---"..,..,,..;..'''''',„,....1.",,,„„,,;;;,...,. • RELIEF SEWER AND SERVICE Mar 1,SCA, / 111:11111 1111F,_ PLAN ri , SECTION A-A - ',,, THRUST BLOCK DETAIL ,.% RECORD ORAwiNGs STA SO..•f 50-so --,:.°..•7•,,•,7r..'7..7:— MALCOLM PIRNIE,INC. ( : CITY OF IAMB BUCK FLORIDA 54" FORCE MAIN ;!. • RAY L HART ft ASSOCIATES INC. ,e) 4.4201, SEWERAGE SYSTEM IMPR -- OVEMENTS STANDARD DETAILS 11.14,-,12.ar .- COMO.ENAHONAItufrat.DOWERS CONTRACT NO.2-FORCE MAIN caw....”.H.•. SCALE AS SHOWN _ W..0.3A2,-,.055-o ,.0... PHAS ETWO> CITY OF MIAMI BEACH I DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD APPENDIX C PHOTOMETRIC ANALYSIS cc Z ----R/W LINE 0 IZI 0 5 20 Q - .GHTING PROJECT STA.io+00.00 -`F„. R/W UNE m., So 0 e, e.4 e.. jill1110111L pi! A. +00.00 °., 11TH ST. illiiiiiikib ,A .771ritirWW11-11.4'''- trI E R/W UNE K 2 O i, Q RAE UNE z �r , :, •MIAMIBEACH .Eoa "°m."°......'°"".® " �"' O..� ,�� M� NEIGHBORHOOD Na 10A/11th STREET AP tRm.gr«agrm., ®°a-- - • - n,r.0.uurm ow PUN= 11K st WOOln1RTmarr'^` PHOTOMETRICPUN gr"....:m`nir`•anagram MR..W ,Rt0. ...... ®c®[w,M:ra I ft.. rxeoimaoss ww WE MIN. MA PIT r.,/z0/1> w..>. 3,22/2011 zm.N r111 rvwww nww,c..„u.«.+r.r.a ww.n...u,w,n,Ery o...vnx. 11 0 5 20 F.K PM• s., e• a e.. �n...� D: D.• - - —T, b., D.. ..D�.� D. e. .a e. 91 _ a y --_. _--_-_1 1 ... 1, b. b !• 1., 6.i D., D.• D. 1..,.. -__s, S. .- iir TDn1.,..•�, b.w—��.a.e..b......__� --6.a 10 1..3._ 13 1 1\ m 1' b.• n, b, D.. ' Si. IITfn1.a l.a i COST ,hST. 1., `POT0000T 1.3 e. 1. i b _ems Du�.� b SD.• e., b.• a• n. D. e. e.4 b., e. r, b., D.. 1, 3.„ D �' b, '" , f • .__________=_..)_ R/W UNE e.• na:. D• i• R/W UNE e e.0 D. Me; D.. P/W UNE '✓D., S ,+�—R/W UNE LIGHTING PROJECT STA.5+37.00 POT a.a . '' a,4444i 1[T -1, lI 4,1:,[[1:: [,.' [ ;/° elMIAMIBEACH '''''''NEIGHBORHOOD� ;..m.�,......,,,...�..... -.�d �_ No.NOS/NNN SfREEf •.x-PLANT.0. k.,p.w.wawP o.�.t eco.anays o.wNm 0� .a........ man wowovu...a.. ""F: PHOTOMETRIC - .•...,...,noi„ .�..•-,o.L-,e.... ..m...dv..w...w..�. o.1.s� ..y. .n®..I.. do ,Tmmn Dm.,....,,«..a*MI,,Wove-l..ro..nw.no.n„morovw o•..v... 1.1 0 5 m —_--------, —= Felt 'Agr d•-. r....R/N LNE b., 1.3 1.. N. a. .• ., . R/W LIN& b, i, L _., —., .1 i., • 1.• e. a., e.• .• p, 1• • lc e.. :. h• - b• ba - ya y • , t, p. 1.3 la .. __ i t., e., fi e., s 1.3 1.• 0 1., 1 i y y., T, a, b 14 JoNST.inn sr. s, t d e., 16 i.• a, ea s•e W� e Q, y, W 1, ye.a e.. 1.1 y., b.a h G be., e., 1., y, 1, L. .. Wy, I.,• e.e ei b + • e.I,jav1.4 a . e•.- _ L. a - s.. J e.. e.i., • b.• e.. n.. 1., b.a a, t.. 1..\i., f - - R/W UME—/ RAY LINE ., e.. m.a L; " OW LINE—I N LIGHTING PROJECT STA.5+35.00 POT+00.., r,VLI L .d, i 1 af,. gym+ mMIAMIBMCH '''''1":1;1110 �"!"""°"""®Gramm �.. em�l PLAN,. D ' BORHOOD Na 1011111E STREET wp 771• b. imam MIYICMMMp DEPARTMENT"^`' ^ Lerl.rlArsw amperage w,v..mwr. rNe____ ' w��-'••R PHOTOMETRIC PIAN 1a•c na aa. rw,an el.. rr - u•n✓. .1122/2011291.19or mr.✓.+.✓nem,✓.cel„lw�.x,sr.arM•!✓✓.mrmnu.lr.,.eq gbvnaee LIMITS OF LIGHTING PROJECT11 STA.19+13.61 0 S 10 Feet b I.. t, t., t., „ y �e.. 1 t.. 18.., 1. CONST. ST. D.. 19 1.J7 ,, e..77TH ST. I L. 1., ¢ �� 136.3042.E --__ y° ..o w .. p.. S., ,� ' S.. 1., \POT♦I0.00 e.p n.. e.r D., ID., 1., i.. D.r 1.. . 1., i.a 1‘. W , -- D.. b. p.. I. 1.. 1.. b 1— - D.. L, b.e D.r- I. n I e.. NAV LIN —� E NIW LINE D. A. 10 D. I.,_. N C 1., I. 2 tl i. 0.. U 1. D. Jo vl li/W LINE BEGIN LIGHTING PROJECT STA 5+35.00 t. ><,tl 'Si'i,, elMIAMIBEACH „ MJO MODEM°,..°"'.,"�""� .E - DON µNE�OHBORH000 No.tOAIIItlI STREET APawab_,•o e10•®• '� •UUUC WORKS DEMIMIEIR I .PHOTOMETRIC P1.0 .M.. aneaNe,.euxww�n..iana . ec.e saom arnnaFa .urs .sar. +aw,c OM 3/20/17 �` -m.�.r Nap.... 9.1.20n 19,.,0 r.w..... Irmo,.e II -5 OF ..m,.re..numi...Par.. W 9. F R/W UNE O® R/W UNE U Fa% LIMITS OF LIGHTING PROJECT STA.50+00.00 R/W UNE R/W UNE fir" ` 1.-----_____.1 j--- �i \ �� ,. M POT.30.00 11 h 16 I.. e.w AL!„ e.. R/W UNE J - RAT UNE W Q R/W UNE-11 R/W UNE U 0 Ni L t'l i� 1. 1E .' EaNNa0 "� ..® �•MAMI BEACH EIEORROODN>10A/,tRRTREEf AP=" ,u, e 4 MI. -' = E rusue wanks DEPARTMENT Fw, y` ,, .. wcPROOMERIC PN ..® 666. 3/20/1, eine L °n ` POWs. 3.22„0„ :.3,0..,......,.......rs.a„ ;t.,..d. m,..0...M.. MATCH LINE STA.6+6I A, , ] 1. s.j D. t. t.' °. Y, ro. D.. a. Q R/W SINE 0 5 20 S. D 1.. ..as t. I. Feet VI R/W UNE z 2 0 R/W UNE -� ° .:..] ]., 1., 1.. ]..-:1 " A.Y_A. R/W UNE a.4 OA D..` a. .,-a, -i.r e: h ti 4aloxsr.inn SY. tJ H ST.,, SI t_, 1 D. , e, e. • I. e.2 t., t.. 1.. ,•�, t.6 t., t.. D. ro.. °.,1ITH sr, e.. D. 53 k. I S., 1., I. a S. t., 1.4 s,I]., 14 1, 1, �. _ b., 1.6 of 2.' ,n s' S'' ., to n, a> a. Y D W S 1.. ., ., • t, t. 1., t, 3, t. l., 1., 1 ° ro b.. ° ° 1. ], 1. t, r t 12. 1.. 1.. • la °s .0 1.a • D� b — ..... -_ _�- 0. D. Y ],�]+ 5, ]a I _ W UNER/W UNE-1 > 1.2 pr W R/W UNE J ' b a b.+�b.• n 5.5 1., D, 1, e., 1 `` R/W UNE BEGIN LIGHTING PROJECT z STA 5+20.00 z W d viiry b, 6• 5., D..4 ro, ilk '.T 400.00 fi tLI- (I MATCH LINE STA.5+02 1'4,4' 4'1 VI al MIAMI BEACH r�NEIGHBORHOOD Na 10A 111th STREET w�®ab'ee°'�eM�Y��onr,.]we�.,wsr= anima,OF vom,a�sac ; _PIANLIDS oa PUBLIC wawoeP TM1I�r" PHOTOMETRIC /N. �'�"'a,.�ee,:..a.�oee..� —�mtl�e.c.�', ••�- — wwww ea un .e.]non, - .o ewe ...,.. vmm,. ,<,....,,.... ...r.,.�n.,,~z...f��w•..,w••�.w..,r.,M.ero a..v�.,. o s sa FM END LIGHTING PROJECT STA 55+25.00 p� RM UNE Y O �s 1.1� b, O e, . L e. ems- e.. e 4 M e . t 1014.11k ¢ODN .,' sr , se, D' e6 11TH ST.'. S,., ,.P l=m to 1.0 a.. i. D• e.. t. e.. (CONST.DM St J + L, 1a 2 e.- s _ .---. " _-- - 5. __ J `_ \nM NE J +$#'Z .owaw.000. ryr' .310.01210.1100327— ff� . FY12113 •MIAMIBEACHNEIGHBORHOOD NG 1 M 511th STREET w" rn-.�.a�nW.�..n"�."' mom Rowse .w�23303207.oev moue w001{i D P*RTMBMT""E PHOTOMETRIC PIAN -4m`.L�"""aneo®e wo/4.w,r.nasa' �...—^ ti.^�:a 3 rrrs— ... .13.011 — omwesowrrx�. 'ours .ram NIINN. MO,wa 0.3/20n7 mons 3/22/2011 }Wu Pie.1•Orrho...p,w,a....u.n.si......'.r eb,mmnavv T.....w... MATCH LINE STA.54-02 h ' 0 5 20 FM Y fai PAP trAM02,1000 I A M I' E'`C H flw NEIGNBORH000 No.1a/111h STREET w� �R`���on000mm CIPMCILIR E - 'WC"' FY Mom eux o moue WORKS DDUK lIR"^F' PNOTOMETRIC PLAN ^ ��vnmmew�iismr, swm[wmC><a we �cx �.�.- �'^ cie xq o n IeV Uma/xc/,.1 Oa.L-9 OF I., •e tie. 3/32/20.13 2,2113 nx 1,401,6al nyu+n[x!It nnsec41 ,tleighbrhmeJlpiel,Eng or.vnr. 11 0 s 20 Fee ui Q 2 a 2 • HTING PROJECT .00.00 RAY LINE STA.6+79.00 • MATCH LINE STA.6+61 "■kt ; mMIAMIBEACH ENEIOHBORINMONo.1OM1HNSTREET Ap °�°�•"'�"O1YYYY°AGisnIEGiCae �'E ��•�a moue wow oo*TMENT nom_ PHOTOMETRIC PLAN `,.{e'�"' .d.. .xiwe ..; _ ....�-� •...— FLAMINGO PARK NLIUI IL3ORI loo d CITY OF MIAMI BEACH1 RFP NO.: 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD. DAVID MANCINI &SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS 1 ■ � �� � `►' 11111 ., / -' 1yam L„4.., ''�'' 4 �. ` f ffley : .....,/ ',„ ' ''' ;j is ;.i , , , 0. I ^ti"'__._ - 1 0, ,'9"'.• +1 • _• � ,''' -- ' - 1`' 1x7,1 , * , . .a V " 5 ' ,� i . 11 N a--,.,.. JEFFERSON AVENUE '-t _ Pi.. — Ale' , --morrgiiroamomi+-,....... k. • ..• , N Jam,,,.. ..-, . ,.. �• fig.. , .,,.. ‘1., 1-P.,,, - . „rCf 1. NU:Ap -44414, "ar�`3% '* �.. 4ga �tl _rte 'V'., ,i, `y 1 -' 1ti alCITY OF MIAMI BEACH I RFP NO.: 2016-205-KB FLAMINGO PARK NEIGHBORHOOD DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD DAVID MANCINI&SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS DMSI DAVID MANCINI SONS, INC Mrs. Kristy Bada October 31, 2016 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Re: RFP No. 2016-205-KB. Design-Build Services for Right-of-Way Infrastructure Improvement Program for Flamingo Park Neighborhood. Dear Mrs. Bada and Evaluation Committee Members: The DMSI/APCTE Team is pleased to submit this proposal in response to the referenced solicitation. Our team brings distinct qualifications and experience that you will find included in the List of Similar Projects Experience and Qualifications. Our team has successfully completed more design-build neighborhood projects for the City of Miami Beach than any other team competing for this solicitation. We have assembled an integrated Team of locally South Florida Headquarter Firms fully committed to successfully deliver this project on time and within budget. We realize the positive steps the City is taking to mitigate the effects of sea level rise. To accomplish this task, the City requires a technically proficient and committed partner with extensive experience delivering complex design- build projects from conception to completion. Such a partner must be familiar with roadway projects that include harmonization design treatment to private properties due to grade differential between proposed and existing grade elevations. The DMSI/APCTE is that partner; we are proficient in the delivery of those services. Most importantly, our team has not been assembled for the convenience of this RFP, but include long standing, tenured, local resources and proven records in successfully delivering intricate construction projects. Our in-depth understanding of the City's roadway work, utility installation, capability in extensive public outreach and utility coordination tied to our unmatched technical experience facilitates a streamlined approach to delivering an efficient and reliable public infrastructure system to prevent property damage and inconvenience from flooding conditions. The DMSI/APCTE Team recognizes the uniqueness of the City of Miami Beach and the urgency of completing projects in a timely fashion. We will perform this work with the main goal of minimizing impacts on residents and vehicular traffic, specifically during international events such as Art Basel, the Boat Show and the Wine and Food Festival. We have proved to successfully meet these exact challenges, while providing an excellent safety record. Experience on projects like the 11th Street roadway construction from Jefferson Avenue to Euclid Avenue and the deep shaft construction for stormwater and flood mitigation pump stations along 10th and 14th Streets in the City, illustrates DMSI/APCTE's Team commitment to surpass expectations. Early this year, the DMSI/APCTE Design/Build Team established a World's record, when completed the successful horizontal directional drill (HDD) installation of about 3,300 LF of a 54-inch HDPE force main along Euclid Avenue from 11th Street to just north of 5th Street. These three projects, just to name a few, are a testimony of our Team unmatched qualifications and dedication to deliver excellence. We are committed to successfully delivering this project to the City and look forward to your positive response to advance our Team to the Phase II of this important solicitation and the opportunity, once again to work with your staff. Since/e)//, ;,•„cmi,president LSICiISI A ::) Atos a c.f., President APCTE 1939 NW 40th Ct.Pompano Beach,FL 33064 1210 Washington Ave.#250 Miami Beach,FL 33139 Ph:954-977-3556 Fax:954-977-2040 Ph:305-532-8827 Fax:305-532-8835 D W n O a TAB 1 LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS FLAMINGO PARK NEIGHBORHOOD COVER LETTER NAME OF PROPOSER: David Mancini and Sons, Inc. (DMSI) ADDRESS OF SUBMITTING PROPOSER: 1210 Washington Avenue, Suite 250 Miami Beach, Florida 33139 EMAIL ADDRESS OF SUBMITTING PROPOSER: dmancini@dmsi.co clazzari@dmsi.co PHONE NUMBER AND FACSIMILE NUMBER FOR SUBMITTING PROPOSER: PHONE : (305) 532-8827 FAX: (305) 532-8835 FEDERAL TAX IDENTIFICATION FOR SUBMITTING PROPOSER: FEIN # 27-3716806 DECLARATION REGARDING COMPANY ORGANIZATION: David Mancini and Sons, Inc. (DMSI) is a Corporation in the State of Florida SIGNATURE OF AN OFFICER OF THE SUBMITTING PROPOSER: t--' PRINTED NAME OF THE AUTHORIZED SIGNED OFFICER: DAVID A. MANCINI TITLE OF THE AUTHORIZED SIGNING OFFICER: President DATE OF SIGNATURE October 31st, 2016 TABLE OF CONTENTS • TAB 1- COVER LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS 1.1 Cover Letter and Table of Contents 1.2 Response Certification,Questionnaire & Requirements Affidavit(Appendix A) 1.3 Minimum Qualifications Requirements 1.3.1 Request for Qualification Similar Experience • TAB 2-PROJECT TEAM 2.1 Organizational Chart 2.2 Key Personnel 2.3 Resumes 2.4 Evidence of Prior Working Experience 2.5 Other- DMSI Past Performance • TAB 3- D/B FIRM (PRIME PROPOSAL) EXPERIENCE &QUALIFICATIONS 3.1 DMSI Information 3.2 DMSI List of Similar Experience and Qualifications 3.3 DMSI Relevant Experience 3.4 DMSI Safety Record 3.5 DMSI Dun & Bradstreet Supplier Qualifier Report 3.6 DMSI Insurance 3.7 Minority/Women-Owned Business Enterprise(MWBE)or Small/ Disadvantaged Business Enterprise(S/DBE) • TAB 4- LEAD DESIGNER EXPERIENCE &QUALIFICATIONS 4.1 APCTE Information 4.2 APCTE's List of Similar Experience &Qualifications 4.3 APCTE Florida Registration 4.4 APCTE Relevant Experience Solicitation No: Solicitation Title: 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD 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: DAVID MANCINI & SONS INC. No of Years in Business: No of Years in Business Locally: 6 YEARS 30 YEARS OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: RIC-MAN INTERNATIONAL FIRM PRIMARY ADDRESS(HEADQUARTERS): 1210 WASHINGTON AVE#250 CITY: MIAMI RFACH STATE: ZIP CODE: FL 33139 TELEPHONE NO.: 305-532-8827 TOLL FREE NO.: FAX NO.: 305-532-8825 FIRM LOCAL ADDRESS: 1210 WASHINGTON AVE#250 CITY: MIAMI RFACH STATE: ZIP CODE: Fl 33139 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: DAVID MANCINI ACCOUNT REP TELEPHONE NO.: 305-532-8827 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: clazzaricc dmsi.co: dmancini(a'�dmsi.co FEDERAL TAX IDENTIFICATION NO.: 27-3716806 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 2016-205-KB 24 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 SEE ATTACHED APPENDIX A QUESTIONNAIRE RESPONSES 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 public sector agency? YES x 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 APPENDIX A QUESTIONNAIRE RESPONSES 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 APPENDIX A QUESTIONNAIRE RESPONSES RFP 2016-205-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? 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 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/procurement/. RFP 2016-205-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. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion,sex, intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi. as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. 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 t ; 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 2016-205-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 2016-205-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. II , 11111 Name of Propcser's Autnorzed Representative: Title of Proposer's Authorized Representative: DAVID MANCINI PRESIDENT Signature. • •••s= •orized Representative: Date: ire '2/� —�— i/ ( EP' State of FLORIDA ) On this A' day of Avl usi 20 t 6personally appeared before me paved tMncinl who County of NI i n rvt i p tic stated that (s)he is the 17,te S I d FVlt of M SI , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledge instrumen : .- its voluntary act and deed.Before me: ELIZABETH CELEIRO Notary Public for the State of Florida 4it .1 f. Notary Public-State of Florida My Commission Expires: -i 13 j 2 G I � . ;; Commission 0 FF 220066 � � My Comm.Expires Apr 13.2019 'a•N•.na•''' Banded through National Notary Assn. RFP 2016-166-KB 29 DMS- DAVID MANCINI SONS, INC RFP NO. 2016-166-KB DESIGN/BUILD SERVICES FOR RIGHT-OF-WAY INFRASTRUCTURE APPENDIX A-CONFLICT OF INTEREST SUBMITTAL REQUIREMENT: Bidders 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. Bidders 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 Bidder entity or any of its affiliates. DMSI is 100% owned by David Mancini. No officers, directors, agents or immediate family members of DMSI are employees of the City of Miami Beach. No employees of the City of Miami Beach own any percentage of DMSI. APPENDIX A - VENDOR CAMPAIGN CONTRIBUTIONS 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. DMSI-No contributions made directly or indirectly of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach APCTE- No contributions made directly or indirectly of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach Media Relations Group-No contributions made directly or indirectly of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach FR Aleman &Associates, Inc. - No contributions made directly or indirectly of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach Rosenberg Gardner Design- No contributions made directly or indirectly of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach Universal Engineering Sciences, Inc. - No contributions made directly or indirectly of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach APPENDIX A -CODE OF BUSINESS ETHICS DMSI will adopt, as required by ordinance,the City of Miami Beach Code of Ethics. Since ;I. � / (��__.____� D. . ' .ncini, President DMSI 1939 NW 40`h Ct.Pompano Beach,FL 33064 1210 Washington Ave.#250 Miami Beach,FL 33139 Ph:954-977-3556 Fax:954-977-2040 Ph:305-532-8827 Fax:305-532-8835 1.3 MINIMUM QUALIFICATIONS REQUIREMENTS 1.x.1 REQUEST FOR QUALIFICATIONS SIMILAR EXPERIENCE CITY OF MIAMI BEACH(DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD LICENSES AND CERTIFICATIONS DAVID MANCINI AND SONS, INC. 1210 WASHINGTON AVE.,SUITE 250,MIAMI BEACH,FL 33139 OFFICE:305-532-8827 I FAX: 305-532-8835 I WWW.DMSI.COM LICENSES AND CERTIFICATIONS DAVID MANCINI AND SONS, INC. .111111111. State of Florida Department of State I certify from the records of this office that DAVID MANCINI& SONS, INC. is a corporation organized under the laws of the State of Florida, filed on October 20, 2010, effective October 20, 2010. The document number of this corporation is P10000086044. I further certify that said corporation has paid all fees due this office through December 31, 2016,that its most recent annual report/uniform business report was filed on January 26, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal ofthe State of Florida atTallaha.ssee,the Capital,this the Twenty-sixth day offanuary, 2016 2. lv' "• 0#". f `* Secretary of State Tracking Number:CC806267587 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https: LICENSES AND CERTIFICATIONS DAVID MANCINI AND SONS, INC. •.. FD OT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY May 3, 2016 DAVID MANCINI & SONS, INC. 1939 NW 40TH CT POMPANO BEACH FL 33064 RE: CERTIFICATE OF QUALIFICATION Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2017. However, the new application is due 4/30/2017. In accordance with 5.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: https://www3.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, MINOR BRIDGES, UNDERGROUND UTILITY (WATER & SEWER) , PUMPS STATIONS AND DIRECTIONAL DRILLING Please be advised the Department of Transportation has considered your company's qualification in all work classes requested. We have evaluated your company's organization, management, work experience, work performance and adequacy of equipment as directed by section 14-22.003, Florida Administrative Code. Based on this evaluation, the Department is not able, at this time, to prequalify your company for the work classes: ELECTRICAL WORK. You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041 (3) , Florida Administrative Code (F.A.C.) , by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. www.dot.state.fl.us DAVID MANCINI AND SONS, INC. III LICENSES AND CERTIFICATIONS DAVID MANCINI AND SONS, INC. Miami-Dade County i I__ - DA®E Internal Services Department • Statement.of Technical Gertifcutkm Categories Firm: DAVID MANC:NI& INC 121C We5hirLrcr Avenue S,,iite 7,50 Mn'aCaa�it,FL 33139 CATEGORY APPROVAL =XPIR.A.TION NO G,4TEGORY DESCRIPTInh DATE DATE 13...;r; WATER AND GAN;TARY SEWER SYSTEMS-WATER DISTRIBUTION AND :1.'3112S17 SANT—ARY RF7kAIAGF.,^.QLLEC—ION AND TRANSrs1:S3'ON!SYSTEMS I"a.0C GFNFRAI.CIVII.FNGINFF31Ni= 3A12015 3131;2017 17.CG ENGINEERING CONSTRUCTION MANAGEMENT 3.42015 3.,14,'2017 /1 am C lf7`Pti Lana Moorey.P.E.,C•i.irpe•sun I'=rhnle3l CertItThatirn Committee DAVID MANCINI AND SONS,INC. 14 LICENSES AND CERTIFICATIONS DAVID MANCINI AND SONS, INC. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD *' LICENSE NUMBER *:1 CUC044220 The UNDERGROUND UTILITY&EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date AUG 31,2018 ❑ it J ❑ MANCINI, DAVID A ti � A DAVID MANCINI&SONS, INC. ice. 1939 NW40TH CT POMPANO BEACH FL 33064 + ;o ISSUED: 06/15/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1606150001538 THE sox*cm THIS OOIXIMBMT COMTAR1S A WATERMARK .. CITY OF MIAMI BEACH CERTIFICATE OF USE,ANNUAL FIRE FEE,AND BUSINESS TAX RECEIPT I Y57 Cs=rrerann Gouty Dom' W Mt MAW' F1o,d.4 33135-181 �✓ ^VSDMANCIA SONS' N #e !Mt bar�tH p . 09610, A k66,64166•:Vifribbe Ab(ebbe to 4130 OKI SoLAKK°t.Rab:pt TRADE ADDRESS:IVO WASMRR3TON AVE.STE 250 Cad C.5ao M eavINTA#.atton. ,•AVAAN34 Noe RAKER"'X Ateot burltl Rm abbe iCbbb5 76,VCr676 Cf N:M.4.TIPC` ;ka 664 taae ar^biba s§Ra CO*Gk#Mbb doM tb.66.66/661e Citi 666,66 bbn.a'POW Web applba6N b Icaenbrbsarsbess. 66666_11 Ibbb#d 00080 bib Wwwoo a msnlpaa Rowe 1'J M'e/be#M`b,vibtba be Coo o proper a1Aea'.vo srd =ctagt am m'3m#;Perla be ame,14 a(746 nor(ENRON -bibrbb$KfromottiNo CERIVECATE GA 119E - Kq SCAAAE KDt72AGE 133(! DVVCALKINS 1333 Cute Camouit FROM . 1 Y OF 5 0AMt BEACH CONVENT/ON CE`.-:.@: -_ t 1 ,(a n3 4r,AM'REACH.Et.331T4 I DAVID MANC640 d SONS.tNC 1210 WASHINGTON AVE,STE 250 ARAM!REACH,FL.531594557 I6#II.NII,,II II.I.I.atinl.Ilu.I,I,i, II,Ixi DAVID MANCINI AND SONS, INC. IIII CITY OF MIAMI BEACH I DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. 1210 WASHINGTON AVE.,SUITE 250,MIAMI BEACH,FL 33139 OFFICE:305-532-8827 I FAX: 305-532-8835 I WWW.DMSI.COM SIMILAR PROJECT EXPERIENCE = DAVID MANCINI AND SONS, INC. IIIIIIIIIIIIM PROJECT NAME: D-B SERVICES FOR 11TH STREET ROADWAY RECONSTRUCTION CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Lead Contractor z Igor Vassiliev START I COMPLETION DATE May 2016-On-Going v Phone No.: (305)546-5891 a email:igorvassiliev@miamibeachfl. INITIAL CONTRACT AMOUNT $6.7 million o gov 0 FINAL CONTRACT AMOUNT On-Going i' PROJECT LOCATION 11th Street roadway reconstruction from Jefferson Avenue to Euclid Avenue. SCOPE OF WORK Prepared construction documents (plans and specifications)for the following improvements: Develop new typical section and roadway reconstruction plans along 11th Street from west of - ,�`' `f Jefferson Avenue to east of Euclid Avenue, new 54-inch Force ~ '-r r -r �` Main, new 30-inch sanitary gravity sewer, upgrade to existing i " pump station No. 1,new drainage system,water main upgrades, .` 1 - , _ new decorative lighting system, replacement of existing span 1 wire to mast arm signalized intersections at Meridian Avenue ,, L and Euclid Avenue, landscape and irrigation upgrades, update "" - :,, signing and pavement markings.Also responsible for the office .. ' "11 = ... administration construction progress activities related to the con- s- '. ` r' struction of this right-of-way improvement project. Some of the F. =a _-_ \,* y k . construction management services provided for this project in- ' --" • : - _.... ‘ -- cluded:Weekly construction meeting; Perform all shop drawing " aAli ',- program functions; Respond to request for information (RFI's); >, , Illi% 4 \, 110. Evaluate Request for changes to project schedules; Contract a documents clarifications; Inspect MOT operations; and Review 4 - track and maintain construction schedules. Extensive utility co i""' ordination was perfomred. This project includes harmonization - i design treatments to properties due to grade differential be- ¢o, o tween the proposed and existing grades. w ft , It DMSI ROLE: LEAD CONSTRUCTOR APCTE ROLE: LEAD DESIGNER -70 KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti(Construction Superintendent), lighting, curb and gutter, asphalt pavement, ADA compliance, Fabio Angarita(Construction Manager) hardscape, gravity drainage wells, sanitary sewer capacity im- provements,etc. DAVID MANCINI AND SONS,INC. 17 SIMILAR PROJECT EXPERIENCE ,iiiimi��' DAVID MANCINI AND SONS, INC. 1.11111111.1111111 PROJECT NAME: D-B SERVICES FOR NEIGHBORHOOD NO. 1 -BISCAYNE POINT/BISCAYNE BEACH CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Lead Contractor z Carla Dixon START I COMPLETION DATE March 2013-March 2016 F Phone No.: (305)566-3462 a Fax No.: (305)673-7073 INITIAL CONTRACT AMOUNT $11.2 million o email:carladixon@miamibeachfl.gov FINAL CONTRACT AMOUNT $11.2 million 0 PROJECT LOCATION Biscayne Point Neighborhood"North Beach"area is bounded by Stillwater Drive to the north, Biscayne Point Island to the south, and Biscayne Beach to the east, City of Miami Beach, Florida PROJECT DESCRIPTION This Design-Build Neighborhood Improvement Project in- �.1111 cluded extensive underground utility construction of over 24,000 linear feet of 8" to 16" DIP Water Main as well as --- .� .4 deep shaft construction for the installation of a drainage --- * t pump station.The project also required pipe tapping at sev , eral locations to tie-in the new watermain.The project also ,- ` included a storm water collection system consisting of over 8,500 LF of drainage collection from 18" to 48" Diameter, ,,, r_- over 1,000 LF of 24"PVC drainage and 6 drainage injection • wells. Site concrete work consisted of new curb and gutter, ; :` "" sidewalk and landscaping.Limits of excavation for the pipe '- : and structures varied in depth from 5ft to 20ft, and dewa- - '� ` tering of the trenches via pumps was utilized as the water , 1t `' ` ' table began about 2-3 feet below ground surface. Due to k4„,..._ o -. Sea level rise,flooding and a new drainage design criteria, ...z-- '_.ami „; ; the City of Miami Beach added additional scope of work to ... -' - the original contract to meet today's standards.Shafts con- structed to install pump station structures, complete open .- cut operation was completed by DMSI. Extensive public outreach was performed to maintain all operations. Com- , , prehensive utility coordination was conducted. M T ENGINEER OF RECORD FOR THIS DESIGN BUILD - � -, PROJECT WAS APCTE. , - KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which included David Mancini(Principal/Senior Project Manager), installation of watermain upgrades, lighting,curb and gutter,as- Nelson Liberti(Construction Superintendent) phalt pavement, ADA compliance, hardscape, gravity drainage wells, landscape and irrigation,etc. DAVID MANCINI AND SONS,INC. 18 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: SUNSET ISLAND I&II NEIGHBORHOOD IMPROVEMENT PROJECT CLIENT NAME City of Miami Beach, CIP Office DMSI ROLE Lead Contractor Z Edward Baldie Phone No.: (954)663-2337 START�COMPLETION DATE August 2011 -January 2014 14-;a Fax No.:(305)673-7073 INITIAL CONTRACT AMOUNT $6.1 million z email:edwardbaldie@miamibeachfl. o gov FINAL CONTRACT AMOUNT $6.1 million PROJECT LOCATION Sunset Island I and II,City of Miami Beach, Florida PROJECT DESCRIPTION This Project included the installation of 10,800 linear feet of a new 8-inch water main and 23,000 square yards of road reconstruction, drainage improvements including+/-215 structures, 9,578 linear feet of 15-inch to 24-inch drainage pipe,with limits for the pipe and structure excavation varying in depth from 5 to 12 feet,dewatering of trenches via pumps were utilized.The water main installation in this neighborhood also included 86 rear water services relocations. Lighting, landscaping, and hardscape improvements throughout. This project also required major utility relocation coordination efforts which 1 " were in conflict with much of the water ,9" �= 4 Aki ► . main and drainage installations. Con- struction had to accommodate all of the needs of the residents. Extensive Pub- , lic Outreach was performed in order tor . .w;: maintain all operations. - w. Pr s- '� T � +per": 7 ,l9au; e • '�^ KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which included David Mancini (Principal/Senior Project Manager), roadway reconstruction,installation of water main upgrades,wa- Nelson Liberti(Construction Superintendent) ter meter relocations, lighting, valley gutter, asphalt pavement, hardscape,drainage wells, landscape and irrigation,etc. DAVID MANCINI AND SONS,INC. 19 SIMILAR PROJECT EXPERIENCE 010 .....„ DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR CRESPI BOULEVARD CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Lead Contractor z Bruce Mowry, P.E. START I COMPLETION DATE November 2014-January 2016 I- Phone No.: (786)759-8941 email:BruceMowry@miamibeachfl. INITIAL CONTRACT AMOUNT $3.5 million o goy FINAL CONTRACT AMOUNT $4.1 million PROJECT LOCATION Crespi Boulevard, City of Miami Beach, Florida PROJECT DESCRIPTION Removed 55 LF of existing seawall and constructed a new seawall as part of the Crespi Boulevard Project. DMSI also installed rip-rap rubble as required by the DRER and USACOE permit requirements. The new seawall was 15' in depth will be raised in efforts to account for future sea level rises. The proposed seawall is intended to have a top elevation of 5.50 Ft. NAVD consists of the installation of the proposed collection system which will include 23 proposed inlets, 13 manholes, and 2,370 LF of drainage lines installed along Crespi Boulevard from Hawthorne Avenue to 84 Street. The proposed collection system will mitigate storm water runoff to a new proposed pump station and water quality system. Proposed pump station and proposed 8-ft x 4-ft box culvert discharge connection with manatee grate will be installed in-place of the existing 18"outfall located at the east side of Crespi Boulevard/81 Street intersections. ,. 1 Min 3 111-11 ENGINEER OF RECORD FOR THIS DESIGN >.: II" 11111 ' 4, - it BUILD PROJECT WAS APCTE FOR THE i `" I oir f PUMP STATION , arm ,.',+{ , - ' —4444i.,-,,,4, *fizAato , ii.,,,oil --'4.1,, . ---* a . . -, # 7 s� g s ` . ' � ' � ° KEY PERSONNEL CONSTRUCTION DISCIPLINES David Mancini (Principal/Senior Project Manager), Project was a right of way improvement project, which included Nelson Liberti(Construction Superintendent) installation of pump station, seawall, landscape and irrigation, etc. DAVID MANCINI AND SONS, INC. 20 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR NEW SEAWALL AT DADE BLVD.AND ALTON ROAD CLIENT NAME Florida Department of Transportation District 6 DMSI ROLE Sub-Contractor John Bolton, P.E. START I COMPLETION DATE March 2013-November 2015 a Phone No.: (305)216-27477 INITIAL CONTRACT AMOUNT $9,575,000 z email:jbolton@BPAMiami.com O FINAL CONTRACT AMOUNT $13,115,000(Total project) l$125,000(Seawall) PROJECT LOCATION Alton Road Improvements Project,City of Miami Beach, Florida PROJECT DESCRIPTION Removed existing seawall and constructed a new seawall at Dade Boulevard and Alton Road as part of the Alton Road Im- provements Project. DMSI also installed rubble rip-rap as required by the DRER and USACOE permit requirements. } ma ligg ' .. j,^* • .. ss �. _.'*r.-.n.�.:ars+-,,..""`•— - ._....� ..�--. -mow ... ...,..�....«,- ate. ,. _m.. ., ..., ..... KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal/Senior Project Manager), ed roadway reconstruction, installation of watermain upgrades, Nelson Liberti(Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, pump stations, seawall, landscape and irrigation, etc. DAVID MANCINI AND SONS,INC. 21 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. .PROJECT NAME: D-B SERVICES FOR NEW SEAWALL AT WEST AVENUE AND 5TH STREET CLIENT NAME Florida Department of Transportation District 6 0 DMSI ROLE Sub-Contractor u_ Enrique Tamayo, P.E. START I COMPLETION DATE March 2013-November 2015 lo Phone No.: (786)999-9671 email:Enrique@Tamayoengineer- INITIAL CONTRACT AMOUNT $10,805,000 o ing.com FINAL CONTRACT AMOUNT $13,115,000(Total project) 1 $125,000 (Seawall) PROJECT LOCATION Alton Road Improvements Project, City of Miami Beach, Florida PROJECT DESCRIPTION Removed existing seawall and constructed a new seawall at West Avenue and 5th Street as part of the Alton Road Improve- ments Project. DMSI also installed rip-rap rubble as required by the DRER permit requirements. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS itf . I IX •anr / ,.- '', , u : i i . IL -4.-\,.:.la o t t-v-,-, — =-....-:- I -7777 .. , : : 7,, irtilk .n... .. ,i` , a mt i 5 KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini (Principal/Senior Project Manager), ed roadway reconstruction, installation of watermain upgrades, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, pump stations, seawall, landscape and irrigation, etc. DAVID MANCINI AND SONS, INC. 22 SIMILAR PROJECT EXPERIENCE /'--- DAVID MANCINI AND SONS, INC. .PROJECT NAME: SWEETWATER STORM WATER IMPROVEMENT PHASE IIB SOUTH PROJECT CLIENT NAME City of Sweetwater 0 DMSI ROLE Lead Contractor z Eric Gomez, P.E. START I COMPLETION DATE March 2013-May 2014 6— Phone No.: (305)221-0411 INITIAL CONTRACT AMOUNT $2,508,140 Z Fax No.: (305)223-1270 0 email:EGomez@egscfl.com o FINAL CONTRACT AMOUNT $2,508,140 PROJECT LOCATION City of Sweetwater, Florida PROJECT DESCRIPTION Project consisted of installing 5,000 LF of a new 18"-72" drainage pipe, drainage improvements including 45 +1-structures, a weir structure, a downstream defender 2 endwalls and about 1,000 LF of 30"-54" Storm Sewer force main. The construction of a storm sewer pump station with three(3)-28 HP-5500 GPM submergible pumps.Construction had to contend with accommodating the needs of the residents. I , 7 , x" t. fab J t '" ! j . '�� `I $a Y ' - „ ry SKS - .+� l , - ',"1` "'" \'MO"' F a �_ '„ 4. r n u rV 4, % "„1 ;.te r.�r "4:t_vr . ty�. W ,.. x t 4 t , : F '-__ 7,11V,1111111 IFJ[moi ! ,...u.. ...rr..' '.\ KEY PERSONNEL CONSTRUCTION DISCIPLINES David Mancini(Principal/Senior Project Manager), Project was a drainage improvement project, which included Nelson Liberti(Construction Superintendent) roadway restoration, installation of new drainage pipes and structures, pump stations,force main construction, etc. DAVID MANCINI AND SONS,INC. 23 SIMILAR PROJECT EXPERIENCE /"'-"-- DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR WASHINGTON AVENUE PHASE II, IV,AND V CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE March 2004-September 2006 6— Phone No.: (305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $16.7 million email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $31.0 million c� PROJECT LOCATION Washington Avenue from 5th Street to Lincoln Road, Miami Beach, Florida PROJECT DESCRIPTION The project included the following improvements: milling & resurfacing, new gravity drainage wells,sanitary sewer capacity improvements which consist of - pipe/manhole up-sizing,water main upgrades,relocation of water meters/me- x� ter boxes,new decorative lighting system,landscape and irrigation upgrades, replacement of curb &gutter and sidewalk from 11th St. to 16th St., design ,o r of intersection bumps-outs, compliance with ADA requirements, modification f e- 4, '� of parking space layout, relocation of existing utilities, coordination with the CMB Parking Department to remove and reinstall parking meter heads and '" parking signs, and signature median improvements from 5th St. to Lincoln - Rd. All water, were fully completed prior to decommissioning the existing ' _ systems. Extensive public outreach was performed to maintain all operations. =J , Comprehensive utility coordination was conducted. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. 4141.4. of ire ler 4.4 04, KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti(Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, gravity drainage wells, sanitary sewer capacity im- provements,etc. DAVID MANCINI AND SONS,INC. 24 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR LUMMUS NEIGHBORHOOD IMPROVEMENTS CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE July 2006-August 2008 }- Phone No.: (305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $16.4 million o email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $16.4 million 0 PROJECT LOCATION Project consisted of the Lummus Neighborhood bounded by 5th Street to the south, 16th Street to the north, Ocean Drive to the east, and Washington Avenue to the west, City of Miami Beach, Florida PROJECT DESCRIPTION The Lummus neighborhood is generally described as that area bounded byR °, 16th Street to the north, 5th Street to the South, Washington Avenue to the i \;;,:. i..,: ,).'" -_ West,and Ocean Drive to the East.The area consists of multi-family structures r -,`- -, a a , with significant retail / commercial components, portions of which are within , -; '- '4:1_ historically designated areas.This neighborhood is located in the heart of South , ,_ r _ - • Miami Beach and includes much of the National Register Architectural District. , .-iii ,. ,; --' r i 71 As part of this project, we developed and prioritized streetscape and urban . 4,1,.. iir. • improvements throughout the neighborhood as well as upgrade to water and • - ,ry,. A, ' 1 . < r stormwater infrastructures in accordance with the Design Criteria Package ,,, - 'r d+} I1.- •-- ,� (DCP). Extensive public outreach was performed to maintain all operations. ' k '�~ _ -c. Comprehensive utility coordination was conducted. I. - i...— .- - -, ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. OP - x - '!F \ _ Ilk : r" . y';(` '< cam` •''`'` ;"', -t--i- 'f44.. ,r7.1,21, 1 +rte' c „..*Ths.114,„446,0,VAA 'Ar ci,, --, , r, ,- ''". 4,- : - ' it 1 .4),h, * , ,..V.:0 , ."4 waw , w ' - ..1: _-,'*".1,W1 71417.-Z - - ---=s- , 1,1,- 's--..." , '4,11* riii '' ''. — * ‘ — KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti(Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape,gravity drainage wells, landscape and irrigaiton, etc. DAVID MANCINI AND SONS,INC. 25 SIMILAR PROJECT EXPERIENCE ,`' DAVID MANCINI AND SONS, INC. IIIIIMIIII PROJECT NAME: D-B SERVICES FOR NEIGHBORHOOD NO.7-NAUTILUS IMPROVEMENTS CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE January 2007-April 2010 F- Phone No.: (305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $34.8 million o email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $34.8 million 0 PROJECT LOCATION Nautilus Neighborhood, "Middle Beach"from Surprise Lake south,to the south end of 41st Street Right-of-Way,and from Biscayne Bay east to the Indian Creek Waterway, City of Miami Beach, Florida PROJECT DESCRIPTION The Nautilus Neighborhood included all of the area from Surprise Lake south . , to the south end of the 41st Street right-of-way, and from Biscayne Bay east to ,, . '. the Indian Creek waterway, inclusive of the Orchard Park sub-neighborhood. `"' .. r -. .14.; ; Streetscape Improvements: Reconfiguration of W. 42nd St. from North Michie „p _ , wy gan Ave.to North Meridian Ave.;geometric improvements to the Intersection of �. : = l:t,` s Prairie Ave. / Chase Ave/W. 44th St.; Landscaping within the Right-Of-Way; ",, '"}Siimir,- " Lighting upgrades, Milling and Resurfacing _. Stormwater Improvements: 16,300 In. ft. of conveyance pipe; 92 inlets and 74 manholes; Gravity drainage wells and 31 pressurized drainage wells;6 Storm water pumping stations. Water Systems Improvements: 39,944 In. ft. of 8"DIP 11 Water Main; and the relocation of 177 water meters from rear easements to the public sidewalks,through trenchless technology. Extensive public outreach was performed to maintain all operations. Comprehensive utility coordination was conducted. 40. ,o ,• A. . _ ,, ..., 4. , ., - ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. s' """mss—-� �m -...�� n' • M 4 s 4.7 for � „, .�° tea; � t, - • _. ‘ , . ,.. , ... 1 _ „_.. KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal I Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti(Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, gravity and pressurized drainage wells, landscaping and irrigation,etc. DAVID MANCINI AND SONS,INC. 26 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR 30-INCH FORCE MAIN REPLACEMENT ALONG HARDING AVENUE CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE Novemeber 2011 -June 2012 0 Phone No.:(305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $1.1 million o email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $1.3 million PROJECT LOCATION Harding Avenue,from 69th Street to 73rd Street, including the crossing of SR-934/71st Street, in Miami Beach, Florida. PROJECT DESCRIPTION This Design-Build Project included the extension of a 30" Ductile Iron Force Main underground utility construction with pipe tapping along Harding Avenue, from 69th Street to 73rd Street, including the crossing of SR-934/71st Street, in Miami Beach, Florida. This pipeline extension was performed as an emergency project to provide a parallel redundant pipeline to the existing 36" Ductile Iron Force Main which blew out and was temporally repaired. Line stops were installed at the southern end of the project in order to shut down the flow and isolate a section of , pipeline to install a 30" M.J. Resilient ' « Seated Gate Valve. Project also includ- ed interconnections to existing 16" and .x 20"force mains and minor storm water i . .' collection and disposal, and site con- „.' crete work. ExtensivePublic outreach � .°' � ° ed was performed to maintain all opera- , tt tions.All open cut and trenchless work completed by DMSI staff. ► d tt ENGINEER OF RECORD FOR THIS � ° DESIGN BUILD PROJECT WAS APCTE. } a KEY PERSONNEL CONSTRUCTION DISCIPLINES David Mancini(Principal/Senior Project Manager), Project was an emergency project to provide a parallel redun- Nelson Liberti (Construction Superintendent) dant pipeline to the existing 36-inch DIP Force Main along Hard- ing Avenue. DAVID MANCINI AND SONS,INC. 27 SIMILAR PROJECT EXPERIENCE /'-- DAVID MANCINI AND SONS, INC. PROJ ECT NAME: D-B SERVICES FOR 8-INCH WATER MAIN AND STREETSCAPE ALONG ARRA CORRIDOR CLIENT NAME City of Miami Beach, CIP Office DMSI ROLE Work performed by DMSI Personnel Z Roberto Rodriguez Phone No.: (305)673-7071 START I COMPLETION DATE May 2012-April 2013 ba Fax No.: (305)673-7073 INITIAL CONTRACT AMOUNT $925,860.00 z oemail:robertorodriguez@miamib- eachfl.gov FINAL CONTRACT AMOUNT $1.1 million PROJECT LOCATION ARRA corridor along Byron Avenue and Dickens Avenue from 72nd Street to 85th Street PROJECT DESCRIPTION This Design-Build Project included installing 2,000 linear feet of 8-inch ductile iron water main, including services and restoration. Construction had to accommodate the needs of the residents from 72nd Street to 85th Street along Byron Avenue and Dickens Av- enue. All water, were fully completed prior to decommissioning the existing systems. Extensive public outreach was performed to maintain all operations.All open cut and trenchless work completed by DMSI staff. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. If , ., . At ri x I ftIsmt eaWI u ° s . L f * rxe ,, a . gr 1 .» ' '::,.. a,.. KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini (Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, etc. DAVID MANCINI AND SONS, INC. 28 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJ ECT NAME: D-B SERVICES PRAIRE AVENUE CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START 1 COMPLETION DATE May 2008-September 2009 I- Phone No.:(305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $2.1 million o email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $2.1 million PROJECT LOCATION Praire Avenue from Dade Boulevard North of W. 23rd Steet, Miami Beach, Florida SCOPE OF WORK This Design-Build Project along Praire Avenue included the fol- lowing improvement: Roadway recosntruction, new Type E and F curb and gutter and sidewalk, new drainage system including a new deep underground stormwater pump station struc- ture, injection wells, upgrade of the existing signalized intersec- tion at Praire Ave and Dade Boulevard from span wire to mast " arm, upgrade of the existignlighting system, compliance with 4, A ; r ADA requirements, relocaiton of existing utilities, modification of i / mainentrance and studenet pick-up and drop off parking lane at 'ow Miami Beach Senior High School. new signing and pavmeent markings. t DMSI ROLE: LEAD CONSTRUCTOR -: APCTE ROLE: LEAD DESIGNER Poi' " , , 4 z tom.. r �xC•r.W' .�y.gN..0 KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project,which included David Mancini(Principal/Senior Project Manager), milling and resurfacing, new drainage system including strom- Nelson Liberti(Construction Superintendent) water pump station, injection wells, signalization, lighting, curb and gutter,ADA compliance, hardscape, gravity drainage wells, sanitary sewer capacity improvements, etc. DAVID MANCINI AND SONS,INC. 29 CITY OF MIAMI BEACH DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD LICENSES AND CERTIFICATIONS AlP ENGINEERS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. 10305 N.W.41TH STREET,SUITE 115,DORAL,FLORIDA 33178 OFFICE:305.592.7283 I FAX:305.594.1594 WWW.APCTE.COM I INFO@APCTE.COM LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. IIIIIMIIIIIII State of Florida Department of State I certify from the records of this office that A&P CONSULTING TRANSPORTATION ENGINEERS CORP. is a corporation organized under the laws of the State of Florida, filed on January 17, 1995. The document number of this corporation is P95000003950. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 5,2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifth day of January,2016 7 -\--- ''-', -114'r N.i.'/- 16?" 044A cob . Secretary of State Tracking Number:CC6383523207 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. h ttps://services.s unbiz.o rg/Filings/CertificateofStatus/C ertificateA uthentic ation A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 31 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. 1111111111.111111 MIAMI-DADE Miami-Dade County Internal Services Department Statement of Technical Certification Categories Firm: A&P Consulting Transportation Engineers Corp. 10305 NW 41st Street,Suite 115 Doral,FL 33178 CATEGORY APPROVAL EXPIRATION NOS CATEGORY DESCRIPTION DATE DATE 1.01 TRANSPORTATION PLANNING-URBAN AREA AND REGIONAL 7/1/2015 7/31/2017 TRANSPORTATION PLANNING 2.01 MASS TRANSIT SYSTEMS-MASS TRANSIT PROGRAM(SYSTEMS) 7/1/2015 7/31/2017 MANAGEMENT 2.02 MASS TRANSIT SYSTEMS-MASS TRANSIT FEASIBILITY&TECHNICAL 7/1/2015 7/31/2017 STUDIES 2.04 MASS TRANSIT SYSTEMS-MASS TRANSIT CONTROLS, 7/1/2015 7/31/2017 COMMUNICATIONS&INFORMATION SYSTEMS 2.05 MASS TRANSIT SYSTEMS-GENERAL QUALITY ENGINEERING 7/1/2015 7/31/2017 3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT D0$I(9N 7/1/205 7/21/2017 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN Miami-Dade County 3.03 HIGHWAYSYSTEMS-BRIDGE DESIGN MIAMI-DADE Internal Services Department 3.04 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES Statement of Technical Certification Categories 3.05 HIGHWAY SYSTEMS-TRAFFIC COUNTS 3.06 HIGHWAY SYSTEMS-TRAFFIC CALMING Firm: A&P Consulting Transportation Engineers Corp. 3.07 HIGHWAY SYSTEMS-TRAFFIC SIGNAL TIMING 10305 NW 41st Street,Suite 115 3.08 HIGHWAY SYSTEMS-INTELLIGENT TRANSPORTATION SYSTEM Doral,FL 33178 ANALYSIS,DESIGN,AND IMPLEMENTATION CATEGORY APPROVAL EXPIRATION 3.09 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING,AND CATEGORY DESCRIPTION QUI DATE CHANNELIZATION 3.10 HIGHWAY SYSTEMS-LIGHTING 6.01 WATER AND SANITARY SEWER SYSTEMS-WATER DISTRIBUTION AND 7/1/2015 7/31/2017 SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS 3.11 HIGHWAY SYSTEMS-SIGNALIZATION 6.02 WATER AND SANITARY SEWER SYSTEMS-MAJOR WATER AND 7/1/2015 7/31/2017 4,01 AVIATION SYSTEMS-ENGINEERING DESIGN SANITARY SEWAGE PUMPING FACILITIES 5.01 PORT AND WATERWAY SYSTEMS-ENGINEERING DESIGN 6.03 WATER AND SANITARY SEWER SYSTEMS-WATER AND SANITARY 7/1/2015 7/31/2017 SEWAGE TREATMENT PLANTS / 8.00 TELECOMMUNICATION SYSTEMS 7/1/2015 7/31/2017 �^ 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 7/1/2015 7/31/2017 La ENGINEERING SERVICES Tec 11.00 GENERAL STRUCTURAL ENGINEERING 7/1/2015 7/31/2017 12.00 GENERAL MECHANICAL ENGINEERING 7/1/2015 7/31/2017 13.00 GENERAL ELECTRICAL ENGINEERING 7/1/2015 7/31/2017 14,00 ARCHITECTURE 8/19/2015 7/31/2017 16.00 GENERAL CIVIL ENGINEERING 7/1/2015 7/31/2017 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 7/1/2015 7/31/2017 18.00 ARCHITECTURAL CONSTRUCTION MANAGEMENT 8/19/2015 7/31/2017 Lana Moorey,P.E.,Chairperson Technical Certification Committee A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 32 LICENSES AND CERTIFICATIONS %"------ A&P CONSULTING TRANSPORTATION ENGINEERS, CORP- FDO-Q;) -Q;) Fluridrr Uejutrtment of Transportation 411,'4 UY i v :14nn4e Street KIWI W)C4Nr1 <-:n�txsoa la.l::a;ls,tc,FL.32'$-i45,i 4E,XI rxe4 June 28,2016 Antonio Acosta,President A 8 P CONSULTING TRANSPORTATION ENGINEERS CORP. 15305 NW 41.Street.Suite 115 Dora!,Florida 33178 Dear Mr Acosta The Florida Department of Transportation has reviewed your application for quatificaton package and determined that the data submitted is adequate to technically qualify your firm for the following types of work Group 3 -Highway Design-Roadway 3.1 -Minor Highway Design 3.2 -Major Highway Design 3 3 -Controlled Access Highway Design Group 4 -Highway Design-Bridges Group 10 -Construction Engineering Inspection 4 1 1 -Miscellaneous Structures 4.1.2 -Minor Bridge Design 10..1 -Roadway Construction Engineering Inspection 4 2 2 -Major Bridge Design-Stec! 10.3 -Construction Materials Inspection 10.4 •Minor Bridge 8 Miscellaneous Structures CEI Group 5 -Bridge Inspection Group 13 -Planning 5 4 -Bridge Load Rating 13.4 •Systems Planning Group 6 -Traffic Erginee ring and Operations Studies 13.5 •8ubarearComdor Planning 13.6 -Land Planning;Engineering 6.1 -Traffic Ergineenng Studies 117 -Transportation Statistics • 6.2 •Traffic Signal Timing 63.1 -Irttaltigent Transportation Systems Analysis and 0 Your overhead audit has been acceptedenabling your fere to compete for Professional 6 3.2 -Intelligent Transportation Systems Implomontater Services projects advertised at the unlimited level,with estimated fees of any dollar amount 6 3 3 -Intelligent Transportation Traffic Engineering Systt This status shall be valid until,lino 30 2017 for contracting purposes. Group 7 -Traffic Operations Design Facilites HorneiBranch Field Capital Cost Overtime 7.1 -Signing,Pavement Marking and Channelizakon Office Office g/Money Ptemwm plied Expenst 72 -Lighting Overhead Rate 169.29% 138.11% 0.028% Reimbursed 6 24%(Home) 7.3 -Signallzation 19.42%(Fieidl' 'Rent and utilities excluded from field office rate. These costs vat be directly reimbursed on contracts that require the consultant to provide field office www.dot.state.flosShouldu have any y questions. please feel free to contact me by email at carkaynkell@dotstateflus or by phone at 851414-4597. Sincerely Carliayn Kell Professional Services Qualification Administrator www-dot.state-ll..us A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 33 LICENSES AND CERTIFICATIONS 00."1 ------ A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Florida Boaid of Professional Engineers Attests that A & P Consul:i g Transportation Engineers rPFBPE ,,,,i„,A9OARD01- 11kiriMartU IWO% is authorized under the provisions of Section 471.023, Florida Statutes, fo offer engineering services to the public through o ProfessiJI Engineer,duty licensed under Chapter 471,Florida Statutes. Expiration: 2/28/2017 CA Lic.No: Audit No: 228201703587 State - State of Florida Board of Professional Engineers Attests that Antonio G. Acosta , P.E. F BPE Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lk.No: Audit No: 228201725220 345 State of Florida Board of Professional Engineers Attests that Carloslift. Gil-Mera , P.E. FBPE '14 ovi:a Is licensed as a Professional Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201725527 43953 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 34 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. 111111.1111.1111 State of, Florida Board of Professional Engineers Attests that EithM. Sierr- P.E. 1 1311 Is licensed as a Professional Engineer _i.e Chapter 471, Florida Statutes Expiration:2/28/2017 p.E.Lic. No: Audit No: 228201703761 State of . Flo�-1da Board of Professional Engineers Attests that Arnelio Alfonso , P.E. FBPE or F4 4,4Avwvvi Is licensed as a ProfessionaEngineer under Chapter 471, Florida Statutes Expiration: 2128/2017 P.E.Lic.No: Audit No: 228201732842 52566 State of Florida Board of Professional Engineers Attests that Eduardo Luis Martinez , P,E, FBP _ eta s 1K)nki�w SOI*SSS hIM WII* Is licensed as a Professional Engine . .; • Chapter 471, Florida Statutes Expiration:2/28/2017 «' '. $40 RE.Lic.No: + Audit No: 228201715581 j *. E, 52023 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 35 LICENSES AND CERTIFICATIONS _' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Floridai Board of Professional Engineers Attests that Lazaro Ferrero , P.E. 4 FBPE h I(RI,,INI\RI , si� +s��t�naYte. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 . E'± P.L.Lic.No: Audit No: 228201718976 �'i� zsa �' ' 58025 State of Florida Board of Professional Engineers Attests that Angela Maria Baron , P.E. EBPE Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201706176 76984 State of Florida Board of Professional Engineers Attests that Osmany Alfonso , P.E. FBPF Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 RE.Lic.No: Audit No: 228201732817 D 61601 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 36 LICENSES AND CERTIFICATIONS -�`-' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Florida Board of Professional Engineers Attests that Tonne Pianas , P.E. FBPE Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201711827 State o�f Florida Board of Professional Engineers Attests that Alejandro A. Leon , P.E. FBPE I NM.I:MnAilMd= Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lk.No: Audit No: 228201705519 74675 State Qf ; Florida Board of Professional Engineers Attests that Elio2t : Ltel,,Int acEsp io P.E. ,,OltitM DO%ROOF FBPE Ah ki TSRnM 1AI MM I Ml ,w Is licensed as a Professional. Engin '1,, ` '•'Chapter 471,Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201705922 5834' A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 37 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State Qf:: Florida Board of Professional Engineers Attests that Alexander Sipeng Yi , P.E. FBPE „„Rif,„ O.I.I 41.w.\i I M,I\i I k Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic. No: Audit No: 228201727622 State ofFlorida+ � Board of Professional Engineers Attests that Eduardo A. Ve.,: ,< P.E. FBPE en*ell`p — , Is licensed as a Professional. Engin "` 1 r hapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201709298 State ,41: _ Florida Board of Pro es'sional Engineers tit',4, orvei Attests that rdo F. xLena , P.E. FBPE (I(11(14)'III)11(1)411 NH 41\\.N1J I M.IW).\ Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic. No: Audit No: 228201710892 ...';),0,7 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 38 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State Florida Board of Professional Engineers Attests that �, Alex F. Guon .E. 4FBPE Mt(MI\WIM.\II YJWIM Is licensed as a Professional Engineer ,ncler Chapter 471, Florida Statutes Expiration: 2/28/2017 ° ` . p " �` P.E.Lic. No: Audit No: 228201713200 ..' `9 ' * .... ............ State of, Florida Board of Professional Engineers Attests that N "V: Perez, P.E. waFBPE L Rflkl:T1KJN�t F til.iN i R1 Is licensed as a Professional Engin' " '* Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic. No: Audit No: 228201703031 State of Florida. Board o, Professional Engineers Attests that Juan Medina Alfonso , P.E. FBPE 1r ,t,)„,,,ISO vRuur NKK Mt MkTAp 4M(.W tNh Is licensed as a Professional Engineffillider Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201702240 ? 3, A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 39 ....................„ LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. S • tate 0ort a +t - P Board of. Pro_tessional Engineers , . AiOests that _ .. Ro d( 'R..up.:-) $ P.E. - - i 1 4 '' , . -, •:• FBPE f---- - --.--, .--..-:; ,it ir `4 r(OR1)1 RI)\121)(11 net 1.,,,t, . 1.4111S 1...., " * ..., Is licensed as a Professional Engin- , - 1.aiiter 471, Florida Statutes Expiration: 2/28/2017 P.E. Lic. No: Audit No: 228201708421 ''''' Ictr..LIA),. IA 63962 State ..:4-- Florida ..k . Board of Pro essional Engineers Attests that .V.rE ri 0 i b i la , 7,,, . FBPE . .. _ WI,N lu,k1,1)01 ..:7'a" ....'• ,--. Is licensed as a Professional Engin- ' Chapter- 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201707380 State ..c#Lf- , Fl arida ... . .., .., ..„ , Board of Proiessional Engineers . „ Afog,te lik . , / FBPE ..,...,...A.,,,,, M/014141(7441 I NUM!AK Is licensed as a Professional Engin- . ' * ter 471, Florida Statutes , Expiration:2/28/2017 . P.E.Lic.No: Audit No: 228201705872 ,- 54724 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 40 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. A State ( - 174 tc. , Board of Professional Attests that Mauricio Gestin * P.E. is licensed as a Professional Engine ,, `i - Chapter 471, Florida Statutes Expiration: 2128/2017 ?ie. Lie.Na. Anxdic No, 228201705467 • State F ort Board of Professional Engineers Attests that Jorge Luis Manso , P.E. FBPE Or 11 IIOKII)A Isv AKu )1 ItwI'*N\t IM.INIIN\ Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201716151 62584 State o-fF1orl da Board of Professional Engineers Attests that Nelson G. Castillo , P.E. FBPE 'may. y +yym 1'KIXIW n.y,INW\tiitS Is licensed as a Professional Enginee cue- Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lic.No: Audit No: 228201711640 62486 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 41 1 CITY OF MIAMI BEACH 1 DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD LICENSES AND CERTIFICATIONS R CISENBERG GARDNER DESIGN ROSENBERG GARDNER DESIGN 17670 NW 78TH AVENUE,SUITE 214,MIAMI,FL 33015 PHONE:305.392.1016 I FAX:305.392.1019 WWW.ROSENBERGGARDNER.COM LICENSES AND CERTIFICATIONS /"'-- ROSENBERG GARDNER DESIGN State of Florida Department of State I certify from the records of this office that ROSENBERG DESIGN GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on May 4, 1993. The document number of this corporation is P93000032512. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 22, 2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-second day of January, 2016 a.-cc Secretary of State Tracking Number:CC0768671988 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sun bizorg/Filings/CertifcateOfStatus/CertiticateAu thentication ROSENBERG GARDNER DESIGN 43 LICENSES AND CERTIFICATIONS ROSENBERG GARDNER DESIGN FDOT , Florida Department of'Transportation ki('K SCOTT 605 Suwatinee Street nat ROX(M D GOVERNOR Tallahassee,FL 23 -O45t1 .l 4 t(r.I ARV June 7,2016 Ken Gardner,President ROSENBERG DESIGN GROUP,INC. d/b/a ROSENBERG GARDNER DESIGN 17670 NW 78'h Avenue,Suite 214 Hialeah, Florida 33015 Dear Mr.Gardner: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 15 -Landscape Architect Your firm is now technically qualified to pursue work for the Department for minor projects only, enabling your firm to compete for Professional Services projects with fees estimated at below$500,000.00.This status shall be valid until June 7.2017 for contracting purposes. On the basis of self-certification materials submitted,the rates listed below represent the costs the Department has accepted. Home/Branch Overtime Office Premium Indirect Cost 138.55% Reimbursed Should you have any questions, please feel free to contact me by email at cartiayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely. Carliayn Kell Professional Services Qualification Administrator CBHK,'kw www.dot.state,fl,us ROSENBERG GARDNER DESIGN 44 LICENSES AND CERTIFICATIONS /"'-- ROSENBERG GARDNER DESIGN 11111111.11111 Internal Services Department MIAMI-DADE Small Business Development 1�t 111 NW 1 Street,19th Floor Miami,Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 April 04,2016 CERT NO: 12217 Approval Date:4/4/2016 - SBE/AE TIER 2 Mr.Kenneth E.Gardner Expiration Date: 2/28/2018 ROSENBERG DESIGN GROUP,INC.DBA ROSENBERG GARDNER DESIGN 17670 NW 78th Ave Suite#214 Miami,FL 33015-0000 Anniversary Date:April 04,2017 Dear Mr.Gardner: Miami-Dade County Small Business Development(SBD),a division of Internal Services Department(ISD),is pleased to notify you of your firm's continuing eligibility as a certified Small Business Enterprise Architectural& Engineering(SBE/AE)in accordance with section 2-10 4.01 of the Code of Miami-Dade County. Your firm is certified in the categories listed below. The SBE/AE certification is continuing through the Anniversary Date listed above,contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code.You will be notified of your annual responsibilities in advance of the Anniversary Date.You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility.Your firm will be listed in the directory for all certified firms,which can be accessed through Miami-Dade County's SBD website: http://www.miam idade.gov/busi ness/b usiness-certification-programs.asp. If there is a material change in your firm,you must advise this office by submitting a status change form with the associated supporting documentation,within thirty(30)days. Changes may include,but are not limited to, ownership,officers,directors,management,key personnel,scope of work performed,daily operations,on-going business relationships with other firms or individuals or the physical location of your firm. After our review,you will receive instructions as to how you should proceed,if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns,you may contact our office at 305-375-3111. Sincerely, orlpson,Section Chief Business Development Division CATEGORIES:(Your firm may bid or participate on contracts only under these categories) 2000-LANDSCAPE ARCHITECTURE(SBE/AE) 541320-LANDSCAPE ARCHITECTURAL SERVICES(SBE/AE) ROSENBERG GARDNER DESIGN 45 LICENSES AND CERTIFICATIONS ROSENBERG GARDNER DESIGN IIIIIIIIII Internal Services Department MIAMI D Small Business Development ,7 111 NW 1 Street.19th Floor Miami,Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 April 04,2016 CERT NO: 14956 Approval Date: 4/4/2016 - SBEJGS MICRO TIER 1 Mr.Kenneth E.Gardner Expiration Date: 2/28/2018 ROSENBERG DESIGN GROUP,INC.DBA ROSENBERG GARDNER DESIGN 17670 NW 78th Ave Suite#214 Miami,FL 33015-0000 Anniversary Date:April 04,2017 Dear Mr.Gardner: Miami-Dade County Small Business Development(SBD),a division of Internal Services Department(ISD),is pleased to notify you of your firm's continuing eligibility as a certified Goods&Services(SBE/GS)in accordance with section 2-8.1.1.1.1 of the Code of Miami-Dade County. Your firm is certified in the categories listed below. The SBE/GS certification is continuing through the Anniversary Date listed above,contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code.You will be notified of your annual responsibilities in advance of the Anniversary Date.You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility.Your firm will be listed in the directory for all certified firms,which can be accessed through Miami-Dade County's SBD website: http://www.miamidade.gov/business/business-certification-programs.asp. If there is a material change in your firm,you must advise this office by submitting a status change form with the associated supporting documentation,within thirty(30)days. Changes may include,but are not limited to, ownership,officers,directors,management,key personnel,scope of work performed,daily operations,on-going business relationships with other firms or individuals or the physical location of your firm. After our review,you will receive instructions as to how you should proceed,if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns,you may contact our office at 305-375-3111. Sincerely, Claudious Thompson,Section Chief Small Business Development Division CATEGORIES:(Your firm may bid or participate on contracts only under'hese categories) 906-ARCHITECT ANO OTHER PROFESSIONAL DESIGN SERVICES(SBE/GS) 90600-ARCHITECTURAL SERVICES.PROFESSIONAL(SBE/GS) 90656-LANDSCAPE ARCHITECTURE(SBE/GS) 91800-CONSULTING SERVICES(SBE/GS) 98652-LANDSCAPING(INCLUDING DESIGN.FERTILIZING.PLANTING.ETC.,BUT NOT GROUNDS MAINTENANCE OR TREE TRIMMING SERVICES)(SBE/GS) ROSENBERG GARDNER DESIGN 46 LICENSES AND CERTIFICATIONS /"'-- ROSENBERG GARDNER DESIGN STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE LICENSE NUMBER LC0000256 =- The LANDSCAPE ARCHITECT BUSINESS 1r x'R Named below HAS REGISTERED Under the provisions of Chapter 481 FS Expiration date. NOV 30,2017 141 ROSENBERG DESIGN GROUP,INC. CI • ROSENBERG GARDNER DESIGN • s• 17670 N.W. 78 AVENUE ¢T',.. I. SUITE 214 J. .='• F MIAMI FL 33015 '� ' '� ISSUED- 111152015 DISPLAY AS REQUIRED BY LAW SEC# L1511150001700 RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE LICENSE NUMBER ..., a w+�*i, LA6667205t The LANDSCAPE ARCHITECT Named below HAS REGISTERED Under the provisions of Chapter 481 FS. Expiration date: NOV 30,2017 SEMLER,TAYLOR KIEHL • 'i'5' 8900 SW 68TH COURT APT L5 - •: PINECREST FL 33156 `1 �='{ • ,'33 ❑ - . ISSUED. 09f20/2015 DISPLAY AS REQUIRED BY LAW SEQ# L1509200002404 ROSENBERG GARDNER DESIGN 47 CITY OF MIAMI BEACH I DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD LICENSES AND CERTIFICATIONS LIF ALEMAN & Associates,Inc. FRA ALEMAN AND ASSOCIATES, INC. 10305 NW 41ST ST#200,DORAL,FL 33178,UNITED STATES OFFICE(305)591-8777 I MARKETING@FR-ALEMAN.COM LICENSES AND CERTIFICATIONS /''----`' FR ALEMAN AND ASSOCIATES, INC. FDD Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY March 8, 2016 Yvette Aleman, President F.R. ALEMAN &ASSOCIATES, INC. 10305 NW 41st Street, Suite 200 Doral, Florida 33178 Dear Ms. Aleman: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 3 - Highway Design-Roadway 3.1 - Minor Highway Design 3.2 -Major Highway Design Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.2 -Traffic Signal Timing 6.3.1 -Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 - Intelligent Transportation Systems Software Development Group 7 -Traffic Operations Design 7.1 -Signing, Pavement Marking and Channelization 7.2 -Lighting 7.3 -Signalization Group 8 -Survey and Mapping 8.1 -Control Surveying 8.2 -Design, Right of Way&Construction Surveying 8.4 -Right of Way Mapping Group 10 -Construction Engineering Inspection 10.1 -Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection www.dot.state.fl.us FR ALEMAN AND ASSOCIATES,INC. 49 LICENSES AND CERTIFICATIONS FR ALEMAN AND ASSOCIATES, INC. -141-4 Florida Department of Transportation RICK acorn 605 Sao,onneo.Sxaei ANA V Tx re aSAn,r.Y.. GOVERNOR Tafohossee,rL 32399-0450 SKCRRra Ra April 25,2012 EVA FRANCISCO F R ALEMAN&ASSOCIATES INC 10305 NW 41 STREET SUITE 200 DORAL FL 33178 ANNIVERSARY DATE-Annually on April 14 Dear Ms.Francisco: The Florida Department of Transportation(FDOT)is pleased to announce that your firm has been certified under Florida's Unified Certification Program(UCP)as a Disadvantaged Business Enterprise(DBE)in accordance with 49 Code of Federal Regulation Part 26. DBE Certification is continuing,Out it is contingent upon the firm maintaining its eligibility annually through this office. You will be notified of your annual responsibilities n advance of the Anniversary Date.You must submit the annual AFF CONTINUING ELIGIBILITY no later than the Anniversary Date. Only firms fisted in the UCP OBE Directory are certified by Florida L Prime contractors and consultants should verify your firm's DBE cert fi and identify the work area(s)for which the firm is DBE eligible,th Your firm will be listed in Florida's UCP DOE Directory which can be through the Department's website: wwwdot.state.9.usfequalopportun and then selecting"DBE Directory". be deemed a failure,on your part,to cooperate,and will result in immediate action DBE certification is NOT a guarantee of work. It allows your firm to to remove DBE certification. and perform contract work on ALL USDOT Federal Aid(FAA,FTA,an Florida as a DBE contractor,sub-contractor,consultant,sub-consultar Your firm is eligible to compete for and perform work on all USDOT Federal Aid projects throughout Florida and may earn DBE credit for work performed in the If,at any time there s a material change you must advise thus office following areas- sworn affidavit and supporting documents,within thirty(30)days.Cha but are not limited to,ownership,officers,directors,management,key NAICS 2E821= tanic,nrieco,e scope of work performed,daily operations,ongoing business relations n111E gs.mces firms or individuals,or the physical location of your firm.After our revie &iris«-orating Sauceer receive instructions as to how you should proceed,if necessary.Fader 5"'l'$V1e'r"9 t++wwie«mnecewnysc-Klsa.a, 641512-Compeer Sonata aealgn Semen astate.ff Wa 54169-01nr&Meek ant TscnnmaF Converts erts Stinnes 54,82 One Rennes annoys FOOT Specialty Codes ISO-Unsnarl, 911 CM Engelman,Seim:" sac-fain Suveyng And Wenn Services all Lana Sarvicea 449.Traec.eam Sinn" an sea-ova Relation Cn,sca 96a lank Relations Services 966-+Aar Cpla Questions and concerns should be directed to this office by mail or telephone. Our telephone number is(850)414-4747 Our fax number is(850)414-4879. Sincerely, , Victoria Smith DBE Certification Manager FR ALEMAN AND ASSOCIATES,INC. 50 LICENSES AND CERTIFICATIONS FR ALEMAN AND ASSOCIATES, INC. man MIAM!•G Miami-Dade County internal Services Deportment Statement of Technical Certification Categories Finn: F.R.ALEMAN AND ASSOCIA"`,$.INC. l 10305 NW41Sreee Sub 200 Mewl,FL 33178 CATEGORY APPROVAL EXPIRATION [ R9IE 2,02 MASS TRANSIT SYSTEMS-MASS TRANSIT FEASIBILITY 6 TECHNICAL 515/2015 5131/7017 STUDIES 2.04 MASS TRANSIT SYSTEMS-MASS TRANSIT CONTROL%, 5151015 5/31722017 COMMUNICATIONS&INFORMATION SYSTEMS 3.02 HIGHWAY SYSTEMS-HIGHWAY DESIGN 5152015 5/31/2017 3.04 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES 518/2015 5/312017 3.05 HIGHWAY SYSTEMS-TRAFFIC COUNTS 5181010 5/3112017 3.00 HIGHWAY SYSTEMS-TRAFFIC CALMING 592015 513111017 3.07 HIGHWAY SYSTEMS•TRAFFIC SIGNAL TIMING 5972015 5131/2017 3.06 HIGHWAY SYSTEMS-INTELLIGENT TRANSPORTATION SYSTEMS 552015 613112017 ANALYSIS,DESIGN,AND IMPLEMENTATION 3.09 HIGHWAY SYSTEMS•SIGNING,PAVEMENT MARKING,AND 5/32015 561,2017 CIANNELIZATION ano HIGHWAY SYSTEMS LIGHTING MIN ;!Miami-Dade County 5,11 HIGHWAY SYSTEMS.SK NAL12AT1CN MI lai�� Internal Services Depurtmeni 501 PORT AND WATERWAY SYSTEMS-ENGINEERING RING DEs1GN Statement of Technical Certification Categories 500 TELECOMMUNICATION SYSTEMS 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER ORANAGE DESIGN ENGINEERING SERVICES F,rzr F-R.ALEMAN AND ASSOCIATES.NC. 10306 NW 41 Street Sues 200 13.00 GENERAL ELECTRICAL ENGINEERING Mans•FL 33175 15.01 SURVEYING AND MAPPING•LAND SURVEYING CATEGORY APPROVAL EXPIRATION 16.03 UNDERGROUND UTILITY LOCATION R!2 CATEGORY DESCRIPTION DATE DATE 15.04 HYDROGRAPHIC SURVEYS 15.00 GENERAL CML ENGINEERING 5612015 5131;_.:' {/ 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 5/80519 5/3112017 `aMo Lana Moore Technical Cr /aM q ♦ ..' Lana Maxey.P.E.,Chairperson er Technical Cenlfiwdcn Comrrsee FR ALEMAN AND ASSOCIATES, INC. 51 LICENSES AND CERTIFICATIONS /'"---------- FR ALEMAN AND ASSOCIATES, INC. internal Sues Department MIAM Small Business Development C0 TY Mem n a1.2a elsraded.eer T 0IS.StS.Yli t F 1213-3,5 test Apo 12,2016 CER NO:895 Appnxal Cate;4x111,2016 saver 1ER 1 Ms.Yvette A.Atwnen.P Expiration Date:4t302019 F.R.A4.EAMN AND ASSOCIATES,INC 10305 NW 41st St Suite 2(10 Miami,FL 33178-OCC+3 Dear Ms.Aleman,P.E. Mtlamf Dade Co my Same Business Development(SBD),a division of the internal Services Departrnee*(1S)has completed cine renew of your sppfaruon and attachments submitted for certification.Your firm is officially carsbed ore a Mflertl-Oade County Octet Business Enterprise Atchitecturat a Engineering)SBEtAE)in accordance with section 2- 10.4.01 of the code of talarnl Dade County. Taus i OBESE)oerheration is valid for three years provided that you submit a'Continuing EligitAkty Affidavit'on or before you anniversary date of f_kiri for the fast and second year of the three year toned.The affidavit most indicate any changes or no changes in your firm deferent to your certification eligibility.the sumtittx of a'Continuing Ebgtimtty Affidavit"annually with spes:ifn supporting documents on or before your Anniversary Date is reoaered to maintain the three year T:c,Iiicrlior You we he notified of this respaasibily in advance of the Anniversary Data Fslurs,to oxnpty nth the said-rr s;xersfatitie r may result in iremeut,ete action to decertify the firm. If at any area there to a natenat change in the firm ndooteg,but not rested to,ownership,officers.director scope of wore being performed,dadyr operations,aff.4aturt(s)wilt other ousvtesses or the physical latah es of the fine,you roust>sorry this office in•venting elfin 30)days.Notification should lockxde supporting du rinentalion.You rill receive timely instructions from this office as to haw you should proceed,f necessary 1 u wet.-win he the new ahtrevalhetikation.issued.for the duration ot.yeetliinl's..three years certification gritthialhanothecerneeinehnibte durmy the three year cenificatlon period,you wi. rtlfa ine en administrative r,sess_that ear,fine's cartiticanon has been remove Your Company i8 a'Iditrt ire the rairtgnriers as listed below altccding you the epp+rr^.ur<1y contracts eitn Bread Business Enterprise measus's. M.Yvette A.Aleman,P.E F.R.ALEMAN AND ASSOCIATES.INC. Pease note that the rategtvies listed ore very ryoneral and are used onty to assist our ce Cert No:895 ^Aedery for certified Inns to meet contract goats.YOU can fod the firm's up-to-date cert April 12,2016 other certified Ions on the tdarrriDade County internal Serv'ces Deportment,Sense Bus Page 2 Firms'Olrectury st the rero t tp;"wwy ;Cann ranvsrmtihlsna3Mo caljarrrr' cart:coNies.iv0w win en m . eonmINGOnNe (harve router your nterest rr5 4oiny business with Miarri-Dada Countysea•MASS ITUNDIT FFASONUTY 3 TECIANICAL ETUDES mouse A INFOEE. SYST (50E/AEI Sincerely, .. seu aro �n .. cNw.Y sysaeMs .or=e Er+cN newnc STUDIES 1.3ENr3 "v^->---•— 0305.warovn.STe ES-us.r+uTc:o,Vns iNeeAEE uurwc;suei Claadious Thornton.SBD Section Cher sesss,"'«"i:flf1"" Smad Business Development Division .YS " �' a.Aw�i thIPLEMEN 5303.NCIIWAY G 30 AD.RAVINIR111 ING, .Ei ,.,AEI o MANE) � �. ENVIRONMENT1001- CNN NN DRAINAGE DESIGN SE ,v: , , 1300- N _ 00.30•11'seE. Ei 1500•ANDERGROUND LIMEY non S,aYS TSE; -.NEPAL w u IG:UAW,;stern, comsncrcr.DONAGEMENT i0euAE1 DER,ENG/WM.1G NE i �.aro.S„avErow No.ew w=INc/MEAT.owe rs..1 i...-OncES Iseri.El FR ALEMAN AND ASSOCIATES,INC. 52 LICENSES AND CERTIFICATIONS FR ALEMAN AND ASSOCIATES, INC. � ' ' ) rv •" ► idata * ; ze eers, < ` ( s 1/4 Boa / ' pn t , - FBPE PE--t 7,- : woo # .-, -1;• is authorized under the provisi s "-. . :; .. t i i'r, ,s'•,�u. , to offer engineering services to the public through a Professi.•,•.l 3<. ,�r E �, :•er,.` hapter 471, Florida Statutes. Expiration: 2/28/201,' '' �%4''•=' , •'� CA Lic.No: Audit No: 228201702775 �{1' 4658 4 Ill! Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.:LBG1 r.=� Board of Professional Surveyors and Mappers Expiration Date February 28,2017 2005 A alachee PkwayTallahassee Florida 32399-6500 t. X.6 - P *<,i,4';' ;I,.,. . o WE Profesrver uLicense Undersional theSuprovisionseyor of ChapterandMapp472,FlBoridasiness Statutes F.R.ALEMAN AND ASSOCIATES200 INC �� 10305 NW 41ST ST STE DORAL,FL 33178-2982 ADAM I-I.PUTNAM COMMISSIONER OF AGRICULTURE FR ALEMAN AND ASSOCIATES,INC. II CITY OF MIAMI BEACH DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD LICENSES AND CERTIFICATIONS UNIVERSAL ewe«een«o use«ces UNIVERSAL ENGINEERING SCIENCES, INC. MIAMI-DADE:9960 NW 116 WAY,SUITE 8,MEDLEY,FLORIDA 33178 TOLL-FREE FOR ANY LOCATIONS: 1.888-824-7424 WWW.UNIVERSALENGINEERING.COM LICENSES AND CERTIFICATIONS .00"-------- UNIVERSAL 0"—UNIVERSAL ENGINEERING SCIENCES, INC. State of Florida Department of State I certify from the records of this office that UNIVERSAL ENGINEERING SCIENCES,INC. is a corporation organized under the laws of the State of Florida,filed on April 29, 1966. The document number of this corporation is 304669. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 4, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fourth day of January,2016 i 16N 041A. ., Secretary of State COD%/1E1Or. Tracking Number:CC0142280132 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. http s://se rvices.s un b iz.or g/Filings/C ertific ate0 tStatu s/C ertific ateA uthenticatio n UNIVERSAL ENGINEERING SCIENCES,INC. 55 LICENSES AND CERTIFICATIONS UNIVERSAL ENGINEERING SCIENCES, INC. FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY July 18,2016 John Barker,Vice President UNIVERSAL ENGINEERING SCIENCES, INC. 3532 Maggie Boulevard Orlando, Florida 32811 Dear Mr. Barker: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 9 -Soil Exploration, Material Testing and Foundations 9.1 -Soil Exploration 9.2 -Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing 9.4.1 -Standard Foundation Studies 9.4.2 -Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 -Geotechnical Specialty Laboratory Testing Group 10 -Construction Engineering Inspection 10.1 -Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30,2017 for contracting purposes. Home/ Facilities Published Branch Capital Cost Overtime Fee Office of Money Premium Direct Expense Schedule Indirect Cost 173.26% 0.739% Excluded 0.70%(Home) Yes Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, lAfr Carliayn Kell Professional Services Qualification Administrator www.dot.state.fl.us UNIVERSAL ENGINEERING SCIENCES,INC. 56 LICENSES AND CERTIFICATIONS T^^ UNIVERSAL ENGINEERING SCIENCES, INC. T Miami-Dade County MIAMI •Ds Internal Services Department Statement of Technical Certification Categories Firm: Universal Engineering Sciences,Inc 451 NE 189 Street Miami,FL 33179 CATEGORY APPROVAL EXPIRATION HiQ CATEGORY DESCRIPTION DATE DATE 9.01 SOILS,FOUNDATIONS AND MATERIALS TESTING-DRILLING, 3/18/2015 4/30/2017 SUBSURFACE INVESTIGATIONS AND SEISMOGRAPHIC SERVICES 9.02 SOILS,FOUNDATIONS AND MATERIALS TESTING•GEOTECHNICAL AND 3/18/2015 4/30/2017 . MATERIALS ENGINEERING SERVICES 9.03 SOILS,FOUNDATIONS AND MATERIALS TESTING-CONCRETE AND 3/18/2015 4/30/2017 ASPHALT TESTING SERVICES 9.04 SOILS,FOUNDATIONS AND MATERIALS TESTING-NON-DESTRUCTIVE 3/18/2015 4/30/2017 TESTING AND INSPECTIONS Lana Moorey,P.E.,Chairperson Technical Certification Committee UNIVERSAL ENGINEERING SCIENCES,INC. 57 LICENSES AND CERTIFICATIONS UNIVERSAL ENGINEERING SCIENCES, INC. State of Florida Board of Professional Engineers Attests that Universal Engineering Sciences, Ince FBPE 1,1t t11.5 ft(` is authorized under the provisions of Section 471.023, Florida Statutes, to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471, Florida Statutes. Expiration: 2/28/2(117 CA Lic.No: Audit No: 228201701198 549 State F1 ort a 4 Board of Professional Engineers Attests that Peter G. Read .rP.E. FBPE rtit's Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E.Lie.No: Audit No: 228201706604 *' 35604 3014 Local Business Tax Receipt i LBT Miami-Dade County, State of Florida- -THIS IS NOTA BILL -00 NOT PAY 5859377 \ l BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES UNIVERSAL ENGINEERING SCIENCES INC RENEWAL SEPTEMBER 30,2016 9960 NW 116 WAY 8 6110779 Must be displayed at place of business MEDLEY FL 33178 Pursuant to County Code Chapter 8A-Art.9&19 OWNER SEC.TYPE OF BUSINESS UNIVERSAL ENGINEERING SCIENCES INC 212 P.A./CORP/PARTNERSHIP/FIRM PAYMENT RECEIVED E8549 BY TAX COLLECTOR Employee(s) 10 $45.00 07/23/2015 CHECK21-15-103080 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is nota license. permit ora certification of the holder s qualifications.to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec Re-276. for more information.vise www miamignde aovnaxcolleue7 UNIVERSAL ENGINEERING SCIENCES,INC. 58 CITY OF MIAMI BEACH DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD LICENSES AND CERTIFICATIONS M R G MEDIA RELATION GROUP, LLC 18001 OLD CUTLER ROAD,SUITE 459,PALMETTO BAY,FL 33157 OFFICE PHONE(305)254-8598 I OFFICE FAX(305)256-1613 MRGMIAMI.COM LICENSES AND CERTIFICATIONS /' MEDIA RELATION GROUP, LLC State of Florida Department of State I certify from the records of this office that MEDIA RELATIONS GROUP, LLC is a limited liability company organized under the laws of the State of Florida,filed on July 25, 2003. The document number of this limited liability company is L03000027416. I further certify that said limited liability company has paid all fees due this office through December 31, 2016,that its most recent annual report was filed on January 5,2016, and that its status is active. Given under inti•hand and the Great Seal of dee State of Florida at Tallahassee,the Capital,this the Fifth day of January,:016 I:\ „,....,,,._ , , T;rt.,. , ''',..t is Pt, w ... .... ...._. c .'T xas t<r _ tom`s�. Secretary of State Tracking Number:CC22421114 To authenticate this certificate,vislt the following site,enter this number,and then follow the Instructions displayed. https:Rservices.sunba.orgtFilings/CertificateOiStatusiCetti icateAuthentkatim MEDIA RELATION GROUP,LLC 60 LICENSES AND CERTIFICATIONS MEDIA RELATION GROUP, LLC Internal Services Department MIAMI.It• s Small Business Development CON11 Nn 1 Street,19th Floor CO > Mlana Panda 33122 miamidade.gov T 305-375-3111 F 305375-3150 April 06,2015 CERT NO: 10968 Approval Date: 3/31/2015 •MICRO/SBE Mr.Oscar Gonzalez Expiration Date:3/31/2018 MEDIA RELATIONS GROUP,LLC 18001 Old Cutler Rd Suite#459 Palmetto Bay,FL 33157-0000 Dear Mr.Gonza ez: Miami-Dade County Small Business Development(SBD),a division of the Internal Services Department(ISD)has completed die review of your application and attachments submitted for certification.Your firm is official'y certified as a Miami-Dade County Micro/Small Business Enterprise(MICRO/SBE)in accordance with section 2-8.1.1.1.1 of the code of Miami-Dade County. This(MICRO/SBE)certification is valid for three years provided that you submit a"Continuing Eligibility Affidavit'on or before your anniversary date of(March 311 for the first and second year of the three year period.The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility.The submittal of a 'Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification.You will be notified of this responsibility in advance of the Anniversary Date.Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including,but not limited to,ownership,officers,director,scope of work being performed,daily operations,affiliation(s)with other businesses or the physical location of the fine,you must notify this office in writing within(30)days.Notification should include supporting documentation.You will receive timely instructions from this office as to how you should proceed,if necessary.This letter will be the only approval notification issued for the duration of your firm's three years certification.If the firm attains flraduation or becomes ineligible during the three year certification period you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals.You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami-Dade County Internal Services Department,Small Business Development Certified Firms'Directory at the website fittn-//www mramidadegovlbuslnesslbusiness-GertifigaliQn-prQgrams.asp Thank you for your interest in doing business with Miami-Dade County. Sincerely, pson,SBD Section Chief Mr.Oscar Gonzalez Small 8usineta Development Division MEDIA RELATIONS GROUP,LLC Cert No:10968 April 06,2015 Page 2 CATEGORIES:(Your firm may bid or part'.cipate on contracts only under these catega les) 91505,ALVER1SI1.CiPU5L:C RELi'1CNS pNCW R1P.NG)iuCROISue 315%3-PU5L:C INFORMAIIOM SERV CES{INCL.PRESS RELEASES)1M:CRt1SNE) 91815-COM*JN-CAPONS:PUB LA:REAilONS CONSLL1114O tihRCROIS0E) 915%6-04ARAET.NG COKiULIN-5 1MICROI'Z3E) 95153 MARNEI142 SE RVI[;ES 1•NCL.DIEHT:SUrION,RESEARCH,SALES PROM)rk)N 5 ETC;11.11CRO/SE/E) MEDIA RELATION GROUP,LLC 61 LICENSES AND CERTIFICATIONS . MEDIA RELATION GROUP, LLC d4. State of Florida °wat al, N Minority; Women & flp a �#► Service M s*ab. ed Veteran sr�re of VIPBusiness Certification Media Relations Group, LLC Is certified under the provisions of 287 and 295.187, Florida Statutes for a period from: January 5, 2016 to January 5, 2018 Florida Department of Management Services Torey Alston, Executive Director Office of Supplier Diversity Office of Supplier Diversity -4050 Esplanade Way,Suite 384)•Tallahassee,FL 32399-0950° 830.487.0915°www.osd.dms.state.fl.us MEDIA RELATION GROUP,LLC 62 sEMENNENINEMENNINNom LICENSES AND CERTIFICATIONS MEDIA RELATION GROUP, LLC Local Business Tax Receipt r Miami-Dade County, State of FloridaLBT -THIS IS NOi A BILL - DO NOT PAY 5259189 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES MEDIA RELATIONS GROUP LLC RENEWAL SEPTEMBER 30, 2016 18001 OLD CUTLER RD 459 4837663 Must be displayed at place of business PALMETTO BAY FL 33157 Pursuant to County Code Chapter SA-Art.9&10 OWNER SEC.TYPE OF BUSINESSSS PAYMENT RECEIVED MEDIA RELATIONS GROUP LLC 213 SERVICE BUSINESS BY TAX COLLECTOR Employee(s) 1 $45.00 07/28/2015 CREDITCARD-15-038578 This Local Busurrsa Tax Rscerpl only confirms payment el the Local Rosiness Tag The Receipt is not a license. pooch,or a certification of the holders gaaliticatrans.to do business.Molder must comply with any governmental of nonyovereelentul reyulaloy laws and req rirenients which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec Sa-276. For more information,visit yyy±sy,,,n°amid aft oevitaxcolleCttt VILLAGE OF PALMETTO BAY 9705 E. HIBISCUS STREET • PALMETTO BAY. FL 33157 • (305)259-1234 Business Tax Receipt Issued Date: 11/212015 Receipt#: B-001451 Expiration Date:9/3012016 Business Type: ADV/MRKTNG/PUB.REL(1-10 Emp) Business Name: MEDIA RELATIONS GROUP,LLC MEDIA RELATIONS GROUP,LLC Business Address: 18001 OLD CUTLER RD,SUITE 459 18001 OLD CUTLER RD PALMETTO BAY.FL 33157 SUITE 459 FINANCE DIRECTOR t SUBJECT TO ALL APPLICABLE LAWS • POST INA CONSPICUOUS PLACE I MEDIA RELATION GROUP,LLC 63 CITY OF MIAMI BEACH DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD SIMILAR PROJECT EXPERIENCE AIR ENGINEERS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. 10305 N.W.41TH STREET,SUITE 115,DORAL,FLORIDA 33178 OFFICE:305.592.72831 FAX:305.594.1594 WWW.APCTE.COM 1 INFO@APCTE.COM SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: D-B SERVICES FOR 11TH STREET ROADWAY RECONSTRUCTION CLIENT NAME City of Miami Beach,CIP Office Igor Vassiliev APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)546-5891 email:igorvassiliev@miamibeachfl. START I COMPLETION DATE May 2016-On-Going o z 9v O CONTRACT AWARD AMOUNT $400,000.00 PROJECT LOCATION 11th Street roadway reconstruction from Jefferson Avenue to Euclid Avenue. PROJECT DESCRIPTION Prepared construction documents(plans and specifications)for the following improvements:Develop new typical section and roadway reconstruction plans along 11th Street from west of Jefferson Avenue to east of Euclid Avenue, new 54-inch Force Main, new 30-inch sanitary gravity sewer, upgrade to existing pump station No. 1, new drainage system,water main upgrades, new decorative lighting system,replacement of existing span wire to mast arm signalized intersections at Meridian Avenue and Euclid Avenue,landscape and irrigation upgrades,update signing and pavement markings.Also responsible for the office administration construction progress activ- ities related to the construction of this right-of-way improvement project. Some of the construction management services provided for this project included:Weekly construction meeting; Perform all shop drawing program functions; Respond to request for information (RFI's); Evaluate Request for changes to project schedules;Contract documents clarifications; Inspect MOT operations;and Review, track and maintain construction schedules. Extensive utility coordination was perfomred.This project includes harmonization design treatments to properties due to grade differential between the proposed and existing grades. 7,1 Coordination with Permitting I Environmen- I tal Agencies: As part of this project our firm . obtained permits from M-D County Dept. of + Z Regulatory and Ecomonic Resources (DRER) .0 '4 Florida Department of Environmental Protection ,,wu , x (FDEP), Florida Health Department(DOH), and the City of Miami Beach Public Works Depart- 'IP- r ment. t.4gg V - , Atw KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, Roadway Design, Hydraulic and Hydrologic Modeling, Water& P.E. (Project Manager), Frank Lena, P.E. (Roadway Design), Sewer Main Design, Permitting, Utility Coordination,Hardscape, Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Landscape, Lighting, Signalization, Signing and Pavement Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Markings, Construction Management, new 54-inch Force Main, Pipeline), Nelson Perez, P.E. (Construction Administration, new 30 inch Sanitary Gravity Sewer,etc. Evelio Hernandez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 65 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR WASHINGTON AVENUE PHASE II,IV,AND V CLIENT NAME City of Miami Beach, CIP Office Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)673-7000 Ext. 6115 START I COMPLETION DATE March 2004-September 2006 email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $1.3 million PROJECT LOCATION Washington Avenue from 5th Street to Lincoln Road, City of Miami Beach, Florida PROJECT DESCRIPTION Prepared construction documents (plans and specifications) for the following improvements: milling&resurfacing, new gravity drainage wells,sanitary sewer capacity improvements which consisted of pipe/manhole up-sizing, water main upgrades, relocation of water meters/meter boxes, new decorative lighting sys- tem, landscape and irrigation upgrades, replacement of curb&gutter and side • walk from 11th St. to 16th St., design of intersection bumps-outs, compliance with ADA requirements, modification of parking space layout, relocation of ex- isting utilities,coordination with the CMB Parking Department to remove and re- install e install parking meter heads and parking signs, signature median improvements #' k from 5th St. to 6th St., between 16th to Lincoln Rd. and along Lincoln Rd from Washington Ave to Collins Ave. Also responsible for the office administration * x, ,►• 4 " construction progress activities related to the construction of this right-of-way improvement project. Some of the construction management services provided for this project included: Weekly construction meeting; Perform all shop draw- _ • ing program functions; Respond to request for information(RFI's); Evaluate Re- ``'� 1 quest for changes to project schedules; Contract documents clarifications; In- spect MOT operations;and Review, track and maintain construction schedules. Extensive utility coordination was performed. Coordination with Permitting/Environmental Agencies:As part of this proj- ect our firm obtained permits from Miami-Dade County DERM, Florida Depart- 'A, , ment of Environmental Protection (FDEP), Florida Health Department (DOH), t, and the City of Miami Beach Public Works Department. Vk4rr nr KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Roadway Design), Roadway Design, Hydraulic and Hydrologic Modeling, Water& Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Alfon- Sewer Main Design,Permitting, Utility Coordination, Hardscape, so, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water and Landscape, Lighting, Signalization, Signing and Pavement Sewer Pipeline), Nelson Perez, P.E. (Construction Administra- Markings, Construction Management, etc. tion, Evelio Hernandez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 66 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: D-B SERVICES FOR LUMMUS NEIGHBORHOOD IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office o Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)673-7000 Ext. a 6115 START I COMPLETION DATE July 2006-August 2008 z email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $883,000.00 PROJECT LOCATION Project consisted of the Lummus Neighborhood bounded by 5th Street to the south, 16th Street to the north, Ocean Drive to the east, and Washington Avenue to the west, City of Miami Beach, Florida PROJECT DESCRIPTION The Lummus neighborhood is generally described as that area bounded "' •, *- '►: f - LL by 16th Street to the north, 5th Street to the South, Washington Avenue _ '' -,A900`� . 1 to the West,and Ocean Drive to the East.The area consists of multi-fam- Lm' " y j `" ® — ' ily structures with significant retail I commercial components, portions �.` t iokr.$'�/' ' 20... _, of which are within historically designated areas. This neighborhood is , #1" �;_ located in the heart of South Miami Beach and includes much of the Na- f .NM*VIII tional Register Architectural District.As part of this project we developed294 _ - AO and prioritized streetscape and urban improvements equitably through- "1/ 70, "� out the neighborhood as well as upgraded water and stormwater infra- . ' % structure in accordance with the recommendations. It is important to note 40 County and State Roadways were not included within the scope of the ��.?; 5� , a� 0 1' City's Row improvements Program. Hence, `7 y p g 5th Street, Collins Avenue " . r� .‘-''-'7; " � and Ocean Drive were excluded from the scope of this Project. In addi- v..1.10 cm ' tion, Washington Avenue Improvements was addressed as a separates. • _ . � Bid Package. Also, public facilities outside of the ROW, such as Parks, Y are covered by other City Capital Programs. This Project was awarded r: ,16114 -"rr- ' Ott' in December 2006 as a Design Build Contract. Extensive utility coordina- tion was performed. ,, IIIA �, __moo ,_. Coordination with Permitting / Environmental Agencies: As part of ; '"�i--u , , , . . , this project our firm obtained permits from Miami-Dade County DERM, - :- , `' * ' Florida Department of Environmental Protection (FDEP), Florida Health f . Department (DOH), and the City of Miami Beach Public Works Depart- r if ' ,,' ment. �.IT `� KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager),Alex Yi, P.E. (Roadway Design), Eduar- Roadway Design, Hydraulic and Hydrologic Modeling, Water& do Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, P.E. Sewer Main Design,Permitting, Utility Coordination, Hardscape, (Hydraulic Modeling),Lazaro Ferrero,P.E.(Water Pipeline),Nel- Landscape, Lighting, Signalization, Signing and Pavement son Perez,P.E.(Construction Administration)Juan C.Velazquez Markings,Construction Management,etc. (Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 67 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 11111111111.111 PROJ ECT NAME: D-B SERVICES FOR PRAIRE AVENUE CLIENT NAME City of Miami Beach, CIP Office Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)673-7000 Ext. (-) 6115 START I COMPLETION DATE May 2008-September 2009 email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $ 190,000 PROJECT LOCATION Praire Avenue from Dade Boulevard to north of W.23rd Street, City of Miami Beach, Florida PROJECT DESCRIPTION This Design-Build Project along Praire Avenue included the following improvement: Roadway milling and resurfacing, new Type E and F curb and gutter and sidewalk, new drainage sys =u� -� �-T�•----,-� =- tem including a new deep underground stormwater pump station structure, injection wells, upgrade of the existing sig- nalized ig nalized intersection at Praire Ave and Dade Boulevard from span wire to mast arm, upgrade of the existing lighting system, compliance with ADA requirements, relocation of existing utili- . ties,modification of main entrance and student pick-up and drop off parking lane at Miami Beach Senior High School, and new signing&pavement markings. Coordination with Permitting I Environmental Agencies:As part of this project our firm obtained permits from Miami-Dade County DERM, Florida Department of Environmental Protection (FDEP), Florida Health Department (DOH), and the City of Mi- ami Beach Public Works Department. j 440.444 • r ' KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E.(Roadway De- Roadway Design, Hydraulic and Hydrologic Modeling, Water& sign), Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Sewer Main Design, Permitting, Utility Coordination, Hardscape, Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Landscape, Lighting, Signalization, Signing and Pavement Pipeline), Nelson Perez, P.E. (Construction Administration, Markings, Construction Management, etc. Evelio Hernandez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 68 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: D-B SERVICES FOR NEIGBORHOOD NO.7-NAUTILUS IMPROVEMENTS CLIENT NAME City of Miami Beach, CIP Office o Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager ~ Phone No.:(305)673-7000 Ext. v 6115 START I COMPLETION DATE January 2007-April 2010 z email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $2.6 million PROJECT LOCATION Nautilus Neighborhood,"Middle Beach"from Surprise Lake south,to the south end of 41st Street Right-of-Way,and from Biscayne Bay east to the Indian Creek Waterway, City of Miami Beach, Florida PROJECT DESCRIPTION The Nautilus Neighborhood included all of the area from Surprise Lake south,to the ", ' r. t ' . x south end of the 41st Street right-of-way, and from Biscayne Bay east to the Indian , .� = ` Creek waterway, inclusive of the Orchard Park sub-neighborhood.The area is gen- '�"�" erally comprised of single-family residential streets with some pockets of multi-family . l: *c t..,. uses. Streetscape Improvements: Reconfiguration of W. 42nd St. from North Michigan : s `,��s' ,---�,- �', Ave. to North Meridian Ave. &the intersection of Prairie Ave./Chase Ave/W. 44th ". ' ° , St.; Landscaping within the Right-Of-Way; Lighting Upgrades; Milling and Resurfac- .__;,,,• .,�. .. . 1,-• : ing. - ,� . ....- � "7"-4-- .•-"'-': t2, _ i III ssy,,j_i ....- Storm water Improvements: 16,300 In. ft. of conveyance pipe; 92 inlets and 74 -z. ,., » ,; drainage manholes; Gravity drainage wells and 31 deep underground pressurized , , , .. drainage well structures;6 new deep underground stormwater pumping stations. - . ,4i Water Systems Improvements: 17,500 In.ft.(Priority 2)of New 8"DIP Water Main; . 16,444 In. ft. (Priority 3) of new 8" DIP Water Main; Relocation of 172 water me- "`. '�, ters (priority two) and 5 water meters (priority three) from rear easements to the - --0.- C ,�- public sidewalks through trenchless technology. Extensive utility coordination was 14 r performed. * "-" ,2 Coordination with Permitting / Environmental Agencies: As part of this project ,. our firm obtained permits from Miami-Dade County DERM, Florida Department of r r Environmental Protection(FDEP), Florida Health Department(DOH), and the City of Miami Beach Public Works Department. Er ''�,; -...,ii, KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Roadway Design), Roadway Design, Hydraulic and Hydrologic Modeling, Water& Eduardo Martinez, P.E.(Electrical Engineering),Arnelio Alfonso, Sewer Main Design, Permitting, Utility Coordination,Hardscape, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Pipe- Landscape, Lighting, Signalization, Signing and Pavement line), Nelson Perez, P.E. (Construction Administration, Juan C. Markings, Construction Management, etc. Velazquez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 69 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR NEIGHBORHOOD NO. 1 -BISCAYNE POINT/BISCAYNE BEACH CLIENT NAME City of Miami Beach, CIP Office o Carla Dixon APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)673-7000 Ext. c) 7071 START I COMPLETION DATE June 2014 email:carladixon@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $933,250.00 PROJECT LOCATION Biscayne Point Neighborhood "North Beach"area is bounded by Stillwater Drive to the north, Biscayne Point Island to the south, and Biscayne Beach to the east,City of Miami Beach, Florida PROJECT DESCRIPTION Prepared construction documents(plans and specifications)for the following im- provements:develop new typical section and roadway plans for Stillwater Drive, provide edge of pavement profile (EOP), longitudinal profile of the three hot ' . " spots at Biscayne Point Island,new drainage system with deep underground z gravity well structures at Stillwater Drive and Biscayne Beach, as well as the drainage design for three hot spots at Biscayne Point,water main upgrades, , new decorative lighting system at Stillwater Drive, landscape and irrigation upgrades, update signing and pavement markings for the three sub-neighbor- _• hoods.Also responsible for the office administration construction progress activ- ities related to the construction of this right-of-way improvement project.Some of • the construction management services provided for this project included:Week- ly eek ly construction meeting; Perform all shop drawing program functions; Respond to request for information(RFI's);Evaluate request for changes to project sched- ules; Contract documents clarifications; Inspect MOT operations; and Review, ,, track and maintain construction schedules. Extensive utility coordination was >- " perfomred. tit Coordination with Permitting I Environmental Agencies:As part of this proj- ,r ect our firm obtained permits from Miami-Dade County DERM, Florida Depart- -n '" ment of Environmental Protection (FDEP), Florida Health Department (DOH), and the City of Miami Beach Public Works Department. '"••• KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Roadway De- Roadway Design, Hydraulic and Hydrologic Modeling, Water& sign), Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Sewer Main Design, Permitting, Utility Coordination, Hardscape, Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Landscape, Lighting, Signalization, Signing and Pavement Pipeline), Nelson Perez, P.E. (Construction Administration, Markings, Construction Management, etc. Juan C.Velazquez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 70 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. .11111 PROJECT NAME: D-B SERVICES FOR CRESPI BOULEVARD CLIENT NAME City of Miami Beach,CIP Office APCTE ROLE Engineer of Record z Bruce Mowry, P.E. I-- Phone No.:(786)759-8941 START I COMPLETION DATE November 2014-July 2015 email:BruceMowry@miamibeachfl. o gov CONTRACT AWARD AMOUNT $250,000 0 PROJECT LOCATION Crespi Boulevard, City of Miami Beach, Florida PROJECT DESCRIPTION Removed 55 LF of existing seawall and constructed a new seawall and pump station,as part of the Crespi Boulevard Project. DMSI also installed rubble rip-rap at the point of the pump station discharge into the bay as required by the DRER and US- ACOE permit requirements.The new seawall was 15'in depth and it was raised in efforts to account for future sea level rises.The proposed seawall is intended to have a top elevation of 5.50 Ft. NAVD.The project consisted of the installation of a proposed collec- tion system including 23 proposed inlets, 13 manholes, and 2,370 LF of drainage lines installed along Crespi Boulevard from Haw- thorne Avenue to 84 Street. The proposed collection system was designed to mitigate storm water runoff to a new proposed pump station and water quality system. Proposed pump station and proposed 8-ft x 4-ft box culvert discharge connection with manatee grate was installed in-place of the existing 18" outfall located at the east side of Crespi Boule . : yard/81 Street intersections. -0 ; + : ' Imo. ENGINEER OF RECORD FOR THIS DESIGN aii ° 4 BUILD PROJECT WAS APCTE FOR THE . fa `,A , �, "11 � • PUMP STATION ' ' . ., �.'' KEY PERSONNEL CONSTRUCTION DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager),Alex Yi, P.E. (Roadway Design), Eduar- Roadway Design, Hydraulic and Hydrologic Modeling, Water& do Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, P.E. Sewer Main Design, Permitting, Utility Coordination, Hardscape, (Hydraulic Modeling),Lazaro Ferrero, P.E.(Water Pipeline),Nel- Landscape, Lighting, Signalization, Signing and Pavement son Perez,P.E.(Construction Administration)Juan C.Velazquez Markings, Construction Management, etc. (Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 71 SIMILAR PROJECT EXPERIENCE .iiiiimi/"- "— A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 111111111.1111 PROJECT NAME: RECONSTRUCTION OF BISCAYNE BOULEVARD CLIENT NAME City of Miami o Jose Lago, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)333-9915 () Fax No.:(305)416-1019 START COMPLETION DATE April 2004-November 2006 a Iz email:jlago@miamigov.com 0 CONTRACT AWARD AMOUNT $152,425.00 PROJECT LOCATION SR-5/Biscayne Boulevard from N.E. 14th Street to N.E. 15th Street, Miami, Florida PROJECT DESCRIPTION Designer of Record to Prepare Construction Documents(plans and spec- ., ____-.44;,— . " ifications) for the reconstruction of SR-5 / Biscayne Boulevard from NE _- ' i `"'o'=.°` ., 14th Street to NE 15th Street. The project included Milling, Resurfacing ., ._ and Streetscape improvements of the street surrounding the new Per- formance Art Center(PAC)which is being referred as the"Super Block" 1' 61104 - -$; ' '- r ,- and bounded by NE 13th Street to the south, NE 15th Street to the north, ' ._, _ "" • , ".` Bayshore Drive to the east and NE 2nd Avenue to the west,City of Miami, 4 1 _ '; „.. Miami-Dade County.The project also included hardscape limited to street = i- T. , ct,,. - furniture, sidewalk,signing and pavement markings, lighting, utility coor- F!a 5' _`�r: a, .� '.'. "; I.-d ^, °` ,a -.7.4"`.` " ,A,,,.4 7 dination, landscaping, cost estimates, and all necessary incidental items _. -- for a complete project. Extensive utility coordination was performed. ', ;. . _ i-_,-....7".-1.7,, . - Coordination with Permitting I Environmental Agencies: As part of , 4,41:‘.......,-4. 1 " this project our firm obtained permits from Miami-Dade County DERM, :. ti, r-I.t and the City of Miami Public Works Department. - "- �'" '+ + Yui 41.1 4 I'. .S "..'. 1 KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. (Project Manager), Eduardo Martinez, P.E. (Electrical Engineer- Roadway Design, Hydraulic and Hydrologic Modeling, Permit- ing),Amelia Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, ting, Utility Coordination, Lighting, Signalization, Signing and P.E. (Water Resources), Lissette Goun, E.I. (Signalization Pavement Markings, etc. Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 72 SIMILAR PROJECT EXPERIENCE ,agions/'- -- A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: NORTH 14TH STREET ENTERTAINMENT STREETSCAPE IMPROVEMENTS CLIENT NAME City of Miami Jose Lago, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)333-9915 c) Fax No.: (305)416-1019 START�COMPLETION DATE January2006-September 2007 email:jlago@miamigov.com 0 CONTRACT AWARD AMOUNT $260,000.00 PROJECT LOCATION North 14th Street from FEC railroad to N.E.2nd Avenue, Miami, Florida PROJECT DESCRIPTION Designer of Record to Prepare Construction Documents (plans and specifications) for the North 14th Street Media Entertainment (ME) District Streetscape Improvement from FEC Railroad to NE 2nd Avenue.The project included Road- way Reconstruction and Streetscape improvements. The project also included hardscape limited to street furniture, .. sidewalk,signing and pavement markings,lighting,utility co- ordination, landscaping, cost estimates, and all necessary incidental items for a complete project. Extensive utility co- ordination was performed. Coordination with Permitting I Environmental Agen- - cies: As part of this project our firm obtained permits from #._, Miami-Dade County DERM, and the City of Miami Public 1, - ' 1r., Works Department. is 4., -0 `" '> • KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. (Project Manager), Eduardo Martinez, P.E.(Electrical Engineer- Roadway Design, Hydraulic and Hydrologic Modeling, Permit- ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, ting, Utility Coordination, Lighting, Signalization, Signing and P.E. (Water Resources), Lissette Goun, E.I. (Signalization Pavement Markings, etc. Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 73 SIMILAR PROJECT EXPERIENCE - A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: DOWNTOWN BEAUTIFICATION PROJECT CLIENT NAME City of Miami CIP Office O IJ- APCTE ROLE Engineer of Record and Const. Manager Onuigbo Valentine, P.E. (-) Phone No.: (305)416-2588 START COMPLETION DATE 2009-March 2012 a I July z email:ovalentine@miamigov.com 0 CONTRACT AWARD AMOUNT $525,000.00 0 PROJECT LOCATION Downtown Miami from Biscayne Blvd.to Miami Ave and from SE 2nd St to NE 3rd St., Miami, Florida PROJECT DESCRIPTION This contract included the removal and replacement of concrete sidewalks and curb and gutter, milling and resurfacing of the . ,.. °,!1,,I, ' `11i �ry1"..'-', involved roads, striping, provided stamped crosswalks at every ,- intersection, construction of new colored sidewalks and ADA "" 1 ramps,conduit installation for new street light system, utility box ,,ITh * pm , - cover adjustments and landscaping,all done at night to minimize „, the construction impact to the public during regular business hours. Directly involved in the public information and coordina- P tion with business owners, building administrators, Miami Dade - .- `''=='—' Parking Authority,etc. Project limits were:NW/NE 1st,2nd,and 3rd Street from SW 1st Ave. to SR 5/ Biscayne Blvd.; SW/ SE 1st and 2nd Street from SW 1st Ave.to SR 5/Biscayne Blvd;andt. w - ` SW 1st Ave, Miami Ave, NE 1st,2nd,and 3rd Avenue from SW/ ' SE 2nd Street to NW/NE 3rd Street.Also provide Construction �, Management and Construction Engineering and Inspection Ser- IL ;`...:*%.- vices. Utility Coordination was a major milestone in this project, especially with FPL for the upgrade of the lighting system within the limits of the project Coordination with Permitting 1 Environmental Agencies: As part of this project our firm obtained permits from Miami-Dade County Department of Regulatory and Economic Resources (DRER), and the City of Miami Public Works Department. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. Roadway Design, Structural Design, Hydraulic and Hydrologic (Project Manager), Eduardo Martinez, P.E. (Electrical Engineer Modeling, Permitting, Utility Coordination, Lighting, Signaliza- ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Resources), Osmany Alfonso(Structural Desing) tion, Signing and Pavement Markings, etc. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 74 SIMILAR PROJECT EXPERIENCE . iiiimii�'' A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. IIIIMIIIIIIIIIII PROJ ECT NAME: MIAMI RIVER GREENWAY SW 1ST COURT TO SOUTH MIAMI AVENUE CLIENT NAME City of Miami CIP Office o u_ APCTE ROLE Engineer of Record and Const. Manager Orlando Misas 0 Phone No.: (305)416-1038 START COMPLETION DATE September 2014-December 2015 a � p z email:omisas@miamigov.com 0 CONTRACT AWARD AMOUNT $425,000.00 0 PROJECT LOCATION Downtown Miami from Biscayne Blvd.to Miami Ave and from SE 2nd St to NE 3rd St., Miami, Florida PROJECT DESCRIPTION Engineer of Record/Project Manager for the design and preparation of Contract Plans and Specifications of the FDOT LAP's funded project for the extension of the Miami River Greenway from SW 1st Court to South Miami Avenue. Scope of Work was based on the City of Miami River Master Plan and included milling &resurfacing,decorative side-walk reconstruction, decorative lighting, new drainage,amenities,signing&pavement marking,and landscaping. Project also involved the preparation of the Technical Memoran- dum, utility coordination, preparing cost estimates, obtaining all permits includ- ing DERM, Miami-Dade County Public Works, FDOT, and coordination Miami Dade Transit to obtain a Maintenance ,, i`-.:.,, , Agreement for the construction of the 1,'- , r "'new sidewalk under the existing M-Path ► � .; and FPL to upgrade the existing lighting '' '\ system. � ri 1 Coordination with Permitting I Envi- 14:4 ronmental Agencies: As part of this project our firm obtained permits from '' :f ". ,: • ,` �_ + t Miami-Dade County Department of < ', Regulatory and Economic Resources , - i ,�'* .., ' . (DRER), Miami-Dade CountyPublic "� - ,�, _ �,, - � Works and Transit. K '}s*wa,.*,,F°vr , '., , , . KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. Roadway Design, Hydraulic and Hydrologic Modeling, Permit- (Project Manager), Eduardo Martinez, P.E. (Electrical Engineer- ting, Utility Coordination, Lighting, Signalization, Signing and ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, Pavement Markings, etc. P.E. (Water Resources) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 75 SIMILAR PROJECT EXPERIENCE /—A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: RECONSTRUCTION OF S.W.62ND AVENUE CLIENT NAME Miami Dade County Department of Transportation o Octavio Marin, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)375-4664 (-) Fax No.:(305)679-7738 STARTCOMPLETION DATE June 2009-October 2011 a I z email:ocm@miamidade.gov 0 CONTRACT AWARD AMOUNT $432,619.00 PROJECT LOCATION S.W.62nd Avenue from S.W.24th Street to N.W. 7th Street, Miami-Dade, Florida PROJECT DESCRIPTION Designer of Record for this reconstruc "° tion project. Prepared a Contract Plans "°' "Mr ,,.,'.4'9"..4,, , Set for the total reconstruction of a 2.0 mi , . segment of this urban corridor. Including upgrading one signalized intersections from span-wire to mast-arm, implemen- tation of a traffic safety study, compliance "'' ' with ADA requirements, drainage design, signing & pavement markings, and the , �;, , ,,--. design of a new street lighting system.Ex- ' ''° 4 -r'=y: . ,,, 0 , tensive utility coordinaiton was perfomred. 0 ?' This project include harmonization design _ s treatments to properties due to grade dif- " ■ ■ ■ ' -� ' ferential between proposed and existing ,, 1 .. �+ ''' -: ' P p a , grades. °� }_ ..,, � F� �",` . ..., •, Coordination with Permitting I Envi- * .- `' TRAFFI,o ronmental Agencies: As part of this project our firm obtained permits from Mi- .� CIRCL.� ami-Dade County DERM Class II Permit, ,- and Miami-Dade County Department of .. : Transportation ,-•. , KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Alex Yi, P.E. (Project Manager), Eduardo Martinez, P.E. (Electrical Engineering), Roadway Design, Hydraulic and Hydrologic Modeling, Permit- Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. ting, Utility Coordination, Landscape, Lighting, Signalization, (Water Resources), Eithel Sierra, P.E. (Signing and Pavement Signing and Pavement Markings,etc. Markings), Lissette Goun, E.I. (Signalization Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 76 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: RECONSTRUCTION OF N.W.37TH AVENUE CLIENT NAME Miami Dade County Department of Transportation Y. Raul Quintela, P.E. APCTE ROLE Engineer of Record and Design Project Manager }- ,c1 Phone No.:(305)375-3971 STARTCOMPLETION DATE October 2013-February2016 a Fax No.:(305)679-7738 I z email:raul.quintela@miamidade.gov 0 CONTRACT AWARD AMOUNT $608,606.00 PROJECT LOCATION N.W. 37th Avenue from North River Drive/NW 36th Street to N.W. 79th Street, Miami-Dade, Florida PROJECT DESCRIPTION This project is part of the People's Transportation Plan Funding.This portion of N.W. 37th Avenue / Douglas Road is an existing north- south two-lane road that extends approximately 2.72 miles from N.W. North River Drive to N.W.79th Street.Roadway divides the boundary of the City of Hialeah on the west side and Miami-Dade County on the east side of the centerline.The corridor land use is primarily industri- • al.APCTE was responsible for the preparation of Construction Plans for the entire segment of this urban corridor, including roadway re- - construction, compliance with ADA requirements, drainage, lighting, signing and pavement marking. Proposed typical section includes one 13.5-ft thru lane in each direction, a 13-ft two-way left turn, 2-ft valley gutters, 7-ft parking lanes and 6' concrete sidewalk on both , sides. Project also includes upgrading one signalized intersection ' from span-wire to mast-arm and modifying three existing signalized I �4 .:4° intersection to match new roadway typical section.Additionally, four ""` �.41- ,. ,! of the existing railroad crossings are being upgraded for both F.E.C. and C.S.X.railroad companies and two previously abandoned cross- ing are being removed within this project. Extensive utility coordina- - tion was performed. w fi„a. I el Coordination with Permitting I Environmental Agencies: As part < _ • of this project our firm obtained permits from Miami-Dade Coun- " - µ „ - ,p_.�r� 't' ty DERM Class II Permit, and Miami-Dade County Department of - - ,,µ` *` Transportation - KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge), Eithel Sierra, P.E. (Project Manager), Eduardo Martinez, P.E. (Electrical Engineer- Roadway Design, Hydraulic and Hydrologic Modeling, Permit- ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferre- ting, Utility Coordination, Landscape, Lighting, Signalization, ro, P.E. (Water Resources), Lissette Goun, E.I. (Signing and Signing and Pavement Markings,etc. Pavement Markings and Signalization Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 77 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 111.111.111111 PROJ ECT NAME: N.W. 14TH STREET RECONSTRUCTION CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)470-5271 U Fax No.:(305)470-5338 START COMPLETION DATE March 2001 -January2003 a I z email:harold.desdunes@dot.state. flus CONTRACT AWARD AMOUNT $303,349.00 PROJECT LOCATION N.W. 14th Street from N.W.42nd Court to N.W. 34th Avenue, Miami, Florida PROJECT DESCRIPTION Prepared Construction Documents (plans and specifications) for the recon- ---- moin struction of a 0.6 mile segment of this urban corridor, including new drainage ® »>> system, upgrading two signalized intersections from span wire to mast arm, 0 4 , compliance with ADA requirements, construction of a new two directional share s° ; use pedestrian sidewalk/bicyclist path facility, new lighting system, signing & ; a . pavement markings and landscape&irrigation, new drainage system based on .'# .' „,l-t a combination of french drains, deep underground control structures and a . 12,000 GPM stormwater pump station. This pump station was designed to , eliminate the flooding problems at the intersection of NW 37 Ave and NW 14 ST y �''j ' - 1 , as part of a JPA between FDOT and the City of Miami.The project includes an ' emergency overflow structure that discharges into the C-5 Canal in case that ;4 ' { the pumps are not working and a water level recorder that keeps record of the _ different stages at what the pumps operate. Extensive utility coordination was ;. performed. i Coordination with Permit- I Environmental Agen- .. \ cies: As part of this project our firm obtained permits from *- , -. Z Miami-Dade County DERM c---,.. ,,. w � _” Class II and III Permits, and %,*-- i'; , City of Miami PWD and Flor- 21V ' " ida Department of Transpor- ,. , - lay tation T - KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil Mera, Roadway Design, Hydraulic and Hydrologic Modeling, Water& P.E. (Project Manager), Eithel Sierra, P.E.(Roadway Design), Sewer Main Design, Permitting, Utility Coordination, Hardscape, Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. Landscape, Lighting, Signalization, Signing and Pavement (Drainage Design), Lissette Guon, E.I.(Signing and Pavement Markings, Construction Management, etc. Markings) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 78 SIMILAR PROJECT EXPERIENCE / A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 11111111.1.111,, PROJECT NAME: SR-9971 KROME AVENUE RECONSTRUCTION CLIENT NAME Florida Department of Transportation District 6 o Adriana Mazanares, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)470-5283 U Fax No.: (305)470-5547 START COMPLETION DATE 2005- 2008 a I July Aprilz email:adriana.manzanares©dot. o state.fl.us CONTRACT AWARD AMOUNT $999,339.00 PROJECT LOCATION SR-997/Krome Avenue from U.S. 1 to Avocado Drive I S.W.296th Street, Miami, Florida PROJECT DESCRIPTION This project was part of the improvements identified in the Department's Krome Avenue Action Plans approved by the Miami-Dade Metropolitan Planning Organization in March, 1999.This portion of Krome Avenue is a north-south two-lane roadway that extends ap- proximately 3.78 miles from US-1 to Avocado Drive,running through the center of Florida City and the City of Homestead in southern Miami-Dade County.The corridor land use is primarily industrial in the Florida City section (S.W. 352nd St to S.W. 328th Street/Lucy Street)and commercial in the City of Homestead section(S.W.328th Street/Lucy Street to S.W.296th Street/Avocado Drive).Design- er of record for this project. Prepare Construction Documents(plans and specifications)for the 3.78 mile segment of this urban cor- ridor, including signing & pavement markings,upgrading seven signalized intersections from span-wire to mast arm, a new signalized intersection, ,.: '*, -,., ),„....r.,.. '1- 0.5 mi of lighting, implementation of -,, '..-w ^ four traffic safety studies, implemen- --"N',- 1.:-;-" ----, 't 1 tation of Access Management and 1 compliance with ADA requirements, Landscaping & Irrigation within the I .- City of Homestead Florida. Extensive '" s 3 - j utility coordination was performed. r4 yor }; e,, � �� Coordination with Permitting / "-"` I Environmental Agencies: As part ==3'n i A of this project our firm obtained per- mits from Miami-Dade County DERM Class II Permits, and City of Home- >, ;' stead . .. 1 KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge),Alex Yi, P.E.(Project Roadway Design, Hydraulic and Hydrologic Modeling, Water& Manager), Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Sewer Main Design,Permitting, Utility Coordination,Landscape, Ferrero, P.E. (Water Resources), Eihtel Sierra, P.E. (Signaliza- Lighting, Signalization, Signing and Pavement Markings,etc. tion), Lissette Guon, E.I. (Signing and Pavement Markings) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 79 SIMILAR PROJECT EXPERIENCE /'�=- A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: MIC STORMWATER MANAGEMENT MASTER PLAN CLIENT NAME Florida Department of Transportation District 6 o Ricardo Salazar, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)470-5264 (-) Fax No.: (305)470-5293 START I COMPLETION DATE March 2002-May2008 a z email:ricardo.salazar@dot.state. 8 fl.us CONTRACT AWARD AMOUNT $182,766.00 PROJECT LOCATION Miami Intermodal Center, between LeJeune Road&NW 37th Ave.and NW 21st Street and NW 25th Street, Miami, Florida PROJECT DESCRIPTION The proposed drainage improvements are also solving the historical flooding problems present in the area north of NW 25th Street that is within the limits of System 11 of ,. , . i~ the MIC Drainage Master Plan. System 11 includes the f area located east of LeJeune Road up to NW 37th Ave Q and between NW 21st Street and NW 29th Street. The ' :..R C-4 Canal(Tamiami Canal)is the major canal serving this ... ,y.r..-- ' °" basin. There is reported flooding along NW 26th Street, --- thus a new deep underground stormwater pump sta ,� tion was installed at the southeast corner of the in fir` tersection between NW 25th Street and NW 39th Ave , t: The proposed Pump Station was located at the south side of NW 25th Street, approximately 100 feet east of NW 39th Ave. In general the existing drainage consisted of french drain systems with emergency overflow struc- tures.These systems provide water quality treatment and discharge into a 60" outfall pipe that discharges into the Tamiami Canal(C-4),just west of the Wyndham Hotel. 40 Coordination with Permitting I Environmental Agen- t e � , cies: As part of this project our firm obtained permits 0, M;. , . k ' s ; from Miami-Dade County Department of Regulatory and + Economic Resources (DRER), SFWMD Environmental Resources Permit,and ROW Occupancy Permit. * FYC * 44430 KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Carlos M.Gil-Mera, Roadway/ Clvil Engineering Design, Hydraulic and Hydrologic P.E. (Project Manager), Eithel Sierra, P.E. (Project Engineer), Modeling,Water Resource Engineering, Permitting, Utility Coor- Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. dination, etc. (Water Resources) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 80 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 11111111111.111 PROJECT NAME: MIC TERMINAL ACCESS ROADWAYS(MTAR) CLIENT NAME Florida Department of Transportation District 6 Adolfo Fassrainer APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)470-5496 (-) Fax No.: (305)470-5179 START COMPLETION DATE April 2001 -December 2008 email:adolfo.fassrainer@dot.state. fl.us CONTRACT AWARD AMOUNT $800,000.00 PROJECT LOCATION Miami Intermodal Center, between LeJeune Road&NW 37th Ave. and NW 21st Street and NW 25th Street, Miami, Florida PROJECT DESCRIPTION In charge of preparing the construction plans set for this new system of roads providing access to the new Rental Car Facility. The project is located just east of the Miami International Air- port and included a new system of ramps to connect the Rental e Car Facility with LeJeune Northbound and Southbound and the `"° Central Blvd. / Miami International Airport Interchange. MTAR, " in conjunction with the LeJeune Road corridor project will facili- tate a seamless connection between the MIA,Rental Car Center (RCC) and future MIC Core with SR-836 and proposed MDX Interconnector. The project included new roadway construction, I Zw ; I ;1 two new bridges, new drainage system, two new signalized in- " oljk11i .44 tersections, new lighting system, signing & pavement markings .: ,r� and landscape&irrigation. . 11 :t Coordination with Permitting /Environmental Agencies: As of this project our firm obtained permits from Miami-Dade County Department of Regulatory and Economic Resources ` (DRER), SFWMD Environmental Resources Permit, and ROW . Occupancy Permit. , 444 44'444; „Guy° ,. n % .40 KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Project Manager),Carlos M. Gil-Mera, P.E. (QA/QC), Eithel Sierra, P.E.(Project Engineer), Eduardo Roadway Design, Civil Engineering, Hydraulic and Hydrologic Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, P.E. Modeling, Permitting, Utility Coordination, Lighting, Signaliza- (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Resources), tion, Signing and Pavement Markings,etc. Lissette Guon, E.I.(Signalization) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 81 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: MIAMI INTERMODAL CENTER(MIC), ROADWAY&INFRASTRUCTURE CLIENT NAME Florida Department of Transportation District 6 E. Adolfo Fassrainer APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)470-5496 crb Fax No.:(305)470-5179 START I COMPLETION DATE April 2001 -September 2009 z email:adolfo.fassrainer@dot.state. 0 flus U CONTRACT AWARD AMOUNT $1.6 million PROJECT LOCATION Miami Intermodal Center(MIC), between LeJeune Road&NW 37th Ave. and NW 21st Street and NW 25th Street, Miami, Florida PROJECT DESCRIPTION Roadways and Infrastructure Task Manager for the MIC Man- '' " "_' ,, „-� .: agement Group.Responsible for supervising the development of - ' 74,, ,k-,,,, ` , ,''1 4 the roadway,drainage and utility master plan for this$1.3 billions g f ' + dollar project. In charge of supervising the development of the > 1 °'' 1' " construction plans for all the Limiting Access roadway construc- ti ," tion documents for the MIC-MIA Interchange, and Northbound .iiii j and Southbound Connector Distributors. Responsible for coordi- , ' �77`JF"iri " "", �, nation with all different agencies having projects in the area like � �� , , , ' Miami-Dade Expressway Authority (MDX), Miami Dade County =ilk,`,, Public Works, City of Miami, Miami International Airport etc. °` �'! , + " d:„..,....,,,„ : _ `^�' ,. �r . ',/11444440 Coordination with Permitting ! Environmental Agencies: As ° j .,17-, A, .,)`, part of this project our firm obtained permits from Miami-Dade , y ' -, ,,1S,._, County Department of Regulatory and Economic Resources N " 4ryi : � ;� ,tt, :2p (DRER), SFWMD Environmental Resources Permit, ROW Oc - ` ., cupancy Permit. Miami-Dade County PWD and MDT, City of , f ,2�. � ,�:�. ` Miami, Etc.. ` � �� i 'I ,)„� a 'r .. � 4 j '$w° ' ' I / " s3 KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Project Manager), Carlos M. Gil-Mera, Program Management, Roadway Design, Hydraulic and Hydro P.E. (Utility), Eithel Sierra, P.E. (Signalization), Eduardo Marti- logic Modeling, Permitting, Utility Coordination, Lighting, Signal- nez, P.E. (Electrical Engineering),Arnelio Alfonso, P.E. (Hydrau ization, etc. lic Modeling), Lazaro Ferrero, P.E. (Water Resources) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 82 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: MIC STORMWATER PUMP STATION CLIENT NAME Florida Department of Transportation District 6 Adolfo Fassrainer APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)470-5496 c) Fax No.: (305)470-5179 START�COMPLETION DATE July 2010-January 2012 z email:adolfo.fassrainer@dot.state. flus CONTRACT AWARD AMOUNT $85,000.00 PROJECT LOCATION N.W.25th Street and N.W 39th Avenue, Miami, Florida PROJECT DESCRIPTION The Miami Intermodal Center (MIC) is part of the Miami-Dade Transporta- tion Improvement Program (1995)to improve the access to the Miami Inter- national Airport (MIA), thereby alleviating traffic congestion on MIA access roadways.All these improvements will increase the transit system's ability to " ^ capture trips to and from MIA and reduce traffic congestion on local roadways. The proposed improvements to the existing transportation system by the MIC program will modify the existing drainage patterns of the area located within the project limits. The MIC Management Group (MMG) in coordination with FDOT District VI and MDX has developed a comprehensive drainage study _ { ; JJ that evaluates the pre and post-development drainage conditions of this area. ; .: , .• ' • The proposed drainage improvements were also solving the historical flooding problems present in the area north of NW 25th Street that is within the limits ,g of System 11 of the MIC Drainage Master Plan. System 11 includes the areaa.,. „ I located east of LeJeune Road up to NW 37th Ave. and between NW 21st r P.1 It Street and NW 29th Street.The C-4 Canal(Tamiami Canal)is the major canal serving this basin. There is reported flooding along NW 26th Street, thus a new Stormwater Pump Station was installed at the southeast corner of the .I intersection between NW 25th Street and NW 39th Ave.The proposed deep 4 underground pump station was located at the south side of NW 25th Street, . * .. _y.. approximately 100 feet east of NW 39th Ave. In general the existing drainage consisted of French drain systems with emergency overflow structures.These systems provide water quality treatment and discharge into to a 60" outfall pipe that discharges into the Tamiami Canal (C-4),just west of the Wyndham Hotel. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Arnelio Alfonso, P.E. Hydraulic and Hydrologic Modeling, Permitting, Utility Coordina- (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Resources), tion, Site Civil Design, Structural Design, Electrical, etc. Eduardo Martinez, P.E.(Electrical Engineering) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 83 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: SR 826/SR 836 INTERCHANGE 1 PALMETTO SECTION 5 CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)470-5271 START COMPLETION DATE October 2009-March 2012 a Fax No.: (305)470-5547 I z email:harold.desdunes@dot.state. fl.us CONTRACT AWARD AMOUNT $1,250,000.00 PROJECT LOCATION SR 826/SR 836 Interchange/Palmetto Section 5, Miami, Florida PROJECT DESCRIPTION State Road (SR) 826 (Palmetto Expressway) and SR 836 (Dolphin Expressway) K' are major limited access, urban freeways connecting the north, south, east and r west of Miami-Dade County, Florida. The intent of this Stormwater Management a," - \ Master Plans was to identify the drainage systems within the project limits, the _,� existing drainage conditions, water quality and quantity analysis of the proposed drainage system and detailed calculations and final hydraulic analysis.The SR 826 /836 Interchange Project(Interchange Project)consists of approximately 5.4 miles ' of corridor improvements including pavement resurfacing, bridge construction, roadway reconstruction, and canal relocation. The Project limits of construction t for SR 826 are from 1,270 feet south of Flagler Street to 1,375 feet south of N.W. r' 25th Street, and for SR 836(Dolphin Expressway)from N.W. 87th Avenue to N.W. - ; 57th Avenue.The Interchange Project lies entirely within the South Florida Water Management District's(SFWMD)C-4 Canal Basin, and ultimately discharges into the C-4(Tamiami)Canal. The stormwater conveyance of the expressway corridor was accomplished through five existing secondary canal systems. The project also required a new lighting system for SR-826,from S.W. 4th Street to N.W. 22nd Street, and for SR-836, from N.W. 92nd Avenue to N.W. 57th Av- enue. Due to the construction of new on and off ramps, additional lighting was installed on impacted side streets including, but not limited to, Flagler Street and 87th Avenue. The new lighting system consisted of approximately one thousand _ _ _ light pobnng"" luminaires mountingalongoth heightshighways betweenandmore fifteen than and fortyonehufivedred feet.uder The entirebride light deck L .,, ' ` ` " ing system required seven service points with an average of 200 amps each, and it was designed to comply with FDOT and MDX criteria. Special conditions and considerations were given to design the section of SR-826 in the vicinity of Miami �w ti ;0't ; International Airport to comply with Federal Aviation Authority regulations. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, P.E. (Hydraulic Roadway Design, Hydraulic and Hydrologic Modeling, Permit- Modeling), Lazaro Ferrero, P.E. (Water Resources), Erik Sibila, ting, Utility Coordination, Lighting, Signalization,etc. P.E. (Project Engineer), Magali Alfonso(Designer) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 84 SIMILAR PROJECT EXPERIENCE ----- A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. IIIIIIIIIM PROJECT NAME: PORT OF MIAMI TUNNEL(POMT) CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Technical Advisory, Review and CEI - Phone No.: (305)470-5271 () Fax No.:(305)470-5547 START I COMPLETION DATE October 2012-June 2014 a z email:harold.desdunes@dot.state. 8 fl.us CONTRACT AWARD AMOUNT $2.1 million PROJECT LOCATION Port of Miami Tunnel(POMT)from Watson Island to Dodge Island, Miami, Florida PROJECT DESCRIPTION Tunnel under Government Cut, Roadway work on Dodge and Watson Islands, MacArthur Causeway Bridge widening, and a 43 foot diameter tunnel boring machine specifically constructed for the project. The Port of Miami Tunnel (POMT) project is an integral component of a larger program incorporating operational .0, p-Imite. improvements to SR-836/Dolphin Expressway(from the existing ° — "-_.- _-...— ,°,_� toll station)to the 1-95 and 1-395 Interchange. Multiple options for ---; *`= increasing port access were explored. Only the Watson Island It/:fot * - i -' tunnel met all requirements of local,state and federal standards. (` a • The Project included a tunnel under Government Cut, Roadway .. work on Dodge and Watson Islands,MacArthur Causeway Bridge ,,,�.., .i I: i :' widening, and a 43 foot diameter tunnel boring machine specifi- ' ° '\ l i cally constructed for the project was used.APCTE has provided : SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR SR 826 EXPRESS LANES CLIENT NAME Florida Department of Transportation District 6 APCTE ROLE Engineer of Record and Design Project Manager z Phoneeresa No.:Alvarez, P.E. g g g Phone No.:(305)640-7557 START I COMPLETION DATE September 2014-July 2016 email:teresa.alvarez@dot.state.fl.us CONTRACT AWARD AMOUNT $883,000.00 PROJECT LOCATION SR 826(Palmetto Expressway)from Flagler Street to NW 154 Street and SR 93/1-75 from SR 826 to NW 170 Street, Miami, Florida PROJECT DESCRIPTION Responsibilities included the preparation of construction documents and structural calculations to design a 143-ft long steel sheet pile bulkhead wall parallel to Peter's Pike Canal tied to a new corrugated metal culvert. A portion of the wall is adjacent to SR 826 and required a tie back system comprised of tie rods and concrete deadman to resist traffic surcharges. Coordination with Permitting I Environmental Agencies:As part of this project our firm obtained permits from Miami-Dade County DERM, and the Florida Department of Environmental Protection(FDEP). TOP OF COPING EL.VARIES(SEE PLAN AND ELEV.SHEETS) r CONTINUOUS DEADMAN EL.VARIES EL.VARIES MAX.EL.=7.000 2 rcr.--, rL1 EL 0.96 APPROXIMATE LOCATION OF DRAINAGE C (WHERE APVIABAPPLICABLE) EE PLAN EW PROPOSED GROUND EL.VARIES KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Osmany Alfonso, P.E. (Structural/bulk- Roadway Design, Hydraulic and Hydrologic Modeling, Water head Design), Eduardo Martinez, P.E. (Electrical Engineering), & Sewer Main Design, Structural/Bulkhead Design, Permitting, Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. Utility Coordination, Lighting,etc. (Water Pipeline) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 86 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: N.W.25TH STREET VIADUCT PROJECT CLIENT NAME Florida Department of Transportation District 6 Claudio Diaferia, P.E. APCTE ROLE Construction Engineering& Inspection Services - Phone No.:(305)499-2392 ;ft Fax No.:(305)499-2351 START COMPLETION DATE January 2012-August 2016 email:claudio.diaferia@dot.state. fl.us CONTRACT AWARD AMOUNT $5.5 million PROJECT LOCATION N.W. 25th Street from the Palmetto Expressway(SR 826)to NW 89th Court, Miami, Florida PROJECT DESCRIPTION The project involves two major parts:the roadway reconstruction and widening of NW 25 Street from the Palmetto Expressway WNW (SR 826)to NW 89 Court and the construction of a viaduct.The viaduct,elevated about 30 feet,is situated mainly along the north I /44170* side of NW 25 Street and will connect with the existing east via- duct rM. over the Palmetto Expressway and touch down just east of NW 82 Avenue.The project also included: • Widening of NW 25 Street over the North Line Canal; • The addition of a third westbound through lane from NW 82 Avenue to NW 89 Court; • Adding dual left-turn lanes on NW 87 Avenue to NW 25 E Street; • Adding dual right-turn lanes from NW 84 Avenue to east- bound NW 25 Street; • Adding dual left-turn lanes on NW 82 Avenue to NW 25 Street; • Adding dual left-turn lanes on westbound NW 25 Street to " southbound NW 82 Avenue; �• s y " • Updated signing and pavement markings; • New landscaping and brick pavers in medians. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge), Nelson V. Perez, P.E. (Sr. Project Engineer),John Williams(Project Administra- dorBridge),Juan Medina, P.E. (Project Administrador Road Construction Management and Construction Inspection Services way),Jorge Manso, P.E. (Senior Bridge Inspector), Ramon Liana, E.I. (Contract Support Specialist),Jason Perez(Senior Roadway Inspector),Alex Milz(Senior Roadway Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 87 SIMILAR PROJECT EXPERIENCE /-"= A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: N.W.87TH AVENUE INTERCHANGE RECOSNTRUCTION CLIENT NAME Miami-Dade Expressway Authority o z Gil Portela, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)551-8100 U START I COMPLETION DATE April 2012-May 2015 Fax No.: (305)551-2800 oz email:gportela@hntb.com CONTRACT AWARD AMOUNT $6.5 million U PROJECT LOCATION SR 836 and NW 87th Avenue Interchange, Miami, Florida PROJECT DESCRIPTION The SR-836/ NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Section 5 Master Plan. The project will complete the system to system connections for the western portion of SR-836 connecting to SR-826 and provide the ul- timate capacity improvements along the SR-836 mainline. In addition the project will provide significant traffic operations and safety improvements for the interchange and the surrounding arterial network.The goal is to improve the access from the arterial network onto the expressway and thus relieving the arterial grid, in particular the intersection of NW 87th Avenue and NW 12th Street. Being able to accomplish this will be a win-win for all _, ,, ,,,,..-.. by reducing commuter travel times on SR-836pplippw-,..... r.KK .x " ;"` ; . ,�`and im rovin o erations on NW 87th Avenue -- ' and NW 12th Street. Improving interchange "` e = operations is also a key factor, which include providing ramp sequencing at the interchange, --: _ _ ..� '. `�. - _ providing lane continuity and balance,and elim- , mating the weaving condition within the inter- � � change. vz., For structures,the project includes the replace- . / • 4 ment of all the SR 836 bridges over 87th Ave 44 fid,, w �j nue as well as permanent and temporary retain- , f. V. walls, overhead span and cantilever sign -. 1 Vic.: N '.. - structures, mast arm structures, sound walls '4 -- .; ,. �� -, ii t and special structures and a new curved flyover bridge over NW 12th Street and WB SR-836. ,, ' ' q« 'i v ` KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Project Manager),Carlos M. Gil-Mera, P.E. (QA/OC), Eithel Sierra, P.E. (Roadway), Eduardo Martinez, Roadway Design, Structural Design, Hydraulic and Hydrologic P.E. (Electrical Engineering),Arnelio Alfonso, P.E. (Hydraulic Modeling, Permitting, Utility Coordination, Lighting, ITS, etc. Modeling), Lazaro Ferrero, P.E. (Water Resources), Osmany Alfonso(Structural Desing) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 88 SIMILAR PROJECT EXPERIENCE orl."""' A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: DIB FOR N.W.36TH STREET BASCULAR BRIDGE REPLACEMENT CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)470-5271 U Fax No.:(305)470-5338 START I COMPLETION DATE July 2014-March 2016 z email:harold.desdunes@dot.state. g fl.us CONTRACT AWARD AMOUNT $800,000.00 v PROJECT LOCATION N.W.36th Street from 120 ft.west of Lee Drive to just east of Coolidge Drive, Miami, Florida PROJECT DESCRIPTION This contract included two distinct projects. Project 425979-1- 52-01 included milling & resurfacing, median modifications, sidewalk, and ADA ramp construction along NW 36th Street. ,,, u illil' ' .',,„ The limits of this project go from about 120 ft.west of Lee Drive to just east of Coolidge Drive. Project 418065-2-52-01 included major reconstruction including the replacement of the NW 36th Street bascular bridge over the Miami Canal, as well as milling and resurfacing, drainage, lighting, signalization, and minor in- 4 ,: : "" tersection modifications of NW 36th Street at NW South River 5.Iv �° Drive and NW North River Drive. This project entailed replacing - , ' =- ""` a functionally obsolete Hanover Bascule Bridge crossing the Mi- T ,1'.1....:1„_ _.,_,.�_r .. ami Canal C-6 with two fixed concrete bridges.Rubble Rip-Rap — °. to protect the C-6 Canal embankment was required by the "`=� n "` v -_ _ SFWMD permit requirements. The existing steel bridge is a „ -- single leaf bascule built in the 1950's and follows an innovative design solution for skewed crossings. Extensive utility coordina- ,''?. tion was performed. Coordination with Permitting I Environmental Agencies: As , , -Nto , part of this project our firm obtained permits from Miami-Dade County Department of Regulatory and Economic Resources (DRER), South Florida Water Management District (SFWMD), `. Environmental Resources Permit,and ROW Occupancy Permit. - KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Signalization), Edu- Roadway Design, Structural Design, Hydraulic and Hydrologic ardo Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, Modeling, Permitting, Utility Coordination, Lighting, Signaliza- P.E.(Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Re- tion,Signing and Pavement Markings, etc. sources), OsmanyAlfonso(Structural Desing) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 89 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJ ECT NAME: GOVERMENT CUT UTILITY RELOCATION PROJECTS CLIENT NAME Miami-Dade Water and Sewer Department o z Ronald Fields, P.E. APCTE ROLE Contract Administration &Const. Management Phone No.: (305)514-3100 rl Fax No.:(305)261-5737 START I COMPLETION DATE January 2010-October 2012 oo email:fields@pbworld.com 0 CONTRACT AWARD AMOUNT $984,050.00 PROJECT LOCATION Goverment Cut Channel and Fisherman's Channel, Miami, Florida PROJECT DESCRIPTION Relocation of a 54-inch FM underneath Government Cut Channel& 20"WM underneath Fisherman's Channel. The Scope of Work for , . 11325D ` this contract was to provide Contract Administration and Construc- tion onstruc tion Management Services for the 54" Force and 20" Water Main • - relocation.Water Main Scope was to facilitate future deepening and - , widening of Fisherman's Channel.The scope of work included: l• ".,'''''- . 2 • Installed and placed into service new 24"and 12"water lines in- +err- . side a minimum 60"casing through approx.800 If of micro-tun- ". ._ ,r 4 „� nel,with deep shafts for entry and retrieval on Port Island and — - `,., Fisher Island, respectively. .,.. - " • Installed and placed into service a new 54"force main inside a '. , ., ' 1`,a -- 72"casing via approx. 1100 If of micro-tunnel. ', " . + ' ,v, ,� `T, , • 80'deep shafts for entry and retrieval of micro-tunneling boring f 7 — machines(MTBM). ..- `' • Prepared existing section of 54"Force Main under Government 'l • • , Cut for removal by another contractor (cleaning, disinfection, , �r. , w cutting of existing 54"pipe). . , • Prepared section of existing 20"water Main under Fisherman's < � w " a Channel for removal by another contractor under a separate ''''.,,%' contract. ,;'M ` ..ry General Activities: Mobilization and design submittals; build Port Is- mµ - ,, "•' ., •'" land shaft & procure micro-tunnel equipment; build shaft at Fisher 'T . "°J—`„. '2 ,,:iii.-',,,k- . Island and metering station at Port Island; micro-tunneling&casing ., = installation; connections; testing; and grouting pipes; restoration • / Q and cleanup. X"" - KEY PERSONNEL ENGINEERING DISCIPLINES Carlos M. Gil-Mera, P.E.(Principal-in-Charge), Erik Sibila, P.E. (Sr. Inspector),Armando Rubio(Project Administrator),Juan Contract Administrator and Construction Management Services Carlos Velasquez(Sr. Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 90 BONDING LETTER DAVID MANCINI AND SONS, INC. 1210 WASHINGTON AVE.,SUITE 250,MIAMI BEACH,FL 33139 OFFICE: 305-532-8827 I FAX: 305-532-8835 I WWW.DMSI.COM TRAVELERS J Stephen R.Dante Account Executive Officer Travelers Bond Construction Services (248)312-7954 (866)216-5992 1441 West Long Lake Rd., Suite 300 Troy,Michigan 48098 October 4.2016 City of Miami Beach 1755 Meridian Avenue. 3rd Floor Miami Beach.FL 33139 Re: Design/Build Services for Right of Way Infrastructure Improvement Program for Flamingo Park Neighborhood RFP No.2016-205-KB To Whom It May Concern: It has been the privilege of Travelers Casualty and Surety Company of America ("Travelers")1 to provide surety bonds for David Mancini& Sons,Inc. since 2012. It is our opinion that David Mancini & Sons, Inc. is qualified to perform the above captioned project, and currently has the bonding capacity available, which we understand is estimated to be approximately $10 million. At their request, we will give favorable consideration to providing the required performance and payment bonds. Please note that the decision to issue performance and payment bonds is a matter between David Mancini&Sons,Inc.and Travelers,and will be subject to our standard underwriting at the time of the final bond-request, which will include but not be limited to the acceptability of the contract documents,bond forms and financing. We assume no liability to third parties or to you if for any reason we do not execute said bonds. We are pleased to share with you our experience with this fine organization. If you require any additional information,please let us know. Sincerely, TRAVELERS CASUALTY AND SURETY COMPANY OF RICA tep en R. Dante Travelers is an A++(Superior)A.M.Best rated insurance company(Financial Size Category XV($2 billion or more)). D W N 2 r-1 D K (11 TAB 2 PROJ ECT TEAM FLAMINGO PARK NBICHBORHOOD FLAMINGO PARK NEIGHBORHOOD IMPROVEMENTS MN PROJECT TEAM SECTION 2.1 -ORGANIZATIONAL CHART Firm Organization:The Design-Build firm for this project will be David Mancini and Sons. Inc. (DMSI).Our key partners bring expertise and first-hand knowledge in their respective fields, as well as successfully provided consistent, predictable, and repeatable results on similar DIB projects as a Team. The proposed Organizational Chart for this project depicts the struc- ture and line of authority and communication which is included on the following page; it indicates the Team's Key members, their intended functions, their responsibilities and percentage of time commitment for this project. The DMSI/APCTE Team considers that a properly prepared, well executed Project Management Plan is essential to the success of this design-build project. From previous experience, we have identified certain principles that have repeatedly proven key to successful Project Management; achieved a fully integrated Team with a high standard of accountability and technical excellence; and have provided strict adherence and compliance with the terms of this RFP. Some of these princi- ples include: (1) Establishing clear definitions and authority,(2)Maintain open communication and coordination with all team members and stakeholders, (3) Explicit definition of the work breakdown structure, and the schedule to the Team, and (4) Start with a realistic base line schedule upon which performance can be measured and controlled. DMSI and APCTE, experienced and well-known contractors to the City of Miami Beach together have designed and constructed seven (7) Neighborhood Improvement DIB Projects for the City of Miami Beach (Washington Avenue; Lummus; Nautilius West and Orchard Park; Biscayne Point-Biscayne Point&Stillwater Drive; Flamingo-11th Street; Cre- spi Boulevard; and Prairie Avenue). No other team of engineers and contractor can attest to having equivalent local experience as DMSI and APCTE. FIRM RESPONSIBLE ROLES DESIGN BUILDER David Mancini and Sons, Inc. Contractually responsible for delivering the project design and construction LEAD CONSTRUCTORS David Mancini and Sons, Inc. Water main and gravity sewer improvements;stormwater system improvements, roadway reconstruction KEY SUBCONTRACTORS South Florida Electric(CSBE) Electrical I lighting Homestead Concrete and Drainage(CSBE) Concrete sidewalk and curb and gutter General Asphalt Asphalt KEY DESIGNERS A&P Consulting Transportation Engineers Roadway design,stormwater design,water&sewer design,traffic and general (DBE) civil,stormwater pump station design, lighting,signalization,signing and pavement markings, utility coordination, and permit coordination. F.R.Aleman&Associates(CBE)(DBE) Surveying and SUE Rosenberg Gardner Design (CBE) Landscape Architecture Universal Engineering Sciences Geotechnical Investigation Media Relations Group, LLC(DBE) Public Involvement v;i1 MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CC 11 Pr ........_ °Illik011i°1 - CITY OF MIAMI BEACH PROJECT MANAGER FLRMINGO PRRK NEIGHBORHOOD DESIGN-BUILD PROJECT MANAGER PUBLIC INVOLVEMENT David Manche,CUC(DM51) Oscar Gonzalez(MRG) ORGANIZATIONAL CHARTE%P AV lIE0'TAM MEMBERS ROLE Ir,(,51 DESIGN PROJECT MANAGER DESIGN QA/QC ENGINEER DESIGN-BUILD DESIGN-BUILD David mond.,couomsq aPined/Meager© ro •Carlos M.GUFMera,RE,C.G.C.(APCTE), •AhtonloG.Acosta,P.E,COL(APCIE) CONSTRUCTION MANAGER SAFETY MANAGER a Fabio AnFpdUInM51) CE Cie..NnregerIl M Fabio Anpnb(DM51( Christopher Lenart(DM51( 7,( -- i Christophe,Lazan IOMSB DB Sale Manage TO TO ROADWAY DESIGN(3.02) SIGNALIZATION/ LIMITED CONSTRUCTION'S HARDSCAPE DESIGN ADMIN.ENGINEERS DESIGN-BUILD a nelson Li em u(OM sp what See blend® M •Frank Lena,RE.(APCTE) •Eithel M.Sierra,P.E.(APCTE) Erik Sibila,RE.,,C G.C.IAPCTEICONSTRUCTION SUPERINTENDENT 8triel Addine,E.I.(APCTE) i Juan Munlz IAPCTEI Oscar Gonxagt lMRG1 Pubic Involvement 12 50 Nelson Ubertt II(DMS() WATER&SEWER STORMWATER DESIGN SENIOR ROADWAY Carlos M.Ga Mere,0.E.,C.G c IAPC TS I Design Poe dMan. to II DESIGN(6.01) (10.01) INSPECTOR Antonio Acosta.RE.,C.G.GIAPCTEI ONQCEneener ® 30 •ArnelloAlbnm,P.E(APCTE) •lararo Ferrero,P.E(APCTE) Omelio Rufin,C.G.0(APCTE) CONSTRUCTION SUPPORT SERVICES Ivonne Planas,RE.IAPCTEI Angela Baron,P.E.IAPCTEI .... •Frank Lena,P.E.IAPCTEI Roadeay Ent ren© 60 e UGHTING AND ELECTRICAL CONCRETE •Am&lo Alfonso,P.E.IAPEnI WBS Pippin ng CI 60 TRAFFIC/GENERAL CIVIL STRUCTURAL SUB-CONTRACTOR SUB-CONTRACTOR (16.00) LEGEND •Learn Ferrero,RE.(APCTE) Sinn,ahrErg. ©m •Elio EApino,RE.(APCTE) Osmany Alfonso,R.E.(APCTE) South Florida Electric(CSBE) Homestead Concrete(CSBE) Verily Diaz,EL IAPCTEI Adrian Alfonso,EL(APCTE) : •Mire!M.Sierra,P.E.IAP03E1 S;grekzeemEng ril 00 P. _ ipttnirpon..r.K *Elio EspinaFMKPE.,PhD,PF IAPCTEI isaR/GmiN.0 111 II UGHTING/ELECTRICAL UTILITY COORDINATION ! ASPHALT LANSDSCAPING (13.10) mini oriitnprinn upport Sop.rer. SUB-CONTRACTOR SUB-CONTRACTOR Q •osmanv Alfonso.RE.10050E4 sweMal Eiq.reer® 40 Ed""do Martinez,RE(APCTE) ' �s'r``'Pe 'Eduardo Martinez,P.E.IAPcrt) LOIN Ergncer® 40 Dssette Glan,E.1.(APCTE) General Asphalt Reliable Services,Inc. • Alez Guon,P.E.IAPCTEI _ . ,z Moon(senn, P •Alejandro Leon P.E.IAPCTEI MOPE Engineer o© SIGNING&PAVEMENT PERMIT COORDINATOR MARKING(3.09)/M.OT •Plorlaa Raglan.Professional Engineers or Lissene Goon,El.IAPCTEI UlElywwdkesv oi©' • rdmteginP�. ( :"."77'ad°'"'n:n " THE TEAM Carlos cement,E.l.(PPCTfI PemawGdkabrp TO p (AP Carlos Camadq El.APCTE) dons ruction an A Sped.. Josue Menendez,E.I.IAPCTEI DM51 I David Mancini and Sons,Inc. 1.senna,PF.,MSCE,C.G.C.IAPCTEI Eng.Cons iName 1111 60 DESIGN SUPPORT SERVICES APCTE A&P Consulting Transportation Engineers(DBE) •Flank Peva,KS(Rik Surveying EICI -- -- " " UES Universal Engineering Sciencies,Inc a ©� SURVEYING&SUBSURFACE SOILS,FOUNDATION& LANDSCAPE •anon pato.,pato.,P.F.PIN u.trdh Mc. UTILITY ENGINEERING(SUE) MATERIAL TESTING ARCHITECTURE FRA FR Aleman and Associates,Inc.(DBE)(CBE) i G P ®© (15.01,15.03) (9.02) RGD Rosenberg Gardner Design(CRE) •AelmpoLMRa,£NM mkdneel •Frank Partuas PLS(FRA) Reinalde AMU P'E'(U6) •Ken Gartner,ASIA(RGD) MRG Media Relation Group,LLC(DBE) . •den Gardner.OSLO Ia4e`apendelea®© *Amnia kibokl>v RE(FRA) Peter G.Read,P.E(UES) Taylor K.Semler,ASIA(RGD) FLRMINGO PRRK NEIGHBORHOOD 1,APROVErsAENTS SECTION 2.2- KEY PERSONNEL/AVAILABILITY Our Team has carefully analyzed the scope of work and has selected key personnel with the right blend of technical expe- rience and capabilities, to successfully deliver this Design-Build Project.As evidenced by the resumes and organizational chart submitted with this technical proposal,our staffing plan addresses the project's resource demands and includes skilled staff to address all specialty items required by the project scope. David Mancini and Sons (DMSI) will be responsible for the management and construction work related to this contract while APCTE will be in charge of all the design activities and limited construction engineering inspection services. We have assembled a Team of highly qualified and experienced professionals with relevant and recent experience in similar projects in the City of Miami Beach and Miami-Dade County. We believe that the City of Miami Beach should select a team that is easy to work with and that will deliver at every step of the way;with this in mind,our Team's goal is to surpass the City's and resident's expectations on every stage of the project. The Team's key personnel proposed not only meet the required minimum experience, but they have additional preferred design-build experience in similar roles and on similar projects. Most of our team has the additional advantage working together for the last 15 years on similar projects, in similar roles, and they have the endorsement of all previous clients. Therefore, we bring a well-established Team with a track record of success. KEY CONSTRUCTION STAFF David Mancini, CUC (DMSI), Design-Build Project Manager-70%available Mr. Mancini has more than 34 years of construction experience from Michigan to Florida, David Mancini has built David Mancini &Sons, Inc. (DMSI) into the premier underground civil contractor in South Florida. David served as President and Qualifier for his father, Richard Mancini,at Ric-Man International, Inc.from 1985-2010. Since incorporating David Mancini& Sons, Inc. in 2010, his"hands on"abilities and vast pool of knowledge have enabled DMSI to become the leader in roadway neighborhood improvement projects, stormwater pump stations and large diameter pipeline construction. Serving as De- sign-Builder Project Manager, David Mancini has successfully completed a long list of projects within an urban environment throughout South Florida that include the installation of stormwater pump stations,transmission water mains(PCCP&DIP), transmission force mains (PCCP& DIP), sanitary sewers, storm sewers, directional drills, and sub-aqueous crossings over the past three decades. Fabio Angarita (DMSI), Design-Build Construction Manager-80%available Mr. Angarita, has successfully completed over $60 million of municipal projects in highly urban environments throughout Dade County, Florida including roadway reconstruction, stormwater projects, sewer pump stations, force mains (PCCP & DIP), sub-aqueous crossings, and neighborhood improvement projects over the past decade. His daily duties will include: construction management, schedule work for subcontractors and correspondence with engineers and owners, public rela- tions coordination, etc. Nelson Liberti, II (DMSI), Project Superintendent-80%available Mr. Liberti II, Roadway and Underground Utilities Superintendent for David Mancini & Sons, Inc., has experience in neigh- borhood improvement projects, stormwater pump stations, large diameter pipeline installations, deep shafts, and roadway infrastructure since 1993. Nelson oversees as neighborhood improvement superintendent for David Mancini & Sons, Inc. approximately$25 Million Dollars of projects per year.These projects include construction/design build, pump station, san- itary sewers, water mains,force mains, drainage, horizontal directional drilling,jack and bores, and micro tunnels. Serving as Construction Superintendent, Nelson Liberti II has successfully completed a long list of projects within an urban envi- ronment throughout South Florida. u _ ASSOCIATION WITH A&P CONSULTING TRA"NNg'ORTATION FN( !NFEF.5,CORP FL_RMINGO PRRK NEIGHBORHOOD tRovEMENTs �---__ KEY DESIGN STAFF Carlos M. Gil-Mera, P.E. (APCTE), Design Project Manager-70%available Mr. Gil-Mera brings over 30 years of experience in the Design of Highway Facilities. He spent the first thirteen years of his career working for the Florida Department of Transportation (FDOT) District VI internal design office on the production of roadway plans including minor design and major reconstruction projects. During the last two years of his career at FDOT, he worked as District VI Roadway Design Project Manager where he was head of an Internal Design Team working on a large number of milling and resurfacing and reconstruction projects.As one of the principals of A&P, Mr. Gil-Mera has been the Project Manager and EOR for more than six D-B Neighborhood Improvements Projects for the City of Miami Beach. Ubaldo "Frank" Lena, P.E. (APCTE), Lead Roadway Engineer-60%available Mr. Lena has more than 32 years of experience in the overall management of engineering operations and has a wealth of expertise in highways and urban roadways. He also worked for six years with the Florida Department of Transportation (FDOT) District Six office as an internal design project manager directing a multi-disciplined design team. He has been the project manager,designer, and EOR for several high profile projects including the SR-826/NW 58th St Interchange (FDOT), SR-836/NW 17th Ave Interchange which included the SR-836 eastbound toll plaza (MDX), the MIC/MIA(LeJeune Rd/NW 21st St) Interchange, and several projects for the City of Miami and the City of Hialeah. Arnelio Alfonso, P.E. (APCTE),Water/Sewer Engineer-60% available Mr. Alfonso has over 30 years of experience on design of stormwater management systems. Mr. Alfonso is currently in charge of the company's Water Resources Department. Mr.Alfonso has experience in developing stormwater management system for several highway systems, including the Florida Turnpike, SR 836, 1-95 and SR 826. He has also designed drain- age systems for several municipalities, including the City of Miami Beach, City of Miami and the Village of Biscayne Park. He has been involved in obtaining environmental permits associated with the proposed stormwater management systems. Among his most relevant projects are: Miami Intermodal Center(MIC) Drainage Master Plan, Nautilus and Lummus Neigh- borhoods Drainage Master Plans, and Nautilus Neighborhood Drainage Improvements. Eduardo Martinez, P.E. (APCTE), Lead Electrical Engineer-40%available Mr. Martinez, as Department Manager, has more than 37 years of experience in the Electrical Engineering field. His experi- ence ranges in the Electrical/Lighting Design of Roadway, Pump Station Facilities,Waste Water Treatment Plants, Co-Gen- eration Facilities, Commercial, Industrial, Health Care, Shopping Centers, Condominiums, etc.As part of his experience Mr. Martinez has worked as Designer of Record in projects such as:Total New lighting for the SR-826/SR-836 Interchange, MD WASD North District Waste Water Treatment Plant, M-D WASD South Dade Waste Water Treatment Plant, as well as Lift Station with emergency generator design for Miami-Dade County and the City of Miami. Eithel Sierra, P.E. (APCTE), Lead Signalization/Hardscape Engineer-30%available Mr. Sierra is an experienced Civil engineer with over 20 years of experience in in the design of Highway Facilities. He has worked with the Florida Department of Transportation (FDOT), as well as with the City of Miami Beach, City of Miami, Mi- ami-Dade Expressway Authority and the Broward Metropolitan Planning Organization. As a Senior Project Engineer, Mr. Sierra has been the lead Roadway Engineer on several projects including Major Interchange Reconstruction, Roadway Re- construction, RRR Projects, as well as bicycle/pedestrian mobility and ADA compliance projects. Mr. Sierra has experience in projects with the conventional Design-Bid-Build procurement process as well as in Design-Build procurement process. DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 4 SECTION 2.3 RESUMES On the following pages you will find the resumes of the Team's key personnel that are assigned to this project, depicting their experience and qualifications exceeding the minimum requirements. KEY PERSONNEL RESUMES DAVID MANCINI AND SONS, INC, • DAVID MANCINI, C.G.C. Design-Build Project Manager With over thirty-four years of construction experience from Michigan to Florida, David Mancini has built ..�, David Mancini&Sons, Inc.(DMSI)into the premier underground civil contractor in South Florida. David Nite served as President and Qualifier for his father,Richard Mancini,at Ric-Man International,Inc.from 1985- 2010. Since incorporating David Mancini&Sons, Inc. in 2010, his"hands on"abilities and vast pool of Yt. " knowledge have enabled DMSI to become the leader in large diameter pipeline construction and storm water pump stations. Highlights: Serving as President and Qualifier, David Mancini has successfully completed a long list of projects within 34 Years of Infrastructure Construction an urban environment throughout South Florida that include the installation of over(15)storm water pump experience with an emphasis on Storm stations,transmission water mains(PCCP&DIP),transmission force mains(PCCP&DIP),sanitary sewers, Water Pump Stations,large diameter storm sewers,jack and bores, micro tunnels, directional drills, roadways, sub-aqueous crossings, and PCCP and DIP transmission mains. neighborhood improvement projects over the past three decades. 10 Years of Design/Build experience RELEVANT DESIGN/BUILD EXPERIENCE BISCAYNE POINT NEIGHBORHOOD ROW IMPROVEMENT PROJECT(DMSI) Member of the Engineering Contractors Value:$17 Million; OWNER/CONTACT:City of Miami Beach, FL (2014) Bruce Mowry(786)759-8941; Association ENGINEER:APCTE This Design-Build Neighborhood Improvement Project included the installation of over 24,000 LF of 8"to Registration/Certifications: 16"DIP Water Main,and a Drainage System consisting of over 8,500 LF of drainage collection from 18" State of Florida Underground Utility to 48"Diameter,(2)Storm Water pump stations,over 1,000 LF of 24"PVC Drainage Force main and 10 License#CUC0442220 drainage wells.The project also included streetscape,landscape and lighting improvements in this neigh- Broward County License#00-1650-W boyhood of over 1100 residents. Qualified Business Organization— QB0008454 ALTON ROAD 5TH STREET TO MICHIGAN AVE(FDOT T6290) Value:$12 Million;Miami Beach,Florida (2015)Enrique Tamayo(786)999-9671;ENGINEER:GPI(FDOT) Experience: Project included construction of approximately 15,000 LF of water main ranging in sizes from 6"-20";Storm President and Qualifier Sewer ranging in sizes of 12"to 72";(3)Storm Water pump stations located at 14th street, 10th street and October 2010 Present Alton Road in Miami Beach,including but not limited to defender box,wet well,valve vault,dissipator box, David Mancini&Sons, Inc.(DMSI) grate box and all miscellaneous piping, 36"Storm Water force main, removal of contaminated material; restoration of FDOT roadway;Outfall connection to Biscayne Bay;box culverts and multiple deep excava- President 1985-2010 tions exceeding 20'in depth.The(3)storm water pump stations were design build for the FDOT. Qualifier 1988-2010 CITY OF MIAMI BEACH PUMP STATION AT 14TH STREET(DMSI) Ric-Man International,Inc.(RMI) Value:$1.0 Million; OWNER/CONTACT: City of Miami Beach, FL (2014) Brian Landis(954)218-7875; ENGINEER:GPI(Bergeron Land Development) This Design-Build Project included the installation of(1)Storm Water Pump Station at the street end of 14th street and Biscayne Bay. Project included the installation only of wet well approximately 25' in depth,drainage defender box,grate box, valve vault,dissipator box and all miscellaneous piping. NAUTILUS NEIGHBORHOOD ROW IMPROVEMENT PROJECT(DMSI FORCES) Value:$35 Million;OWNER/CONTACT:City of Miami Beach, FL(2010)Mike Alvarez(786)367-6109;ENGINEER:APCTE This Design-Build Neighborhood Improvement Project included the installation of over 37,000 LF of 8"DIP Water Main,and a Drainage System consisting of over 17,000 LF of drainage collection from 18"to 66"Diameter,(6)Storm Water pump stations,over 5,000 LF of 24"PVC Drainage Forcemain and 46 drainage wells in this residential neighborhood. PRAIRIE AVENUE DRAINAGE IMPROVEMENT PROJECT(DMSI FORCES) Value:$2 Million;OWNER/CONTACT:City of Miami Beach, FL (2010) Miike Alvarez(786)367-6109;ENGINEER:APCTE This Design-Build Neighborhood Improvement Project included the installation of over 4000 LF of drainage collection ranging from 18"to 36"diameter and(1)Storm Water pump station in this residential neighborhood. DAVID MANCINI AND SONS.INC. KEY PERSONNEL RESUMES 0•0011-------- D DAVID MANCINI AND SONS, INC. ■ FABIO ANGARITA Design-Build Construction Manager r Fabio Angarita has successfully completed a over$60 million of municipal projects in highly urban envi- ronments throughout Dade County, Florida including storm sewer projects, storm sewer pump stations, force mains(PCCP&DIP), sub-aqueous crossings, roadway,and neighborhood improvement projects over the past decade. PROJECT MANAGER EXPERIENCE: CRESPI BLVD WATER MAIN,STORM SEWER COLLECTION SYSTEM AND STORM SEWER PUMP Highlights: STATION,MIAMI DADE COUNTY,FL 2015 Over 17 years of Contractor experience Role: Project Manager: Installation of Water Main and Storm Sewer System along Crespi Blvd between and Project Management of 85TH street and 79TH Street.The project Includes the installations of over 2500 LF of Water Main,over Infrastructure Construction. 2800 LF of Storm Sewer collection system, Installations of pollution Control Structure, Installations of(1) Storm Sewer Pump Station, construction of seawall and landscaping along a residential neighborhood. Underground Utility Construction from Client::City of Miami Beach(Eugene Egemba, P.E.(305)781-0391) 4"to 84"Pipelines SWEETWATER STORM SEWER IMPROVEMENTS PHASE IIB 2013,2014 Education: Role:Project Manager:Installation of about 6000 LF of storm sewer collection system and two(2)storm Civil Engineer sewer pump stations with capacity of 5500 GPM along a residential neighborhood.Client:City of Sweet- water(Eric Gomez, P.E.(305)-553-5457) Experience: Project Manager FDOT T6278,FDOT 2014 2013 to Present Role:Project Manager:Installation of 54"Water Main subaqueous crossing along NW 57TH Avenue be- David Mancini&Sons,Inc. tween W46TH Street and W 53RD Street. Client:MDWASD(Nelson Cespedes(305)439-8959) Project Manager 2007 to 2013 FDOT E6G98-RO—PUSH BUTTON PROJECT 2012 Southeastern Engineering Contractors, Role:Project Manager:Performance of several drainage and roadway project in FDOT District 6.Project Inc. included an emergency drainage project in Downtown Miami and US1,Drainage Improvements in Haulover Bridge and drainage Improvements on 163TH Street. Project Manager 2006 to 2007 INSTALLATION OF SIX(6)48" PLUG VALVES IN THE EXISTING PCCP FORCE MAIN ALONG OPA Development and Communications LOCKA BLVD 2012 Group of Florida,Inc. Role: Project Manager: Installation of 48"plug valves in different locations in the existing PCCP Force Main along Opa Locka Blvd.The project included the installation of six(6)plug valves,the installation of Project Manager twelve(12)line stops,implementation of extensive MOT,shoring and dewatering.Client:MDWASD(Nelson 2004 to 2006 Cespedes(305)439-8959) Petro Hydro Inc. SAN MARCO ISLAND DRAINAGE IMPROVEMENTS 2012 Co-owner/Project Manager Role: Project Manager: Installations of storm sewer collection system and a pump station in San Marco 1999-2002 Island.The project Included about 2000 LF of storm sewer collection system,installation of four(4)deep GDC Ltda(Colombia) wells, emergency bypass and storm sewer pump station. Client: City of Miami (Valentin Onuigbo, P.E.(786)447-9817) SWEETWATER STORM SEWER IMPROVEMENTS PHASE IV 2011 Role: Project Manager: Installation of about 8000 LF of storm sewer collection system and two(2)storm sewer pump stations with capacity of 5500 GPM along a residential neighborhood.Client:City of Sweetwater(Eric Gomez,P.E.(305)-553-5457) FAIRLAWN STORM SEWER PHASE III 2011 Role:Project Manager: Installations of about 10,000 LF of exfiltration storm sewer system along a residential neighborhood. Client:City of Miami(Genady Beylin.(786)972-5048) DAVID MANCINI AND SONS INC. EY PERSONNEL RESUMES DAVID MANCINI AND SONS, INC. ■ CHRISTOPHER LAllARI Design-Build Safety Manager Mr. Lazzari has over 26 years'experience in accounting,construction management and cost estimating in the field of underground utility,roadwork and all facets of civil construction. In addition since 2011 Mr. " <{ Lazzari has overseen the Design Build practices for DMSI. As Project Manager,Chief Estimator and De- sign Build manager Mr.Lazzari's experience developed around projects involving the installation of storm water pump stations,water mains, drainage improvements, roadwork, sanitary sewer and bridge con- struction. He has obtained further specialization in directional drilling, PCCP, box culvert construction, Highlights: treatment plants and sewer force mains for various publicly bid Design Build projects for municipalities Over 26 years of contractor experience throughout Florida, New York and Texas. in Infrastructure Construction with an EXPERTISE RELEVANT FOR THE PROJECT emphasis on Estimating, Project Management, Design Build and QA/QC DESIGN/BUILD 54"HDD FORCE MAIN,CITY OF MAIM!BEACH 2016 Management.Design Build experience since 2011 $10.4 Million,Two directional drills,one 3,330 LF of HDD 54"ID and one 1,500 LF HDD of 54"ID HDPE. First HDD went from 11th street and Euclid to 4th Street.Second HDD went From 4th street to 1st street Registration I Certifications: and Washington Ave. B.S.—Accounting ALTON ROAD 5TH STREET TO MICHIGAN AVE(FDOT T6290) 2013 OSHA 10 Hour,Confined Space, MIAMI BEACH, FLORIDA Trench Safety Role:Project Manager—Project included construction of approximately 15,000 LF of water main ranging Experience: in sizes from 6"-20";Storm Sewer ranging in sizes of 12"to 72"; (3)Storm Water pump stations located Estimator,Project Manager,Design at 14th street, 10th street and Alton Road in Miami Beach,including but not limited to defender box,wet Build Manager well,valve vault,dissipator box,grate box and all miscellaneous piping,36"Storm Water force main,re- 2011 to Present moval of contaminated material;restoration of FDOT roadway;Outfall connection to Biscayne Bay;box David Mancini&Sons, Inc. culverts and multiple deep excavations exceeding 20'in depth. The(3)storm water pump stations were design build for the FDOT Chief Estimator,QA/QC Manager—FL I Client Bergeron Land Development(FDOT)(Enrique Tamayo(786)999-9671) TX I NY CITY OF MIAMI BEACH PUMP STATION AT 14TH STREET(DMSI) VALUE:$1.0 MILLION 2008 to 2011 OWNER/CONTACT:City of Miami Beach,FL(2014) Brian Landis(954)218-7875 Felix Associates of Florida ENGINEER:GPI(Bergeron Land Development) Chief Estimator,QA/QC Manager Role: Design Build Project Manager—This Design-Build Project included the installation of(1)Storm 2006-2008 Water Pump Station at the street end of 14th street and Biscayne Bay. Project included the installation Mora Engineering only of wet well approximately 25'in depth,drainage defender box,grate box,valve vault,dissipator box and all miscellaneous piping. Senior Estimator I Senior Project DESIGN/BUILD—FURNISH &INSTALL(2) 20" HDPE ALONG RICKENBACKER INTRACOASTAL Manager WATERWAY FOR THE BEAR CUT AND WEST BRIDGES, M-D WATER AND SEWER DEPT., FL. 2000-2006 2015 Sonic Engineering, Inc. $1.7 million design/build Horizontal Directional Drill project.Oversaw and reviewed directional drill design Senior Estimator I Cost Accountant and was present to supervise all aspects of this 4222 LF directional drill across Biscayne Bay.Worked 1997-2000 closely with permitting agencies to accommodate drilling path and methods. Project also included the Smith&Company, Inc. pipe removal from beneath the Old Bay Bridge Senior Estimator I Senior Project NORIS CUT 2014 Manager VIRGINIAKEY, FLORIDA 1994-1997 Design-Build project included deep shaft excavation over 95',installation of ring beam,topper slab,leveling Sullivan Bros. Inc. slab,thrust wall and seal wall. In addition project included installation of approximately 2,100 LF of 60" PCCP force Estimator I Cost Accountant 1990-1994 DAVID MANCINI AND SONS, INC. ■rte. I<EY PERSONNEL RESUMES 00.1 DAVID MANCINI AND SONS, INC.. ■ NELSON LIBERTI II Design-Build Construction Superintendent a ,p Mr.Liberti,Pipeline Superintendent for David Mancini&Sons,Inc.,has experience in Storm Water Pumps Stations,large diameter pipeline installations,roadway and infrastructure since 1993. Nelson oversees Pt as pipeline superintendent for David Mancini&Sons, Inc. approximately$25 Million Dollars of projects per year.These projects include Construction/design build,neighborhood improvements,sanitary sewers, water mains, force mains,drainage, storm water pump stations, directional drilling,jack and bores, and micro tunnels. Highlights: Serving as Superintendent, Nelson Liberti II has successfully completed a long list of projects within an Pipeline,Roadway and Infrastructure urban environment throughout South Florida that include the installation of storm water pump stations. construction experience since 1993 transmission water mains(PCCP&DIP),transmission force mains(PCCP&DIP),sanitary sewers,storm Build experience since 2005 sewers,jack and bores,micro tunnels,directional drills,roadways,sub-aqueous crossings,and neighbor- Designhood improvement projects over the past two decades. with an emphasis on large diameter PCCP and DIP transmission mains. RELEVANT DESIGN/BUILD EXPERIENCE Registration/Certifications: BISCAYNE POINT NEIGHBORHOOD ROW IMPROVEMENT PROJECT(DMSI) OSHA 10 Hour Training Certification# Value:$17 Million; OWNER/CONTACT: City of Miami Beach, FL (2014) Bruce Mowry(786)759-8941; 001909709 ENGINEER:APCTE OSHA Permit-Required Confined Role:Superintendent—This Design-Build Neighborhood Improvement Project included the installation of Space Entry over 24,000 LF of 8"to 16"DIP Water Main,and a Drainage System consisting of over 8,500 LF of drainage OSHA 29 CFR 1910.146 collection from 18"to 48"Diameter, (2)Storm Water pump stations, over 1,000 LF of 24"PVC Drainage Hydrogen Sulfide Safety Course Force main and 10 drainage wells.The project also included streetscape,landscape and lighting improve- OSHA 29 CFR 1910.1000 ments in this neighborhood of over 1100 residents. Fall Protection Course OSHA Subpart M 1926.500-503 ALTON ROAD 5TH STREET TO MICHIGAN AVE(FOOT T6290) Value:$12 Million;Miami Beach,Florida(2015)Enrique Tamayo(786)999-9671;ENGINEER:GPI(FDOT) Experience: Role:Superintendent—Project included construction of approximately 15,000 LF of water main ranging in Superintendent: sizes from 6"-20"; Storm Sewer ranging in sizes of 12"to 72"; (3)Storm Water pump stations located at 2011 to Present 14th street,10th street and Alton Road in Miami Beach,including but not limited to defender box,wet well, David Mancini&Sons, Inc. valve vault,dissipator box,grate box and all miscellaneous piping,36"Storm Water force main,removal Pipeline Superintendent: 2003 to of contaminated material;restoration of FDOT roadway;Outfall connection to Biscayne Bay;box culverts and multiple deep excavations exceeding 20'in depth.The(3)storm water pump stations were design 2011 Ric-Man International,Inc. build for the FDOT. Pipeline Foreman: 2001 to CITY OF MIAMI BEACH PUMP STATION AT 14TH STREET(DMSI) 2003 Value:$1.0 Million; OWNER/CONTACT: City of Miami Beach, FL(2014) Brian Landis(954)218-7875; Ric Man International,Inc. ENGINEER:GPI(Bergeron Land Development) Role:Superintendent—This Design-Build Project included the installation of(1)Storm Water Pump Station at the street end of 14th street and Biscayne Bay.Project included the installation only of wet well approx- imately 25'in depth,drainage defender box,grate box,valve vault,dissipator box and all miscellaneous piping. NAUTILUS NEIGHBORHOOD ROW IMPROVEMENT PROJECT(DMSI FORCES) Value:$35 Million;OWNER/CONTACT:City of Miami Beach, FL (2010)Mike Alvarez(786)367-6109; ENGINEER:APCTE Role:Superintendent—This Design-Build Neighborhood Improvement Project included the installation of over 37,000 LF of 8"DIP Water Main,and a Drainage System consisting of over 17,000 LF of drainage collection from 18"to 66"Diameter, (6)Storm Water pump stations, over 5,000 LF of 24" PVC Drainage Force main and 46 drainage wells in this residential neighborhood. DAVID MANCINI AND SONS,INC, KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS,CORP ■ ANTONIO G. ACOSTA, P.E., C.G.C. Design QA/QC Engineer Mr.Acosta brings over 31 years of experience in the Design of Highway Facilities. He spent the first fourteen years of his career working for the Florida Department of Transportation(FDOT)District VI internal design office on the production of roadway plans from minor design to major reconstruction projects. During the last two years of his career at FDOT, he worked as District VI Roadway Design Project Manager where he was head of an Internal Design Team working on a large number of milling and resurfacing and reconstruction projects.He is a 1985 graduate of Florida International University APCTE Tenure:18 yrs with a Bachelor's Degree in Civil Engineering. He is currently a member of the Cuban-American As- Industry Experience:31 yrs sociation of Civil Engineers(C-AACE) Office Location:Doral, FL KEY PROJECTS Registration: NW 87TH AVENUE INTERCHANGE RECONSTRUCTION AT SR-836, MIAMI,FLORIDA. 1988, Florida Professional Client: Miami-Dade Expressway Authority(Gil Portela,P.E.-Project Manager(305)551-8100).Beg. Engineer No.40845 Date-End Date:10/2011 -On-Going(Post Design).Project Role:project Manager/Engineer of Record. 1990, Florida Certified General The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Contractor No.47411 SR-826/SR-836(Section 5)Interchange Master Plan.The project will complete the system-to-system connections for the western portion of SR-836 connecting to SR-826 and provide the ultimate capacity Education: improvements along the SR-836 mainline. In addition the project will provide significant traffic opera- Bachelors of Science-Civil tions and safety improvements for the interchange and the surrounding arterial network.The goal is Engineering December 1985, to improve the access from the arterial network onto the expressway and thus relieving the arterial Florida International University,Miami, grid,in particular the intersection of NW 87th Avenue and NW 12th Street.The scope of services in- Fl. cluded the design of the vertical and horizontal controls of SR 836 and all of it's ramps, Preliminary Engineering Report, project schedule, analyze traffic data, geometric design, line-at-grade, Experience: horizontal/vertical alignments,quantity take-off,cross sections typical section package,pedestrian and President,Quality Control Manager bicycle considerations,contruction of 7 new bridges,new drainage features,new MDX lighting,main- January 2000—Present tenance of traffic,and modification of the existing ITS system. The design of the project also included A&P Consulting earthwork and grading of several dry retention ponds. Some of the key project elements included geo- Transportation Engineers metric design, drainage, permitting, complex maintenance of traffic, interchange re-design, lighting, Roadway Design Project its,structural design. Manager May 1999-Dec 1999 MIAMI INTERMODAL CENTER(MIC) I.C.F.Kaiser-Miami Client Name:FDOT District VI.Project Reference:Carl Filer,P.E.(305)470-5137.Project Length:N/A. Project Role: Roadway and Infrastructure Task Manager. Beg. Date-End Date:05/1999—05/2015. Roadway Design Project Scope of Work: Mr.Acosta was in charge of supervising the development of the roadway, drainage Manager and utility master plan for this$1.3 billion dollar project. In charge of supervising the development of January 1995-April 1999 the construction plans for all the Limiting Access Roadway Plans for the MIC-MIA Interchange,North- FDOT-District VI,Miami bound and Southbound Connector Distributor.Responsible for coordination with all different agencies Project Engineer having projects in the area like MDX,Miami Dade County Public Works,City of Miami,Miami Interna- February 1988-January 1995 tional Airport etc. FDOT-District VI,Miami SR-9971 KROME AVENUE FROM US-1 TO AVOCADO DRIVE I SW 296TH STREET,MIAMI-DADE Professional Engineer Trainee COUNTY, FLORIDA February 1986-January 1988 Client Name: FDOT District VI. Project Reference:Adriana Manzanares (305) 470-5283. Project FDOT-District VI,Miami Length:3.78 miles.Project Role:QA/QC Manager. Beg.Date-End Date:08/2010—01/2013.Scope of Work:This project was part of the improvements identified in the Department's Krome Avenue Action Plans approved by the Miami-Dade Metropolitan Planning Organization in March, 1999.This portion of Krome Avenue isa north-south two-lane roadway that extends approximately 3.78 miles from US-1 to Avocado Drive,running through the center of Florida City and the City of Homestead in southern Miami-Dade County.The corridor land use is primarily industrial in the Florida City section(S.W.352nd St to S.W.328th Street/Lucy Street)and commercial in the City of Homestead section(S.W.328th Street/Lucy Street to S.W.296th Street/Avocado Drive).Project included the preparation of Construction Documents(plans and specifications)for the 3.78 mile segment of this urban corridor,including signing&pavement markings, upgrading seven signalized intersections from span-wire to mast-arm,of lighting,implementation of four traffic safety studies. PAP CONSULTING TRANSPORTATION ENGINEERS,CORP KEY PERSONNE. . RESUMES •0"-----7-7` A&P CONSULTING TRANSPORTATION ENGINEERS, CORP IN CARLOS M. GIL-MERA, P.E., C.G.C. ° Design Project Manager "'" `" Mr.Gil-Mera brings over 30 years of experience in the Design of Highway Facilities. He spent the first thirteen years of his career working for the Florida Department of Transportation(FDOT) iµ4 District VI internal design office on the production of roadway plans including minor design and major reconstruction projects. During the last two years of his career at FDOT, he worked as District VI Roadway Design Project Manager where he was head of an Internal Design Team APCTE Tenure: 15 Years working on a large number of milling and resurfacing and reconstruction projects.As one of the Industry Experience:30 Years Office Location:Doral, FL principals ofA&P,Mr. Gil-Mera has designed and managed numerous Transportation Projects for Governmental and Private Clients.Mr.Gil-Mera has been the Project Manager and Engineer Registration/Certifications: of Record (EOR) for more than six(6) Design-Build Neighborhood Improvement Projects for 1991, Florida Professional Engineer No.43953 the City of Miami Beach. He is a 1986 graduate of Florida International University with a Bachelor's Degree in Civil Engineering 1992, Florida Certified General Contractor No.56647 DESIGN-BUILD EXPERIENCE Education: LUMMUS NEIGHBORHOOD—7TH AND 8TH STREETSCAPE IMPROVEMENTS CITY OF Bachelor of Science in Civil MIAMI BEACH, FL FEB.2007-AUG.2008 Engineering, a , International University, Miami, FL, 1986. Role: Engineer of Record. Project consisted of Milling & Resurfacing, signing and pavement markings, street lighting and aesthetic enhancement (plating of Coconut Palms in sidewalk). Experience: All improvements fell under ADA and MOT compliance. The project also consisted of the Principal I Project Manager removal and replacement of existing curb&gutter and sidewalk between 11th St.and 16th St. APCT Engineers December 2000-Present was done. The project also included improving the water main and drainage in the Lummus Neighbourhood for 7th and 8th Street.Storm water pipe upsizing and drainage was incorporated Roadway Design Project to the drainage improvements.Client:Client:City of Miami Beach(Jose Perez,P.E.,(305)673- Manager Jan.1999—Nov.2000 7000 Ext.6115). FDOT-District VI,Miami Project Engineer NAUTILUS NEIGHBORHOOD IMPROVEMENTS CITY OF MIAMI BEACH, FL JAN. 2008- Oct. 1989-Dec. 1998 FEB.2010 FDOT-District VI,Miami Role: Engineer of Record.The Nautilus Neighborhood includes the area from Surprise Lake, Sept.1987 Oct. 1989 south to the south end of the 41st Street right-of-way,and from Biscayne Bay east to the Indian FDOT-District VI,Miami Creek waterway,including the Orchard Park sub-neighborhood.The area is generally comprised of single-family residential streets with some pockets of multi-family uses. Institutions in the area include Mount Sinai Medical Center, Miami Heart Institute, Nautilus Middle School, and North Beach Elementary School.Arthur Godfrey Road (41st Street), a State roadway, is a major commercial corridor to the southern border of the neighborhood.Alton Road is a state minor arterial on the west side, and Pine Tree Drive is a County collector road along the east side of the neighborhood. Project included Milling and Resurfacing, new drainage, new water main system betterment, and decorative lighting.This is a design-build project partnered with RICMAN International Construction.Client: City of Miami Beach(Jose Perez, P.E., (305)673-7000 Ext.6115). SUNSET HARBOR PUMP STATION RETROFIT,CITY OF MIAMI BEACH, FLORIDA Drainage improvements consisting of the upgrade of two(2)pump stations,installation of four(4)injection wells,and connection of two (2) existing 18'€4 overflow outfalls to the retrofitted systems in order to discharge emergency overflows to the intra-coastal and the Collins Canal. Client:City of Miami Beach (Jose Perez, P.E.,(305)673-7000 Ext. 6115). A&P CONSULTING TRANSPORTATION ENGINEERS.CORP. KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS, CORP ■ UBALDO "FRANK" LENA, P.E. Lead Roadway Engineer Mr.Lena has more than 32 years of experience in the overall management of engineering operations and has a wealth of expertise in highways and urban roadways.He also worked for six years with the Florida Department of Transportation(FDOT)District Six office as an internal design project manager directing a multi-disciplined design team.He has been the project manager,designer,and engineer of record for several high profile projects including the SR-826/NW 58th St interchange(FDOT), SR-8361 NW 17th Ave inter- change which included the SR-836 eastbound toll plaza(MDX),the MIC/MIA(Lejeune Rd/NW 21st St)in- terchange,the original design of the SR-826/SR-836 interchange(FDOT),and several projects for the City APCTE Tenure:3 Year of Miami and the City of Hialeah.Additionally,he was the designer of the horizontal and vertical alignments Industry Experience:32 Years for the Earlington Heights leg of the Metrorail(MDT) Office Location:Doral,FL FDOT Tenure:6 yrs PROJECT EXPERIENCE SR-821/HEFT WIDENING FROM SW 72 STREET TO SW 40 ST.,MIAMI,FL.NOV.2014-ON-Going Education: Role: Engineer of Record.The overall goal of corridor improvements defined in the Project includes im- US,CivilsfEngineeringld1983 provingcapacity,operations and safetyalongSR 821 (HEFT)from North of Sunset Drive(SW 72nd Street University of Florida p �' p Street), Station 1655+00(Milepost 21.949)to North of Bird Road,Station 1765+00(MP 24.033),a distance of ap- Registration proximately 2.1 miles.The work required under 427146-1-56-01 includes installation of a new 8"ductile Professional Engineer(PE), Florida iron water main along SW 117th Avenue within Miami Dade County Right of Way due to conflicts with an No.40167, 1988 existing 8"and 6"water mains that the Design Build Firm will need to place out of services.Refer to Refer- ence Document No. 28 for additional details.To the south,the project will connect to the Design-Build Experience: project from South of Killian Drive(FPID 415051-1-52-01)to North of Sunset Drive that is scheduled to begin construction in late Fall or Winter 2014.To the north,the project will connect to a Design-Build project 1984 to 1988: that will begin construction approximately six to twelve months following the start of this project. FPID Beiswenger,Hoch.And Associates 415051-4-52-01 connects with this project on the north end and continues to the SR 836(Dolphin Express- • 1988 to 1994: way)interchange.All of the aforementioned projects will be under construction at the same time. Client: FDOT District VI 1994 to 1997: FDOT Turnpike/Gannett Fleming(Naldo Gonzalez,P.E.786-845-9540) Biscayne Engineering Company 1997 to 2006: N.W.36TH BRIDGE REPLACEMENT,MIAMI,FL.DEC.2014-FEB.2016 URS Corporation Role: Engineer of Record.This contract included two distinct projects. Project 425979-1-52-01 includes 2006 to 2009: milling&resurfacing, median modifications,sidewalk,and ADA ramp construction along NW 36th Street. EAC Consulting The limits of this project go from about 120 ft.west of Lee Drive to just east of Coolidge Drive. Project 2009 to 2012: 418065-2-52-01 include major reconstruction including the replacement of the N.W.36th Street bascular Parsons Brinckerhoff bridge over the Miami Canal,as well as milling and resurfacing,drainage,lighting,signalization,and minor 2012-2013: intersection modifications of NW 36thStreet at N.W.South River Drive and NW North River Drive.This proj- The Corradino Group, Inc. ect entails replacing a functionally obsolete Hanover Bascule Bridge crossing the Miami Canal C-6 with 2013-0n-Going APCTE two fixed concrete bridges. Client:FDOT District 6.(Ali Toghiani 305-470-5343) NW 87 AVE INTERCHANGE IMPROVEMENTS AT SR-836,MIAMI,FL.NOV.2012-FEB.2016 Role:Quality/Control Engineer.The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Section 5 Master Plan.The project will complete the system to system connections for the western portion of SR-836 connecting to SR-826 and provide the ultimate capacity improvements along the SR-836mainline. In addition the project will provide significant traffic operations and safety improvements for the in- terchange and the surrounding arterial network.The goal is to improve the access from the arterial network onto the expressway and thus relieving the arterial grid,in particular the intersection of NW 87th Avenue and NW 12th Street.Being able to accomplish this will be a win-win for all by reducing com- muter travel times on SR-836 and improving operations on NW 87th Avenue and NW 12th Street. Client:Miami-Dade Expressway Authority(Gil Portela, P.E.305-551-8100) SR-821/HEFTIMIRAMAR TOLL PLAZA DEDICATED LANES,FLORIDA'S TURNPIKE ENTERPRISE JUN.2006-MAY.2008 Role: Project Manager responsible for highway engineering services for widening the SR-821 mainline and the addition of a Sunpass lane in each direction.Client:FDOT Turnpike(Cheryl Doherty,P.E.407-532-3999 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 1111111111 • EITHEL M. SIERRA, P.E. Signalization/Hardscape Task Leader Mr.Sierra graduated from Florida International University with a Bachelor's degree in Civil Engineering in 1995. He has over 20 years experience in the design of highway/signalization facilities. He dedicated his first three years providing Microstation,GEOPAK,CAICE,and Plans Preparation technical support to Florida, Illinois,and Mississippi Department's of Transportations.He is highly experienced,and is currently working as Senior Project Manager in (urban and rural new construction, total reconstruction and resurfacing, restoration, and rehabilitation) (RRR) projects including Roadway, Signing & Pavement Markings, APCTE Tenure:20 Years Signalization, Lighting components and Intelligent Transportation System components. He is certified by Industry Experience:20 Years FDOT to design Traffic Control Plans.Typical signalization projects includes mast arm replacement and Office Location:Doral, Florida concrete spanwire, installation of controller cabinets,signal heads,pedestrian features,illuminated signs, Education: video detection, ground loops,and sometimes the addition of new turbo lanes. BS,Civil Engineering 1995 Florida International KEY PROJECTS: University BROWARD MPO-MOBILITY PROJECT-PHASEI Client: FDOT District IV. Project Manager: Sabrina Aubery, PE. Phone No.: (954) 777-4324.Email: Registrations: Sabrina.aubery@dot.state.fl.us.Project Role: Project Manager. Initial/Final Contract Value:$ 145,672.00. Registered Professional Electrical Initial/Final Construction Cost: 14 M. Contract Starting Date: January 2013.Contract Completion Date: Engineer-Florida(2000)No.55401 February 2014. Scope of Work: The Florida Department of Transportation (FDOT), together with the Metropolitan Planning Organization(MPO)proposed improvements to transportation options for pedestrians Experience: and cyclist in Broward County.The intent of this project was to provide sidewalks, multi-use paths, and Project Manager bicycle facilities in several locations throughout Broward County to provide enhanced connect ability between March 1995 Present existing transit along Broward Boulevard and the surrounding communities.The Goal of this project was A&P Consulting Transportation that the proposed facilities will encourage the use of transit in Broward County. Engineers, Inc. SR-A1A 1 SOUTH OCEAN DRIVE FROM MIAMI-DADE/BROWARD COUNTY LINE TO SEACREST PARKWAY Client Name:FDOT District IV.Project Reference:Fausto Gomez,P.E.(954)777-4466.Project Length:0.90 miles.Project Role:Project Manager/Engineer of Record.Beg.Date-End Date:01/2012—01/2014.Scope of Work:This was a milling and resurfacing project including the installation of video detections at signalized intersections,installation of pedestrian signal countdown,signal upgrades from concrete poles to mast arms,signing and pavement markings, ADA improvements which consisted of replacing damaged sidewalk and replacing noncompliant curb ramps where needed,and implementation of bicycle lanes,where possible. In addition,the City of Hallandale Beach, Public Works Department entered into a Joint Participation Agreement(JPA)with the Department to install decorative pedestrian lighting and sidewalk. SR-9681 WEST FLAGLER STREET FROM WEST 72ND AVENUE TO WEST 27TH AVENUE Client Name:FDOT District VI.Project Reference:Jose Barrera,P.E.(305)470-5260.Project Length:4.5 miles.Project Role:Project Manager/Engineer of Record.Beg.Date-End Date:09/2010—03/2013.Scope of Work:This was a Pedestrian Safety and Access Management project that includedthe installation of landscape directional medians in lieu of the existing two-way-left turn lane.The scope also included areas of milling and resurfacing and the replacement of existing pavement markings.New signs were proposed near the signalized intersections to guide pedestrians to cross only at crosswalks as well as to advise drivers to yield to pedestrians at right turns.There were eleven(11)signalized intersections and four(4)mid-block crossings where the existing pedestrian signal heads are being replaced by count-downs as well as the pedestrian detectors(push buttons)with their signs to comply with ADA requirements.In addition,pedestals were proposed where the existing mast arms are far from the pedestrian crosswalks.Loops and conduits were re-installed at four(4)signalized intersections where milling and resurfacing and re-alignment of the pedestrian crosswalks took place.In addition,three (4)mid-block crossings with ADA curb ramps were proposed to be installed with the Rectangular Rapid Flashing Beacons. SR-51 US-1 FROM SR-941 KENDALL DRIVE TO SW 80TH STREET 1 DAVIS ROAD Client Name: FDOT District VI. Project Reference: Judy Solaun-Gonzalez, P.E. (305) 470-5207. Project Length: 0.86 miles. Project Role: Project Manager/Engineer of Record.Beg.Date-End Date: 10/2010—11/2011.Scope of Work:This was a milling and resurfacing project with minor drainage improvements, sidewalk and curb and gutter repairs, re-construction of curb ramps to comply with ADA requirements, upgrading and retrofitting traffic railings at all sides of the existing bridges 870018 and 870241 over the Snake Creek Canal,and new signing and pavement markings.Seven(7)sub- standard signalized intersections were improved with the replacement of pedestrian signal heads to count-downs,replacement of pedestrian detectors (push buttons)and signs to comply with ADA requirements.Also,new controllers,traffic signal pull boxes,internally illuminated street signs at the existing mast arms,loops and conduits were replaced.Signal pedestals were installed where the existing mast arms were far from the crosswalks. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP KEY PERSONNEL RESUMES ouo""--- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. ■ ALEJANDRO LEON, P.E. Signing and Pavement Marking I Task Leader r111)0', Mr. Leon has over 9 years of experience in the design of Highway Facilities. He has worked with the Florida Department of Transportation(FDOT),Districts I,VI,V,VI,and Turnpike as well as with the Miami- Dade Expressway Authority and the Broward Metropolitan Planning Organization. Mr. Leon has also worked with several municipal and county agencies on roadways off of the state highway system.As a Senior Project Engineer, Mr. Leon has been the lead Roadway Engineer on several projects including Major Interchange Reconstruction,Roadway Reconstruction,RRR Projects,as well as bicycle/pedestrian mobility and ADA compliance projects.Mr.Leon also specializes in Maintenance of Traffic plans,having APCTE Tenure:3 Years completed the Advanced Maintenance of Traffic course approved by FDOT, and having several years Industry Experience:9 Years experience in MOT Design including major interchange reconstructions.Mr.Leon has experience in proj- Office Location:Doral, FL ects with the conventional Design-Bid-Build procurement process as well as in Design-Build procurement process. Education: Florida International University,Master KEY PROJECTS of Science in Engineering NW 87TH AVENUE INTERCHANGE IMPROVEMENTS AT SR-836,MIAMI,FLORIDA. Management, Miami, FL,2012. Client:Miami-Dade Expressway Authority.Project Manager:Gil Portela,P.E.-MDX GEC Project Manager. University of Florida,Bachelor of Phone No.:(305)551-8100.Fax No.:(305)551-2800.Email:gportelal@hntb.com.Project Role:Sr.Proj- Science in Civil Engineering,Gainsville, FL,2007. ect Engineer, Initial/Final Contract Value: $5.5 M. Initial/Final Construction Cost: N/A. Beg. Date-End Date: 10/2011-June 2015.Scope of Work-The SR-836/NW 87th Avenue Interchange reconstruction is Registration: the final piece necessary to complete the Section 5 Master Plan.The project will complete the system- 2012, Florida Professional Engineer to-system connections for the western portion of SR-836 connecting to SR-826 and provide the ultimate No.74675 capacity improvements along the SR-836 mainline. In addition the project will provide significant traffic operations and safety improvements for the interchange and the surrounding arterial network.The goal Experience: is to improve the access from the arterial network onto the expressway and thus relieving the arterial grid,in particular the intersection of NW 87th Avenue and NW 12th Street.Being able to accomplish this 2012-2015 will be a win-win for all by reducing commuter travel times on SR-836 and improving operations on NW Senior Project Engineer,APCTE 87th Avenue and NW 12th Street. Improving interchange operations is also a key factor,which include 2007-2012 providing ramp sequencing at the interchange,providing lane continuity and balance,and eliminating the Project Engineer,C3TS 2006 weaving condition within the interchange. Summer Internship,C3TS 2005 BROWARD MPO-MOBILITY PROJECT-PHASEI Summer Internship,PBS&J Client: FDOT District IV.Project Manager:Sabrina Aubery,PE.Phone No.:(954)777-4324.Email:Sab- rina.aubery@dot.state.fl.us.Project Role:Deputy Project Manager/Sr.Project Engineer Initial/Final Con- tract Value:$145,672.00.Initial/Final Construction Cost:$14 M.Beg.Date-End Date: 01/2013-02/2014. Scope of Work:The Florida Department of Transportation(FDOT),together with the Metropolitan Planning Organization(MPO)proposed improvements to transportation options for pedestrians and cyclist in Broward County.The intent of this project was to provide sidewalks,multi-use paths,and bicycle facilities in several locations throughout Broward County to provide enhanced connectability between existing transit along Broward Boulevard and the surrounding communities,with the goal that this project will encourage the use of transit in Broward County. SR-AIA 1 SOUTH OCEAN DRIVE FROM MIAMI-DADE/BROWARD COUNTY LINE TO SEACREST PARKWAY Client Name:FDOT District IV.Project Reference:Fausto Gomez,P.E.(954)777-4466.Project Length:0.90 miles.Project Role:Sr.Project Engineer, Beg.Date-End Date:01/2012—01/2014.Scope of Work:This was a milling and resurfacing project including the installation of video detection at sig- nalized intersections,installation of pedestrian signal countdown,signal upgrades from concrete poles to mast arms,signing and pavement markings, ADA improvements which consisted of replacing damaged sidewalk and replacing noncompliant curb ramps where needed,and implementation of bicycle lanes,where possible.In addition,the City of Hallandale Beach,Public Works Department entered into a Joint Participation Agreement(JPA) with the Department to install decorative pedestrian lighting and sidewalk. A&P CONSULTING TRANSPORTATION E NCaINE E R ,CORP anomi KEY PERSONNEL RESUMES r►o "'-�`` A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. ■ JUAN MUNIZ Signalization Design tili rit Mr. Muniz has over 35 years of experience in the design of Highway Facilities. He has worked with the Florida Department of Transportation(FDOT), Districts IV,V,VI,and Turnpike as well as with the Miami- ' Dade Expressway Authority. Mr. Muniz has also worked with several municipal and county agencies on roadways off of the state highway system.As a Senior Desinger,Mr. Muniz has been the lead Senior De- signer on several projects including Major Interchange Reconstruction, Roadway Reconstruction, RRR Projects,as well as bicycle/pedestrian mobility and ADA compliance projects. APCTE Tenure: 10 Years KEY PROJECTS: Industry Experience:35 yrs Office Location:Doral, FL NW 87TH AVENUE INTERCHANGE RECONSTRUCTION AT SR-836,MIAMI,FLORIDA. Client:Miami-Dade Expressway Authority(Gil Portela,P.E.-Project Manager(305)551-8100).Beg.Date- Education: End Date:10/2011-On-Going(Post Design).Project Role:Assitant Project Manager/Engineer of Record. 3 years of Engineering Florida The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the SR- International University,Miami, FL. 826/SR-836(Section 5)Interchange Master Plan.The project will complete the system-to-system connec- tions for the western portion of SR-836 connecting to SR-826 and provide the ultimate capacity Experience: improvements along the SR-836 mainline. In addition the project will provide significant traffic operations Senior Designer 2005-Present A&P and safety im-provements for the interchange and the surrounding arterial network.The goal is to improve Consulting Transportation Engineers, the access from the arterial network onto the expressway and thus relieving the arterial grid,in particular Doral, FL the intersection of NW 87th Avenue and NW 12th Street.The scope of services included the design of the vertical and horizontal controls of SR 836 and all of it's ramps, Pre-liminary Engineering Report, project Senior Designer 2000-2005 Florida schedule,analyze traffic data,geometric design,line-at-grade,horizontal/vertical alignments,quantity take- Department of Transportation District 6, off, cross sections typical section package, pedestrian and bicycle considerations, contruction of 7 new Miami, FL bridges,new drainage features,new MDX lighting,maintenance of traffic.. Senior Designer 1995-2000 URS MIAMI INTERMODAL CENTER(MIC) Miami, FL Client Name: FDOT District VI. Project Reference:Carl Filer, P.E. (305)470-5137. Project Length: N/A. Project Role:Senior Designer.Beg.Date-End Date:05/1999—05/2015.Scope of Work:Mr.Acosta was Senior Designer 1990-19955 Florida in charge of supervising the development of the roadway, drainage and utility master plan for this$1.3 Department of Transportation District 6, billion dollar project.In charge of supervising the devel-opment of the construction plans for all the Limiting Miami, FL Access Roadway Plans for the MIC-MIA Interchange,Northbound and Southbound Connector Distributor. Responsible for coordination with all different agencies having projects in the area like MDX, Miami Dade Designer 1985-1990HNTB Miami, FL County Public Works,City of Miami,Miami International Airport etc. Cadd Technician 1980-1985 SKHHP SR-8091 MILITARY TRAIL Miami, FL Client:FDOT District IV.Project Reference:Thuc Le,P.E.(954)777-4552.Project Length:3.6 miles.Project Role:Senior Designer.Beg.Date-End Date:09/2008—12/2010.Scope of Work:Milling&resurfacing of a 3.6 miles of the existing roadway. The basic design services provided with the scope of services included the preparation of the RRR Report in ac- cordance with Chapter 25 of the PPM,the preparation of design exceptions/variations,the utility coordination in accordance with Chapter 9 of the UAM, local government coordination, public involvement, preparation of roadway plans, preparation of signing&pavement markings plans, preparation of signalization plans,preparation of the Specifications Package,conduct 4 phase submittals,update project schedule,maintenance of contract,preparation of the electronic delivery of plans&specifications,and update/maintenance of the cost estimate Public Involvement. SR-8041 BOYNTON BEACH BOULEVARD Client:FDOT District IV.Project Reference:Henry Oaikhena,P.E.(954)777-4450.Project Length: 1.3 miles.Project Role:Senior Designer.Beg.Date -End Date:06/2003—07/2005.Scope of Work:Milling&resurfacing of a 1.3 miles of the existing roadway. The basic design services provided with the scope of services included the preparation of the RRR Report in accordance with Chapter 25 of the PPM,the preparation of design exceptions/vari- ations,the utility coordination in accordance with Chapter 9 of the UAM, local government coordination, public involvement, preparation of roadway plans,utility coordination,bridge widening over 1-95&CSX Railroad,signalized intersections,median landscape,I.T.S.improvements,textured cross- walks,signing and pavement markings,ADA compliance,MOT,preparation of the specification package,conducted four(4)phase submittals,update project schedule and cost estimate and preparation of electronic delivery of plans and specifications. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. KEY PERSONNEL RESUMES ` A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. ■ YURIELADDINE, E.I. Roadway Design ° 4,404 Mr.Addine graduated from Florida International University with a Bachelor's degree in Civil Engineering . in 2012.He has over 3 years of experience in the design of Highway/signalization Facilities.He has worked with the Florida Department of Transportation(FOOT),Districts IVI and VI,and Turnpike as well as with the Miami-Dade ExpresswayAuthority and the Broward Metropolitan Planning Organization.Mr.Addine has also worked with several municipal and county agencies on roadways off of the state highway system.He is e=' highly experienced, and is currently working as Project transportation Engineer in (urban and rural new APCTE Tenure:3 Years construction,total reconstruction and resurfacing,restoration,and rehabilitation)(RRR)projects including Industry Experience:3 Years Roadway, Signing&Pavement Markings and Signalization. Typical signalization projects includes mast Office Location:Doral, FL arm replacement and concrete spanwire,installation of controller cabinets,signal heads,pedestrian fea- tures, illuminated signs, video detection and ground loops. Mr.Addine has experience in projects with Registration: the conventional Design-Bid-Build procurement process as well as in Design-Build procurement process. 2012, Florida Engineer in Training License No. 1100017323 KEY PROJECTS SR-5 I US-1 FROM SANTONA STREET TO GRANADA BOULEVARD Education: Client Name: FDOT District VI. Project Reference: Bao-Ying Wang, P.E. (305)470-5260.Project Length: Bachelors of Science-Civil 1.004 miles.Project Role:Project Engineer.Beg.Date 10/2013-End Date:on going.Scope of Work:The Engineering December 2012, scope includes areas of milling and resurfacing and the replacement of existing pavement markings. New Florida International University, Miami, signs are being proposed near the signalized intersections to guide pedestrians to cross only at crosswalks Fl. as well as to advise drivers to yield to pedestrians at right turns.There are four(4)signalized intersections where the existing pedestrian signal heads are being replaced by count-downs as well as the pedestrian Experience: Project Engineer detectors(push buttons)with their signs to comply with ADA requirements. In addition, pedestals are April 2013—Present A&P Consulting being proposed where the existing mast arms are far from the pedestrian crosswalks.Loops and conduits Transportation Engineers are being re-installed at the four(4)signalized intersections where milling and resurfacing and re-alignment of the pedestrian crosswalks is taking place. RAV Bahamas, Miami, FI:Project Manager SR-7/US 441/SW-NW 8TM AVE FROM SR 90 I US 41 I SW 8"STREET TO NW 3RD STREET October 2012—April 2013 Client Name: FDOT District VI. Project Reference: Fabiana Gonzalez, P.E. (305)470-5260. Project Length: 0.60 miles. Project Role: Project Engineer. Beg. Date 09/2013-End Date:01/2015.Scope of FIU: Research Assistant Work:This is a Pedestrian Safety and Access Management project that includes the installation of land- February 2012—October 2012 scape directional medians in lieu of the existing two-way-left turn lane.The scope also includes areas of milling and resurfacing and the replacement of existing pavement markings.New signs are being proposed near the signalized intersections to guide pedestrians to cross only at crosswalks as well as to advise drivers to yield to pedestrians at right turns.There are four(4)signalized intersections and one(1)mid-block crossings where the existing pedestrian signal heads are being replaced by count-downs as well as the pedestrian detectors(push buttons)with their signs to comply with ADA requirements. In addition, pedestals are being proposed where the existing mast arms are far from the pedestrian crosswalks. Loops and conduits are being re-installed at one(1)signalized intersections where milling and resurfacing and re-alignment. SR-25/OKEECHOBEE ROAD FROM WEST 18T"AVENUE TO SR-826 RAMPS,MIAMI-DADE COUNTY. Client Name: FDOT District VI.Project Reference:Bao-Ying Wang, P.E. (305)470-5207. Project Length:0.194 miles. Project Role: Project Engineer. Beg.Date-End Date:06/2013—01/2015. Scope of Work:The main objective of the project is to reduce traffic congestions on Okeechobee Road(NW direction)from West 18th Avenue to SR-Ramps by adding an additional thru lane within the project limits.An additional traffic signal head was added to the existing mast arm for the new thru movement. Existing vehicular loops and pull boxes were replaced.The scope also included development of lighting design documentation and Contract Plans for the relocation of an existing 45'aluminum cobra head pole due to widening of the roadway,a new photometric analysis and voltage drop calculations were performed to check if additional lighting is necessary. SR-944/HIALEAH DRIVE FROM E.OF SR-25 I OKEECHOBEE ROAD TO E.OF EAST 4"AVENUE—SIGNALIZATION UPGRADES Client Name: FDOT District 6. Project Reference:Jose A. Barrera, PE.Contact Number:305-470-5260. Prime Consult-ant: TRACE Engineering. Project Role: Project Engineer. Beg.Date-End Date:2/2013—4/2014.Project Description:The project consists of the preparation of construction doc- uments for the signalization upgrades of four(4)signalized intersections along Hialeah Drive.This project included the preparation of Signalization Plans, Signing and Pavement Markings and Roadway. A&P CONSULTING TRANSP4RTATMON ENGINEERS,CORP ice-. EY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS, CORP ■ EDUARDO MARTINEZ, P.E. b . "'t Lighting Design I Task Leader 1 Mr.Martinez,as Department Manager,has more than 37 years of experience in the Electrical Engineering field. His experience ranges in the Electrical/Lighting Design of Roadway, Lift Station Facilities, Waste ' Water Treatment Plants,Co-Generation Facilities,Commercial,Industrial,Health Care,Sho PP 9 in Centers, Condominiums,etc.As part of his experience Mr.Martinez has worked as Designer of Record in projects such as:Total New lighting for the SR-826/SR-836 Interchange,MD SWASD North District Waste Water Treatment Plant,M-D WASD South Dade Waste Water Treatment Plant,as well as Lift Station with emer- APCTE Tenure: 10 Years gency generator design for Miami-Dade County and the City of Miami. Industry Experience:37 Years Office Location: Doral, Fl. KEY PROJECTS: Education: SR-8261 SR-836 INTERCHANGE ELECTRICAL DESIGN,MIAMI-DADE COUNTY,FL. University of Havana,Higher Polytechnic October 2009—On-Going.Client:FDOT District VI/BCC Engineering.Role:Electrical/Lighting Engineer Institute, School of Engineering and of Record.The project consisted of several levels of ramps providing proper connections between both Architecture Cuba, 1973—1979 expressways.This required a new lighting system for SR-826,from S.W.4th Street to N.W.22nd Street, and for SR-836,from N.W.87th Avenue to N.W.57th Avenue.Due to the construction of new on and off Registrations: ramps,additional lighting was installed on impacted side streets including,but not limited to,Flagler Street Licensed Electrical Engineer, ISPJAE- and 87th Avenue.The new lighting system consisted of a combination of High Mast Lighting and Con- University of Havana,Cuba(1979) ventional lighting poles with mounting heights between fifteen and forty-five feet along both highways and more than one hundred under bridge deck luminaires.The entire lighting system required twelve service Registered Professional Electrical points with an average of 200 amps each,and it was designed to comply with FDOT and MDX lighting Engineer Florida(1997)No.52023 design criteria.Special conditions and considerations were given to design the section of SR-826 in the Experience: vicinity of Miami International Airport to comply with Federal Aviation Authority regulations.Project Location: Senior Project Manager Miami-Dade County.Contact:Ali Toghiani,P.E.(305)470-5343. March 2005-Present A&P Consulting Transportation N.W.87TH AVENUE INTERCHANGE RECONSTRUCTION,MIAMI-DADE COUNTY,FL. Engineers,Corp.Miami, Florida October 2011 -On Going.Client:MDX.Role:Electrical/Lighting Engineer of Record.Scope of Work:The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Section Project Manager/Engineer 5 Master Plan.The project will complete the system to system connections for the western portion of SR- July 2000-March 2005 836 connecting to SR-826 and provide the ultimate capacity improvements along the SR-836 mainline. HNTB Corporation In addition the project will provide significant traffic operations and safety improvements for the interchange and the surrounding arterial network.The goal is to improve the access from the arterial network onto the expressway and thus relieving the arterial grid, in particular the intersection of NW 87th Avenue and NW 12th Street. For structures, the project includes the replacement of all the SR-836 bridges over 87th Avenue as well as permanent and temporary retaining walls, overhead span and cantilever sign structures, ITS implementation, mast arm structures, sound walls and special structures and a new curved flyover bridge over NW 12th Street and WB SR-836.Contact:Gil Portella,P.E.(305)551-2800. 1-75 SEGMENT E FROM NORTH OF GRIFFIN RD TO 1-595 INTERCHANGE,DESIGN BUILT PROJECT.BROWARD COUNTY. December 2013—On Going.Client:FDOT District 4.Role:Electrical/Lighting Engineer of Record.Scope of Work:This project consists to design and construct two new express lanes and four General Purpose Lanes for each bound of the 1-75 which will be connected with the similar corridors in the 1-595.As part of this effort,dedicated electrical service points have been designed feeding respectively the new express lanes and general purpose lanes.Contact:Vanita Saini,P.E.(954)486-1400. DESIGN-BUILD OF 1-95 MANAGED LANES FROM SR-112 TO IVES DAIRY ROAD,MIAMI, FL. Client: FDOT District VI/C3TS(Walfrido Pevida, P.E.Project Manager(305)445-2900). Mr.Martinez was the Electrical Engineer of Record for this project.He prepared Construction Documents(plans and specifications)for this widening project.For that objective Mr.Martinez had to provide power for the lighted signs and DMS signs along the corridor. In enhancing the corridors mobility options for motorists and transit users, FDOT planned a Pilot Project to provide Managed Lanes on 1-95,from 1-395 in Miami-Dade County,to 1-595 in Broward County.This involves the conversion of the existing High Occupancy Vehicle Lanes(HOV)to limited access managed lanes called the'95 Express'.At a cost of$122 Million,the project includes the portion of 1-95 between SR 112 (also known 1-195 and the Airport Expressway)and the Golden Glades Interchange.The project includes re- striping 1-95 and modifying shoulders to provide two 11-foot Express Lanes and four 11-foot regular travel lanes in each direction. A&P CONSULTING TRANSPORTAT)ON ENGINEERS,CORP. KEY PERSONNEL RESUMES •0 ""----- A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. • ALEX GOON, P.E. Lighting/Electrical Design Mr.Guon has more than 22 years of experience in the Electrical Engineering field.He graduated with a Bachelor Degree in Electrical Engineering in 199 from the University of Havana and received his Florida Professional Electrical Engineering registration in 1998.His experience includes:Roadway Electrical/Light- ing Design, ITS Design, Lift Station Facilities, Commercial, Industrial, Health Care, Shopping Centers, `' Condominiums,etc. APCTE Tenure:10 Years Industry Experience:22 Years KEY PROJECTS Office Location:Doral, Florida N.W.87TH AVENUE INTERCHANGE RECONSTRUCTION, MIAMI-DADE COUNTY,FL. October 2011 -On Going.Client:MDX.Role: ITS Engineer of Record Scope of Work:The SR-836/NW Education: 87th Avenue Interchange reconstruction is the final piece necessary to complete the Section 5 Master University of Havana,Higher Plan.The project will complete the system to system connections for the western portion of SR-836 con- Polytechnic,Institute,School of necting to SR-826 and provide the ultimate capacity improvements along the SR-836 mainline.In addition Engineering and Architecture Cuba, the project will provide significant traffic operations and safety improvements for the interchange and the 1990 surrounding arterial network.The goal is to improve the access from the arterial network onto the ex- Registrations: pressway and thus relieving the arterial grid, in particular the intersection of NW 87th Avenue and NW Registered Professional Electrical 12th Street.For structures,the project includes the replacement of all the SR-836 bridges over 87th Av- Engineer-Florida(1998)No.53247 enue as well as permanent and temporary retaining walls,overhead span and cantilever sign structures, ITS implementation, mast arm structures, sound walls and special structures and a new curved flyover Licensed Electrical Engineer, ISPJAE, bridge over NW 12th Street and WB SR-836.Contact:Gil Portella,P.E.(305)551-2800. University of Havana,Cuba(1990). SR-8261 SR-836 INTERCHANGE ELECTRICAL DESIGN,MIAMI-DADE COUNTY,FL. Experience: October 2009—On-Going.Client:FDOT District VI/BCC Engineering.Role:Electrical/Lighting Engineer. Project Manager The project consisted of several levels of ramps providing proper connections between both expressways. March 2005-Present This required a new lighting system for SR-826,from S.W.4th Street to N.W.22nd Street, and for SR- A&P Consulting Transportation 836,from N.W.87th Avenue to N.W.57th Avenue.Due to the construction of new on and off ramps,ad- Engineers, Inc. ditional lighting was installed on impacted side streets including, but not limited to, Flagler Street and System Engineer 87th Avenue.The new lighting system consisted of a combination of High Mast Lighting and Conventional Jun 2003-MArch 2005,Silver Bullet lighting poles with mounting heights between fifteen and forty-five feet along both highways and more Technologies. than one hundred under bridge deck luminaires.The entire lighting system required twelve service points Product Qualification Engineer with an average of 200 amps each,and it was designed to comply with FDOT and MDX lighting design criteria.Special conditions and considerations were given to design the section of SR-826 in the vicinity System Engineer of Miami International Airport to comply with Federal Aviation Authority regulations. Project Location: April 1999-June 2003, Equitarc Miami-Dade County.Contact:Ali Toghiani, P.E.(305)470-5343. Corporation. MDX INFRASTRUCTURE MODIFICATIONS ORT, MIAMI-DADE COUNTY,FL. Electronic Engineer November 2009—July 2010.Client:Miami-Dade Expressway Authority/AEG, Inc. Mr.Guon served as April 1999 August 1999,City of Miami the Electrical/ITS inspector checking for compliance with NEC and construction plans of new MDX ORT facilities along SR-874,SR-878,and SR-924.Contact: Ramon Arosemena,P.E.(786)256-1547. SR-9161 NW 138TH STREET FROM W 12TH AVE.TOW 4TH AVE.,MIAMI-DADE COUNTY,FL. July 2008—November 2008.Client:FDOT District VI/City of Hialeah.Mr.Guon was the Electrical Engineer for this project.He prepared Construction Documents(plans and specifications)for this reconstruction project.For that objective new controllers and ITS wiring were designed,tested and in- stalled.Mr.Guon,consequently had to analyze,design and implement the ITS system to a real-time intelligent transportation system;he coordinated with the manufacturers equipment specification with the proposed design.ITS wiring was designed,tested and installed.Jose Rodriguez,P.E.Project Manager(305)556-3800. MR CONSULTING TRANSPORTATION ENGINEERS,CORP. KEY PERSONNEL RE MES A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. ■ ELIO ESPINO, P.E., Ph.D, PTOE Traffic Engineering/General Civil I Task Leader Elio R.Espino,PhD,P.E.,PTOE is the Head of APCTE's Traffic Engineering and Transportation Planning Department.Elio has over 20 years of experience including seven years with the District Six of the Florida Department of Transportation where he graduated from the Department's PE training program.During the last three years of his seven year tenure with the Department he served as District Safety Engineer and was responsible for the District's Highway Safety Improvement Program (HSIP)and the implementation of the Department's Strategic Highway Safety Program which focused on the implementation of Engineer- ing,Education,Enforcement and Emergency Services,the four E's to reduce the rate of fatality and serious APCTE Tenure:2 Year Industry Experience:20 yrs injuries districtwide. Office Lxe2Doral, FL Elio also has extensive experience in the areas of active work zone monitoring and management and signal retiming.He has worked closely with the District Six Traffic Operations staff to develop the first active EDUCATION: work zone management program which has successfully reduced traffic delays in major projects such as Doctor in Civil the NW 25 Street Viaduct,N.Roosevelt Boulevard Reconstruction, NW 36th Street Bridge Replacement Doctor offfing Philosophy20in5 and the reconstruction of Alton Road from 5th Street through Michigan Avenue,as well as the implemen- EngineringApril,International University tation of the adaptive signal control system along SR 90/SW 8 Street.Through his work as a consultant Master of Science in Civil for FDOT,Mr.Espino has developed a reputation as a hands-on project manager who takes ownership of Engineering August, 1999 projects and delivers high quality engineering work. Florida International University KEY PROJECTS Bachelor of Science in Civil TRAFFIC OPERATIONS SUPPORT,MIAMI,FL Engineering August, 1997 Role: Senior Traffic Engineer; Client: FDOT D6; Reference: Evelin Legcevic(305)470-5156; Start-End Florida International University Date:12/2013-On-Going.Scope of Work:Travel time data collection using Wifi devices as part of the SW REGISTRATION: 8th Street from SW 142 Avenue to SW 67 Avenue Adaptive Traffic Control Project.Mr.Espino is responsible Florida PE No.58341 for the installation of the Wifi devices and coordination with the Miami-Dade County Traffic Control Center. March,2002 The project includes 30 devices in the field and also extensive coordination with the Lehman Center for Transportation Research at FIU as part of the evaluation phase of the project. EXPERIENCE: MAINTENANCE OF TRAFFIC RELATED PROJECTS,MIAMI-DADE&MONROE COUNTIES,FL APCTE(2013-Present) Role: Project Manager; Client FDOT D6; Reference: Saud Khan (305)470-5354; Start-End Date: Start ATEC(2005-2013) Date: 05/2012-11/2013; Scope of Work:Task work order driven contract which included real-time traffic FDOT,D6(1997-2005) data collection and monitoring,review and analysis of MOT alternatives,development of pedestrian and Georgia PE No.27463 vehicular detour routes,and development of work zone specific signal timings.As project manager,con- March,2002 ducted scheduled monthly meetings with FDOT PM and coordinated with signal timing agencies and project PTOE No. 1100 CEIs. Some key projects include MOT Support for:SW 107th Avenue and SW 8th Street Bridge,SR 9A11- April,2003 95,SR 1A/I-395,NW 25th Street Viaduct,SR82611-75 Design Build Managed Lanes,SR907/Alton Road, Professional Associations: SW 1 Street Bridge,and N Roosevelt Blvd in Monroe County. Member, Institute of DISTRICTWIDE TRAFFIC OPERATIONS AND SAFETY STUDIES CONTRACT,MIAMI,FL Transportation Engineers Role: Senior Transportation Engineer; Client: FDOT D6; Reference: Ms. (vette Funtanellas (305)470- Member,American 5311;Start-End Date:06/2008-06/2013.Scope of Work:A task work order driven contract which included Planning Association the investigation of fatal crashes and high crash locations district-wide.As part of this contract Mr.Espino completed over 850 fatal crash reviews to determine roadway contributory causes. DISTRICTWIDE PLANNING&ENVIRONMENTAL MANAGEMENT SERVICES,MIAMI, FL Role: Senior Transportation Engineer; Client: FDOT D6; Reference: Mr. Phil Steinmiller(305)470-5825;Start-End Date:03/2009-03/2012; Scope of Work:Task work order driven contract which includes traffic data collection;general planning,and corridor/project planning; preliminary design and engineering;project development and environ-mental;traffic operations analysis;interchange analysis reports;systems planning,and travel demand forecasting;and public involvement.Mr.Espino provided support as part of the Traffic Calming/Traffic Safety Evaluation on SR 933/SW 12 Avenue be- tween Coral Way and SW 13th Street. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. IIS. KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. ■ YERILY DIAZ, E.I. Traffic Engineering Ms.Yerily Diaz has over ten years of experience in traffic operations and traffic safety,including five years with the FDOT District 6 Traffic Operations Office. While with the FDOT, Ms. Diaz worked as a Traffic Operations Analyst,responsible for performing required tasks to develop safety/operational improvements on the State Highway System in Miami Dade and Monroe Counties in Florida. Her experience includes the development of traffic engineering studies,fatal crash investigation,skid hazard location investigation, APCTE Tenure:2 year and review of production plans for projects in the FDOT Work Program. Industry Experience: 10 years Office Location:Doral, Florida DECEMBER 2013 TO PRESENT Ms.Diaz has worked on the preparation of several pedestrian safety and mobility studies for FDOT District EDUACTION: 6 Traffic Operations Office, FDOT PM:Mr.Ramon Sierra.Some of these projects include: Bachelor of Science in Civil 1)Pedestrian Safety and Mobility Study along the one-way pair of SR 90/SW 8th Street and SW 7th Street Engineering,Cum Laude from SW 27th Avenue to Brickell Avenue.This is a comprehensive assessment of pedestrian features December,2004 along this corridor including an inventory of main pedestrian attractors/generators,traffic control devices, Florida International University pedestrian counts for three consecutive days, review of the most recent five-year period of pedestrian/bicycle crash data,vehicular speed,gap data,and demographic data along this corridor.Some EXPERIENCE: of the study recommendations include the installation of Rectangular Rapid Flashing Beacons at nine APCTE(Nov.2013-Present) midblock locations and one pedestrian traffic signal (January 2014 to January 2015); 2)Inventory of ATEC(Feb.2011 -Nov.2013) Existing ADA Features along SR 90/SW 8th Street and SW 7th Street from SW 27th Avenue to Brickell FDOT, D6(Aug.2005—Feb.2011) Avenue.This study documented a field inventory of all ADA features noting deficiencies and providing REGISTRATION: recommendations at signalized/unsignalized intersections and sidewalks along this corridor(August 2014 Florida Engineer Intern to December 2015);3)Need and Feasibility of installing Audible Pedestrian Signals at five intersections April,2005 in Monroe County(October 2014 to January 2015) SPECIALIZED TRAINNING: FEBRUARY 2011 TO DECEMBER 2013 Road Safety Audit Ms. Diaz worked on the preparation of several traffic operations and safety studies for FDOT District 6 Designing and Operating Traffic Operations Office.Some projects include: Intersections for Safety 1) Districtwide Traffic Operations/Safety Studies Contract, FDOT District 6 FDOT PM: Ms. (vette Designing Intersections for Funtanellas, E.I. (305)470-5311; 2) Pedestrian Mobility and Safety Evaluation for SR 972/Coral Way Pedestrian Safety from SW 37th Avenue to SW 27th Avenue and from SW 22nd Avenue to SW 17th Avenue,Miami Dade Florida Intersection Strategic County(February-March 2012); 3)Signal Warrant Analysis on SR 823/NW 57th Avenue at NW 186th Action Plan Workshop Street, Miami Dade County(March-April 2012); 4) Needs Assessment for Audible Pedestrian Signal Traffic Signal Timing Workshop Installation at SR 5/US 1 and SW 120th Street,Miami Dade County(August-September 2012).Districtwide Introduction to Access Traffic Operations Contract, FDOT District 6,Sub-consultant to Metric Engineering. Inc.,PM:Ms.Sonia Management Shreffler-Bogart, P.E. (305)235-5098; 5) Need and Feasibility of Midblock Pedestrian Crossing on SR FDOT MicroStation V8 Essentials A1A/S. Roosevelt Blvd from La Brisa Residential Complex to Key West by the Sea Condominium, Key Synchro and Simtraffic West,Monroe County(May-July 2012);6)Pedestrian Mobility and Safety Evaluation along SR 5/Biscayne Blvd between NE 36th Street and NE 61st Street, Miami Dade County(October 2012-January 2013). Districtwide Plans Review&Support Services, FDOT District 6,Sub-consultant to Alvarez Engineers,Inc.PM:Juan R.Alvarez,P.E.(305)640-1345 7)Lighting Evaluation along SR 5/Overseas Highway from Atlantic Boulevard to Tarpon Basin Drive,Key Largo,Monroe County(April-July 2012) AUGUST 2005 TO FEBRUARY 2011 While with the FDOT, Ms. Diaz worked as a Traffic Operations Analyst responsible for performing required tasks to develop operational/safety improvements on the State Highway System in Miami Dade and Monroe Counties, Florida. The main responsibility was the completion of the Correspondence Tracking Program(CTP)assignments to provide response and resolution to publics'requests in a timely manner.Some duties and responsibilities included the production of Technical Memorandum documenting traffic/safety related issues and proposed improvements, traffic regulations/restrictions, and Traffic Service Request(TSR)for the implementation of minor roadway modifications through the FDOT Maintenance Office.Ms.Diaz also performed plans review of production plans for projects in the Department Work Program,attended internal production scoping meetings in connection with the proposed traffic/safety improvement,and coordinated and attended Public Involvement Meetings regarding planned safety improvement projects.Ms.Diaz also served as Project Manager for various consultant contracts,including contract negotiation. A&'CONSULTING TRANSPORTATION ENGINEERS,CORP. KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. • ARNELIO ALFONSO, P.E. Water&Sewer Design I Task Leader ar , Mr.Alfonso,APCTE's Director of Water Resources,has over 30 years of experience in the design of San- itary Sewer Collection Systems and Water Distribution Systems.He has lead the APCTE design team in designing a numerous of MDWASD water and sewer facilities; including:several water mains, gravity 111 sewers and force mains.Mr.Alfonso has been involved in every aspect of the design of MDWASD facilities and has an intimate knowledge of the entire process;including all facets of design,permitting,and con- struction.Among his most relevant projects are:Miami Intermodal Center(MIC)Water&Sewer Improve- APCTE Tenure: 14 Years ments for Rental Car Facility,Sanitary Sewer Improvements for SR-860(Miami Gardens Drive),Water& Industry Experience:30 years Sewer Improvements for Perrine Cutler-Ridge(Basin A),Water&Sewer Improvements for Perrine Cut- Office Location:Doral, FL ler-Ridge(Basin B),and the Sanitary Sewer for Lummus Island Port of Miami. Education: DESIGN-BUILD EXPERIENCE Bachelor of Science in Civil MIAMI INTERMODAL CENTER WATER&SEWER IMPROVEMENTS,MIAMI, FL Role:Project Man- Engineering, IPSJAE Havana,Cuba, ager.As Project Manager, Mr.Alfonso was responsible for Quality Assurance and Quality Control of the 1985 proposed stormwater management system.This project includes more than 600 drainage structures that Hydrology Course will serve one of the biggest and most important interchanges in Miami-Dade County. Client: FDOT 1988 University of Madrid,Spain District VI(Ali Toghiani,P.E.(305)470-5343) Registration: NAUTILUS NEIGHBORHOOD,MIAMI BEACH-FL.MAY 2007-FEB.2010 1998, Florida Professional Engineer Role: Project Manager.The scope of work for this project included approximately 34,000 LF of new 8" No.52566 ductile iron water main; which was prioritized according to the CMB Water&Sewer Master Plan.The first phase of the WM included 17500 LF of 8"DIP WM,while the second phase included 16,500 LF of Experience: 8"DIP WM.The design included multiple tie-ins of the proposed 8"DIP water lines to the existing water Senior Project Manager mains at various locations.New Fire Hydrants were installed at a myriad of locations in the Nautilus neigh- November 2001 -Present borhood.The proposed improvements included 6 stormwater pump stations with 37 injection wells,new APCTE Corp. catch basins and manholes new collection system with increase of the pipe diameters and 9 gravity wells. Additionally,the scope of work included the relocation of approximately 177 water meters.Many of these Project Manager: water meters were installed from rear easements to public sidewalks by trenchless technologies. Client: August 1996-October 2001 City of Miami Beach(Jose Rivas,P.E.305-673-7080) HNTB Corporation SUNSET HARBOR PUMP STATION RETROFIT,CITY OF MIAMI BEACH,FLORIDA Project Engineer: Client: City of Miami Beach (Jose A. Perez, P.E. 305 673 7080). Drainage improvements consisting of April 1995-July 1996 the upgrade of two(2)pump stations,installation of four(4)injection wells,and connection of two(2)ex- Biscayne Engineering isting 18a€ overflow outfalls to the retrofitted systems in order to discharge emergency overflows to the intra-coastal and the Collins Canal. Professor: July 1985-March 1995 WASHINGTON AVENUE IMPROVEMENTS PHASES II,IV&V-MIAMI-DADE COUNTY,FL Polytechnic University of Havana Client:City of Miami Beach(Charles Carreno, P.E.305 673-7000).Project Manager responsible for this As a professor teaching subjects project consisting of preparation of construction documents(plans and specifications)for the following related to Hydraulic Engineering such improvements:milling&resurfacing,new gravity drainage wells,sanitary sewer capacity improvements as:Hydrology,Hydrogeology,Drainage, which consist of pipe/manhole up-sizing. The proposed improvements include new catch basins, new Irrigation, Hydraulic Systems and Fluid collection system and 28 gravity wells that will work in addition to the existing system with several inter- Mechanic. connects that will maximize treatment and flood attenuation.Also responsible for the office administration construction progress activities related to the construction of this right-of-way improvement project. PRAIRIE AVENUE—DADE BOULEVARD TO W.23RD STREET DRAINAGE,CITY OF MIAMI BEACH,FL Client:City of Miami Beach(Jose A.Perez,P.E.305 673 7080).Project Manager responsible for project consisting drainage analysis of a segment of Prairie Avenue,from Dade Blvd to W 23rd St,adjacent of Miami Beach Senior High School. The project area is located within Basin 76 of the City of Miami Beach.The proposed improvements included a pump station system with injection wells and a new collection system.The total drainage area encompasses 9.05 Ac. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. imm- KEY PERSONNEL RESUMES IMO"'"" ' ' A&P CONSULTING `RANSPORTATION ENGINEERS, CORP. ■ LAZARO FERRERO, P.E. Stormwater Design I Task Leader .tfilt As senior project engineer,he is in charge of drainage master planning and design.Mr.Ferrero has over 28 years of engineering experience in pumping stations,drainage systems,hydraulic,and structural design, and computer programming for engineering. Mr. Ferrero has been responsible for the design of several storm water management systems in Miami-Dade and Broward Counties.Among his most relevant projects are: MIC Drainage master Plan; SR 826/SR 836 Drainage Master Plan and the Nautilus Neighborhood Draiange Improvements.Mr. Ferrero is currently a member of the Florida Engineering Society(FES). APCTE Tenure: 10 Years Industry Experience:29 Years SUNSET HARBOR PUMP STATION RETROFIT,CITY OF MIAMI BEACH, FLORIDA Office Location:Doral,FL Client:City of Miami Beach(Jose A.Perez,P.E.305 673 7080).Drainage improvements consisting of the upgrade of two(2)pump stations,installation of four(4)injection wells,and connection of two(2)existing Education: 18"overflow outfalls to the retrofitted systems in order to discharge emergency overflows to the intra- Bachelor of Science-Civil Engineering, coastal and the Collins Canal. 1985.Polytechnic University of Havana,Cuba WASHINGTON AVENUE IMPROVEMENTS PHASES II,IV&V-MIAMI,FL Registration: Client: City of Miami Beach (Charles Carreno, P.E.305 673-7000).Project Manager responsible for this 2001, Florida Professional Engineer project consisting of preparation of construction documents(plans and specifications)for the following im- No.58025 provements:milling&resurfacing,new gravity drainage wells,sanitary sewer capacity improvements which consist of pipe/manhole up-sizing.The proposed improvements include new catch basins,new collection Experience: system and 28 gravity wells that will work in addition to the existing system with several interconnects that Senior Project Engineer will maximize treatment and flood attenuation.Also responsible for the office administration construction March 2004-Present APCTE progress activities related to the construction of this right-of-way improvement project. Senior Project Engineer,in charge of water and sewer system design. SR 8261 SR 836 INTERCHANGE 1 PALMETTO EXPRESSWAY SECTION 5,MIAMI,FL. Project Engineer State Road(SR)826(Palmetto Expressway)and SR 836(Dolphin Expressway)are major limited access, Nov.2000-March 2004 urban freeways connecting the north, south, east and west of Miami-Dade County, Florida. These ex- HNTB Corporation pressways consist of 16.7 miles of north-south corridor and 7.0 miles of east-west extension with inter- Project Engineer for the Miami office changes at major urban arterial crossings.The intent of this Stormwater Management Master Plans was to identify the drainage systems within the project limits,the existing drainage conditions,water quality Project Engineer and quantity analysis of the proposed drainage system and detailed calculations and final hydraulic analy- Jul 2000—Nov.2000 sis.The SR 826/836 Interchange Project(Interchange Project) consists of approximately 5.4 miles of EAC Consulting Engineer corridor improvements including pavement resurfacing,bridge rehabilitation,roadway reconstruction,and Drainage Engineer for the Miami office, canal relocation. This project includes more than 600 drainage structures that will serve one of the biggest in charge of Drainage design. and most important interchanges in Miami-Dade County. Project Reference:Ali Toghiani, P.E. 305 470 Senior Project Engineer 5343,Project Length:5.4 miles,Beg.Date-End Date: 12/2009—On-going. July 1993 March 1995 1495 DRAINAGE MASTER PLAN,CITY OF MIAMI,FLORIDA. Irrigation and Drainage Institute Havana,Cuba. Engineer in charge of The proposed project will involve the potential realignment,capacity and geometric improvements to In- project management of mayor projects terstate 395(1-395)an elevated expressway that traverses approximately 1.2 miles within the City of Miami. performed for the Ministry of Agriculture The proposed project extends from just west of the Midtown Interchange(SR-836/1-95/l-395)located just and the DOT in Havana,Cuba. north of downtown Miami and runs eastward to the MacArthur Causeway Bridge.Complete the Stormwater Management Report,so that it will include the drainage analysis for the pre and post development condi- tions.Also a hydraulic model that simulates the performance of the stormwater system(pre and post-development conditions)was created using the ADiCPR software.Project Reference:Vilma Croft(305)470-5240),Project Length: 1.2 miles, Beg.Date-End Date:07/2011—On-Going. NAUTILUS NEIGHBORHOOD DRAINAGE MASTER PLAN,CITY OF MIAMI BEACH,FLORIDA The Nautilus Neighborhood includes all of the area from Arthur Godfrey Road on the South, Biscayne Waterway on the East, Biscayne Bay on the West,and Surprise waterway on the north.The total area of the project is 112 Acres.The proposed improvements included 6 stormwater pump stations with 37 injection wells,new catch basins and manholes new collection system with increase of the pipe diameters and 9 gravity wells,.The improvements to the stormwater system are limited to the three priority drainage basins(92,97&99)identified in the City of Miami Beach Stormwater Management Master Plan. A&P CQNSULT1NG TRANSPORTATION ENGINEERS,CORP. dinimmiwift KEY PERSONNEL RESUMES 00.4.1."—.--- A&P 0+.4.1."A& 'CONSULTING TRANSPORTATION ENGINEERS,CORP. • ANGELA BARON, P.E. Stormwater Design Ms. Baron has over 8 years of experience working as a Civil Engineer. Ms. Baron is experienced in hy- draulic modeling of stormwater management systems, design of drainage systems using FDOT, Miami- Dade County, Broward County and municipal standards. She is also experienced in the acquisition of permits, and permit close-outs from different permitting agencies, Municipalities, and Miami-Dade and Broward Counties. KEY PROJECTS APCTE Tenure:4 Years Industry Experience:8 yrs SR 821 HEFT WIDENING-NORTH OF SW 72ND STREET(SUNSET DRIVE)TO NORTH OF SW 40TH Office Location:Doral, FL STREET(BIRD ROAD), MIAMI,FL. Availability:30% Project improvements consist of widening the Homestead Extension of the Florida Turnpike (HEFT)to provide six general purpose lanes and four express lanes with auxiliary lanes.The project also proposes Education: to replace existing toll facilities with new mainline gantries and the construction of new exit ramps at SW Bachelors of Science in Civil 40th Street.Ms. Baron is assisting in the drainage design, Hydraulic Modeling,and in the preparation of Engineering Bridge Hydraulic Reports.She is also responsible for the preparation of Stormwater Management reports, Florida International University,Miami, and permit acquisition from the Miami-Dade Department of Regulatory and Economic Resources(DRER) FL. and the South Florida Water Management District(SFWMD).Project Reference:Paul Naranjo,P.E.(407) Fall 2008 264-3429, Project Length:6.2 miles, Beg.Date-End Date:07/2014—On-Going. Registration: SR 826(PALMETTO EXPRESSWAY)AND 1-75(SR 93)EXPRESS LANES PROJECT,MIAMI,FL. 2014, FL Professional Engineer# The proposed improvements consist of widening both SR 826 and 1-75 to incorporate the addition of one 76984 managed lane in each direction along ten(10)miles on the SR 826(Palmetto Expressway)and three(3) miles on 1-75(SR 93).Ms.Baron is assisting in the Drainage design and in the preparation of Bridge Hy- ' Experience: draulic Reports and Stormwater Management Reports for the improvements on SR 826.She is also re- Project Engineer 2012-Present sponsible for permit acquisition from the Department of Regulatory and Economic Resources(DRER).A A&P Consulting Transportation special challenge faced as a part of this project was the preparation of alternative hydraulic models,and Engineers,Doral, FL ongoing coordination with M-D DRER in order to obtain a Class III Permit for a proposed 10'culvert and 16'culvert along the Peter's Pike Canal.Project Reference:Teresita Alvarez,P.E.(305)470-5287),Project Associate Engineer Length: 10.2 miles,Beg.Date-End Date:09/2013—On-Going. Chen,Moore and Associates,Civil& Environmental Engineers, SR 8261 SR 836 INTERCHANGE 1 PALMETTO EXPRESSWAY SECTION 5, MIAMI-DADE COUNTY, Fort Lauderdale, FL FL. State Road(SR)826(Palmetto Expressway)and SR 836(Dolphin Expressway)are major limited access, Honors/Associations: urban freeways connecting the north, south, east and west of Miami-Dade County, Florida. These ex- FIU Dean's List pressways consist of 16.7 miles of north-south corridor and 7.0 miles of east-west extension with inter- Chi Epsilon changes at major urban arterial crossings. The SR 826/836 Interchange Project consists of approximately Tau Beta Pi 5.4 miles of corridor improvements including pavement resurfacing,bridge rehabilitation,roadway recon- American Society of Civil Engineers struction, canal relocation and includes several levels of ramps providing proper connections between (ASCE). both expressways. This project includes more than 600 drainage structures that will serve one of the biggest and most important interchanges in Miami-Dade County.Ms.Baron assisted in the Drainage design and in the preparation of Bridge Hydraulic Reports and Stormwater Management Reports.Permitting involved coordination with M-D DERM, DOH, M- D Fire Department,and the Miami-International Airport.Project Reference:Ali Toghiani, P.E.305 470 5343,Project Length:5.4 miles,Beg.Date-End Date: 12/2009—On-going. 1-395 DRAINAGE MASTER PLAN,CITY OF MIAMI,FLORIDA. The proposed project will involve the potential realignment, capacity and geometric improvements to Interstate 395(1-395)an elevated expressway that traverses approximately 1.2 miles within the City of Miami.The proposed project extends from just west of the Midtown Interchange(SR-836/I- 95/1-395)located just north of downtown Miami and runs eastward to the MacArthur Causeway Bridge. Ms. Baron assisted in the preparation of the Stormwater Management Report that included the drainage analysis for the pre and post development conditions of the stormwater system. Project Reference:Vilma Croft(305)470-5240),Project Length: 1.2 miles,Beg.Date-End Date:07/2011 —On-Going. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP.. Nimiimmomminik KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. • IVONNE PLANAS, P.E. Water and Sewer Design *t.," Ms.Planas have designed water main,sewer gravity and force main,as well as paving and drainage sys- tems for residential and commercial projects in South Florida. Have designed water main, sewer gravity and force main systems for hotels in the Caribbean such as Santa Lucia Hotel and Resort Pansea, and Parque Central Hotel.Highly proficient in AutoCAD 2014,Microsoft Office Suite,and Internet Navigational skills.Proficient in Microstation.Exceptional skills in both writing and speaking Spanish. APCTE Tenure: 1 year KEY PROJECTS Industry Experience: 18 years Office GOVERNMENT CUT 54"SANITARY SEWAGE FORCE MAIN REPLACEMENT,MIAMI-DADE COUNTY, Location: Doral, Florida FL Education: Client Name:Earth Tech-AECOM Technical Services,Inc.Scope of Work:Ms.Planas was part of the de- Bachelor in Science ,Civil Engineer sign team developing design-build criteria package for the replacement of the existing 54-inch force main ing,University of Havana,July sneer that runs from Miami Beach to the Central District Wastewater Treatment Plant(CDWWTP)and for the re- 996. placement of the existing 20-inch water main from Port Island to Fisher Island. Completed studies of the Specialty in NORMANDY DRIVE PHASE II- MARSEILLE DRIVE DRAINAGE IMPROVEMENTS, CITY OF MIAMI Hydraulics,GPA of 4.15/5. BEACH,FL The scope of services requires Drainage Improvements,Lighting Improvements,Crosswalk and Sidewalk Registration: Paver Improvements, as well as a Paver Walk Extension.The project limits for drainage improvements Professional Engineer Number 67358 consists of a section of Marseille Drive,from just east of the intersection with Trouville Esplanade to east Professional Certifications: of Rue Notre Dame,for a distance of approximately 1,800 linear feet.Proposed improvements will include: Florida Stormwater Erosion&Sedi pump stations, a stormwater conveyance system, drainage inlets and/or manhole structures, or other mentation Control Inspector drainage structures as may be required.Sidewalk improvements include installation of pavers at three in- tersecting streets with Marseilles Drive.Lighting improvements include either replacement of existing cobra Training ProgramFDOT's heads light bulbs from 200 watts to 400 watts or include decorative pedestrian Acorn light fixtures;upgrades to meet current City standards. Ms. Planas is coordinating the design plans and technical specifications, Maintenance of Traffic Training permitting,and construction inspection assistance.She is responsible as well for the project management and coordination with sub-consultants. Program. Experience: QUAIL ROOST PARK AND RIDE FACILITY,MIAMI-DADE COUNTY,FL A&P CONSULTING TRANS- The scope consists in the preparation of a Design Build Criteria Package to be used by Miami Dade Transit PORTATION ENGINEER,CORP., in the RDBS to procure a Design/Build firm,which will perform planning, final drawings, permitting and MIAMI, FLJanuary 15—Present. construction.Ms.Planas is coordinating the technical specifications,Engineer's opinion of probable cost, Project Manager project schedule and others documents pertaining of the package. LOCKWOOD,ANDREWS AND BRIDGE INSPECTION CONSULTANT SERVICES FOR MIAMI DADE TRANSIT METROMOVER SYS- NEWNAM, INC.,MIAMI, FL March 12— TEM,MIAMI-DADE COUNTY,FL January 15.Production Manager/ The scope of services consists in perform an Initial and Fracture Critical Inspection,as well as an Under- Engineer IV water Inspection for the Miami-Dade County Transit Metromover Structure.Metromover Omni,Downtown and Brickell loops measures approximately 5 miles in length and present several challenges to inspect as HBC ENGINEERING, INC.MIAMI, they run over the Miami River, Brickell business district, busy streets and are in the path of very hectic FLOctober 11 December 11.Project pedestrian traffic.Ms.Planas is responsible for the project management as well as coordination with sub- consultants. Engineer MIAMI SHORES UNDERSIZED WATER MAIN REPLACEMENT,MIAMI-DADE COUNTY,FL. Client: Miami-Dade Water and Sewer Department. Scope of Work: Project consisted of the design of a new 8" D.I.P.water main in order to replace existing 2", 2W and 3"mains running within the public right of way.The MDWASD proposed the installation of approximately 2,110 LF of 8"water mains.The project also included the installation of fire hydrants,consistent with County requirements and standards.Pri-mary role: Project Manager responsible for the plans preparation and design for the new 8" DIP water main. Responsibilities also in-cluded permitting with Miami-Dade DERM, Miami-Dade Fire De-partment and the Florida Department of Health. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP fir"`'`'-.r„ KEY PERSONNEL RESUMES --. A&P CONSULTING ULTING TRA.N P RTATION ENGINEERS, CORP. ■ LISSETTE GOON, E.I. Utility Coordination I Task Leader I Mrs.Guon has more than 14 years of experience working as a Transportation Engineer in conjunction with the Florida Department of Transportation and local agencies.As a Project Engineer,Mrs.Guon has worked on a number of projects including RRR and Roadway Reconstruction projects. Within these projects,Mrs. Guon has conducted Design and Draft Roadway Plans, Signing and Pavement Marking Plans, and Sig- nalization Plans using CADD system and Geopak software. Created and reviewed typical sections,hori- zontal and vertical alignments. Prepare review and update Roadway plans and other construction APCTE Tenure: 13 Years documents in accordance with the FDOT Plans Preparation Manual,FDOT Design Standards and Manual Industry Experience: 14 Years of Uniform Traffic Control Devices.Generated CADD produced quantities using Geopak for the Computation Office Location:Doral,FL Book, compute areas, volumes and geometric data required. Prepared Cost Estimates Analysis and es- tablish projects in the Construction Estimating System(CES). Education: MS,Civil Engineering 2002 Florida KEY PROJECTS International University NW 87TH AVENUE INTERCHANGE IMPROVEMENTS AT SR-836,MIAMI,FLORIDA. Registration: Client:Miami-Dade Expressway Authority.Project Manager:Gil Portela,P.E.,Phone No.:(305)551-8100. Florida Engineer in Training Fax No.:(305)551-2800.Email:gportelal@hntb.com.Initial/Final Contract Value:$5.5 M.Initial/Final Con- 2004 struction Cost: N/A. Beg. Date-End Date: 10/2011- On-Going. Role: Utility Coordinator.Scope of Work: The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Experience: Section 5 Master Plan.The project will complete the system to system connections for the western portion Project Engineer of SR-836 connecting to SR-826 and provide the ultimate capacity improvements along the SR-836 main- 2002-Present line. In addition the project will provide significant traffic operations and safety improvements for the inter- A&P Consulting Transportation change and the surrounding arterial network.The goal is to improve the access from the arterial network Engineers,Miami, Florida onto the expressway and thus relieving the arterial grid,in particular the intersection of NW 87th Avenue and NW 12th Street. Being able to accomplish this will be a win-win forall by reducing commuter travel Civil Engineer Intern times on SR-836 and improving operations on NW 87th Avenue and NW 12th Street. Camero&Associates, Inc Miami, Florida DESIGN-BUILD OF CENTRAL BOULEVARD 2001-2002 Client Name: MDX/FDOT, District 6. Project Reference:Ariel Millan, PE. Contact Number: (305) 670- 2350.Prime Consultant:BCC Engineering.Project Role:Utility Coordinator/Signal Project Engineer.Beg. Date-End Date:6/2010—On-going.Contract Amount:$600,000.Project Scope:Responsible for coordinating with all Utility Agency Owners with existing facilities within the project limits identifying and avoiding potential conflict with proposed roadway work. Survey and field verify all encountered potential utility conflict. Responsible for ensuring that MDX, MDAD and FDOT Standards policies and procedures, and design and construction criteria are followed for each utility coordination/relocation.Coordinated with FPL to identify Service Points for ITS,Signal, Lighting and Landscape Lighting.Re- sponsible for the Design and Plans Preparation for Several Proposed Signalization along the Project Limits. DESIGN-BUILD OF SR-826/SR-836 INTERCHANGE Client Name: FDOT, District 6. Project Reference:Ali Toghiani, P.E. Contact Number: (305)470-5343. Prime Consultant: BCC Engineering. Project Role:Utility Coordinator/Signal Project Engineer.Beg.Date-End Date: 12/2009—On-going.Contract Amount:$2.8M.Project Scope:Preparation of a Utility Master Plan for this $559 million project,which includes several levels of ramps providing proper connections between both expressways. Re- sponsible for coordinating utility relocation work within the project limits with Utility Agency Owners, identifying potential conflicts of existing facilities with proposed work,utility coordination/relocation with all different agencies having jurisdiction in the project area like MDX,Miami Dade County Public Works,City of Miami, Miami International Airport, DERM,etc.Design and plans preparation for utility corridor for affected utilities.Responsible for the development of Utility Adjustment Sheets,and the design of several proposed and temporary signalizations within the project limits. DESIGN/BUILD OF SR-90/SW 8TH STREET AT HEFT INTERCHANGE Client Name: FDOT District 6.Project Reference:Jose Barrera, PE.Contact Number:305-470-5260.Prime Consultant:APCTE,Corp..Project Role: Utility Coordinatror.Beg.Date-End Date:3/2010—02/2011.Project Scope:Roadway safety improvements along SR-90 from the HEFT SB On-Ramp intersection to the HEFT NB On-Ramp intersection. This project included median widening to accommodate dual left-turn movements entering the HEFT ramps,reconstruction of the SB On-ramp from a single lane to two-lane ramp,resurfacing on SR-90,drainage,signalization,signing&pavement markings,and utility coordination. AV CONSULTING TRANSPORTAT ON ENGiNEER5,CORP KEY PERSONNEL RESUMES A&P CONSULTING TRAN PC; RTATION ENGINE RS, CORP. IIICARLOS CAMACHO, E.I. Permit Coordinator Mr.Camacho graduated from Florida International University with a Bachelor's degree in Civil Engineering in 2014. He has 3 years experience in the drainage structures industry and 1 year of experience in water use efficiency with Miami-Dade Water and Sewer Department.He received his Engineer in Training certi- fication from the State of Michigan in October 2013, and became licensed in Florida by endorsement in February 2015. Since arriving atACPTE,he has assisted the drainage team on several projects ranging from 175/826 Express Lanes, HEFT from Sunset Dr to Bird RD, 1-395 Drainage Master Plan and FDOT's Outfall Assessment Report. APCTE Tenure:2 Year Industry Experience:4 Years PREVIOUS EXPERIENCE Office Location:Doral, FL WATER RESOURCES ENGINEER-AUGUST 2014—PRESENT • Assist project managers with the design of storm water drainage systems, pump stations and Registration/Certifications: pipelines. Engineering in Training • Create roadway drainage plans and cross-sections to display the most efficient structure combina- February 2015—Florida(El# tions. 1100018942) • Calculate the hydraulics involved in roadways, drainage structures, ponds, lakes and other open channels. PE—Professional Engineer's Exam • Liaise with local authorities(ie.FDOT,WASD)throughout the design process in order to maintain the (Awaiting experience requirement for integrity of projects. licensure)April 2014 PRECAST MANUFACTURING OF MEDLEY, MEDLEY,FL INTERN/ASSISTANT-NOVEMBER 2012— Education: FEBRUARY 2014 Florida International University Miami, • Assisted in design of catch basins, sanitary sewer manholes,and other precast concrete drainage FL, Bachelor of Science in Civil structures. Engineering-May 2014 • Reviewed shop drawings against design to ensure accuracy according to specified requirements. • Estimated manufacturing costs of precast concrete drainage structures for clients/contractors. Florida International University Miami, FL,Masters of Science in Civil MIAMI-DADE COUNTY WATER AND SEWER DEPARTMENT, MIAMI,FL INTERN-OCTOBER 2011 — Engineering(Candidate)—Ex-pected OCTOBER 2012 Graduation May 2017 • Assisted in administering water use incentives programs for the county. • Comply with grant requirements of South Florida Water Management Districts'Water Savings Incen- Experience: tives Program. APCTE—Project Engineer—August • Study and advise major Property Management Company as to the benefits of retrofitting properties 2014 to present with high efficiency fixtures. • Design or prepare graphic representations of Geographic Information Systems(GIS)data,using GIS Precast Manufacturing of Medley— software applications. November 2012—February 2014 KEY PROJECTS Miami-Dade Water and Sewer De- FDOT DISTRICT 6 OUTFALL ASSESSMENT partment—Intern—October 2011 Role: Project Engineer. The scope of work consists of inspecting, analyzing and modeling the many —October 2012 stormwater outfalls in the district to provide accurate and up-to-date information for current and future proj- ects in the vicinity. Carlos assisted in the management of sub-consultants,data collection,and report cre- ation for the FDOT's District 6 Outfall Assessment. He organizes and attends regular meetings with the FDOT's Drainage Section to discuss the status of the data collected as well as the future needs of the assessment. SR 826/1-75 EXPRESS LANES DESIGN-BUILD Role:Project Engineer. The scope of work consists of widening the SR826 and 175 to accommodate express traffic lanes to relive the traffic in the two major thoroughfares. Carlos assisted in the drainage design through the creation and revision of structure cross-sections,special drainage structure details,evaluation of the basin area analysis and representative drainage maps. ASP CONSULTING TRANSPORTATION ENGINEERS,CORP. KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION PORTATION ENGINE RS, CORP ■ OSMANY ALFONSO, P.Efig . Structural Engineer I Task Leader Mr.Alfonso's 21 years of experience as project manager and project engineer have included all phases of transportation bridge projects including design, planning, and construction/post design service as- signments.Mr.Alfonso's bridge design experience includes curved steel box girder bridges,curved and ',. skewed steel plate girder bridges,Florida I-Beam(FIB)concrete bridges,cast-in-place flat slab bridges, 111 A pedestrian bridges,precast flat slab bridges, post tensioned substructures, miscellaneous roadway structures,bridge widening and rehabilitation,bridge retrofits,and bridge load ratings. Planning assign- APCTE Tenure:3.5 Years ments have included preparation of Bridge Development Reports,Bridge Feasibility Studies and Bridge Industry Experience:21 Years Analysis Reports for PD&E Studies.Post Design Services assignments have included management of Office Location:Doral, FL post-design services,structural field inspections,shop drawing review,and design support during con- struction of bridge projects. Other assignments have included the design of soil anchored steel sheet Registration: pile retaining wall,precast panel wall design for geo-foam embankments, concrete counter-fort walls, 2004, Florida Professional tie back bulkhead wall systems. Mr.Alfonso has served as Project Engineer for the design of over 50 Engineer No.61601 bridge sites for the FDOT,Expressway Authorities,and various public agencies. Education: KEY PROJECTS Science NW 36TH BRIDGE REPLACEMENT,MIAMI,FORIDA: Bachelor . Client: FDOT District VI. Role: Engineer of Record. Begin-End Date: 12/2012—On-going. Contract Civil Engineering, December 1995, Amount:$7000,00.Scope of Work:This contract included two distinct projects. Project 425979-1-52- Florida International University, Miami, 01 includes milling &resurfacing, median modifications, sidewalk, and ADA ramp construction along Fl. NW 36th Street.The limits of this project go from about 120 ft.west of Lee Drive to just east of Coolidge Drive.Project 418065-2-52-01 include major reconstruction including the replacement of the N.W.36th Experience: Street bascule bridge over the Miami Canal,as well as milling and resurfacing,drainage,lighting,sig- nalization,and minor intersection modifications of NW 36th Street at N.W.South River Drive and NW Bridge Design Quality Control North River Drive.This project entails replacing a functionally obsolete Hanover Bascule Bridge crossing Manager,June 2012 to Present:A&P the Miami Canal C-6 with two fixed concrete bridges. Reference:Ali Toghiani(305)470-5343. Consulting Transportation Engineers, Miami, FL. SR-836 AND N.W.87TH AVENUE INTERCHANGE,MIAMI,FLORIDA: Client:Miami-Dade Expressway Authority.Role:Engineer of Record.Contract Amount:$5.5 M.Begin- Structures Design Project End Date:October 2011/On-Going.Scope of Work:For structures,APCTE was responsible for the de- Manager, March 2005 to May 2012: sign of Bridges 1,5&6. Bridge 1 (WBCD over NW 87th Avenue)is a simple span bridge with a length C3TS,Coral Gables, FL. of 181'. Bridge 5(SR 826 Ramp Over NW 87th Avenue)is a two-span bridge with a curved deck having a radius of 4,374'and span lengths of 168.25'and 182.25'. Bridge 6(WBCD Over NW 87th Avenue Project Engineer, Ramp) is simple span with a skew of 29 degrees and a span length of 72 ft. Bridge Development November 2002 to March 2005: Reports will be prepared for all bridges to determine the optimum configuration of the different compo- Sanchez,Zeinali and Associates, nents of the superstructure,substructure and foundations.A competitive alternative consist of precast Miami, FL. pre-stressed FIB girders for the superstructure and reinforced concrete hammerhead piers for the sub- structure of the two-span bridge. The foundation will consist of precast pre-stressed piles. In addition, Bridge Engineer, we will design the MSE walls associated with these bridges as well as overhead span and cantilever August 1998 to November 2002: sign structures. Reference:Gil Portela,P.E.(305)551-8100.Email:gportelal@hntb.com. Beiswenger, Hoch&Associates, Miami, SR 826/SR 836 INTERCHANGE RECONSTRUCTION,MIAMI-DADE COUNTY,FL.: FL. Client:FDOT District VI/MDX.Corridor Lenght:N/A.Scope of Work:Design-Build project to support the reconstruction of this$560 million,four-level interchange in the heart of Miami-Dade County. Engineer of Record responsible for concrete and steel bridges, including a skewed and curved two-span steel plate girder bridge along the East to South Ramp(Bridge 12)and the eastbound CD(Bridge 20)utilizing FIB-72 girders on spans approaching 180 feet. The project includes the reconstruction of approximately 2 miles of SR 826 from SW 8th Street to NW 25th Street and approximately 3 miles of SR 836 from NW 87th Avenue to NW 57th Avenue to provide 5 lanes in each direction along the mainline plus the introduction of EBCD and WBCD roads along SR 836. The job includes the construction of 47 new bridges that include 7 steel bridges,36 Florida I-beam bridges and 4 segmental bridges. Other improvements include retaining walls,lighting,sound walls,canal relocation,utilities JPA plans,signalization,new signing and pavement markings,new ITS,and special aesthetic features. Extensive stakeholder coordination is required with FDOT, MDX, MDC Water&Sewer,utility owners,the Miami International Airport,CSX Transportation,DERM,and SFWMD.Performed Bridge Load Rating Calculations during the final design phase of the project.Contact Information:Ali Toghiani,P.E.(305)470-5343. A&P CONSULTING TRANSPORTATION ENGINEERS.CORP. KEY PERSONNEL RESUMES '"' " A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. ■ ADRIAN ALFONSO, E.I. .T.: Structural Design Mr.Alfonso has been an integral part of the Structural Design Team at APCTE for the past years has 3 years of experience in the design and drafting of structures.He has been involved in bridge projects where he has developed special skills in the plans production area through the use of Microstation and specialized application software such as GEOPAK&REBAR,along with structural design and calculations of units. IPROJECT EXPERIENCE FDOT DISTRICT VI,N.W.36TH BRIDGE REPLACEMENT,MIAMI,FLORIDA APCTE Tenure:2 Years Role:Engineer-In-Training for Bridges 871098&871099(Simple Span Concrete FIB).Client:FDOT Dist. Industry Experience:3 Years VI. Project Manager:Ali Toghiani (305)470-5343.Beg. Date-End Date: 12/2012—On-going. Scope of Office Location:Doral, Florida Work:This contract included two distinct projects. Project 425979-1-52-01 includes milling&resurfacing, median modifications,sidewalk,and ADA ramp construction along NW 36th Street.The limits of this project Education: go from about 120 ft.west of Lee Drive to just east of Coolidge Drive. Project 418065-2-52-01 include Bachelors of Science in Civil Engi major reconstruction including the replacement of the N.W. 36th Street bascular bridge over the Miami neering, Florida International University, Canal,as well as milling and resurfacing, drainage, lighting,signalization,and minor intersection modifi- April 2014. cations of NW 36th Street at N.W. South River Drive and NW North River Drive.This project entails re- placing a functionally obsolete Hanover Bascule Bridge crossing the Miami Canal C-6 with two fixed Master of Science On Going concrete bridges.Responsible for calculation of deck finish grade elevations and project quantities.Assisted in the preparation of end bent and superstructure plans. Experience: 2013 to Present:Engineer Intern,A&P NW 87TH AVENUE INTERCHANGE IMPROVEMENTS AT SR-836,MIAMI,FLORIDA. Consulting Transportation Engineers, Role:Engineer-In-Training for Bridges 1,5,and 6(Simple Span&Multi-Span Concrete FIB).Client:Miami- Corp Dade Expressway Authority. Project Manager:Gil Portela, P.E.-MDX GEC Project Manager. Phone No.: (305)551-8100. Fax No.: (305)551-2800. Email: gportelal@hntb.com. Initial/Final Contract Value: $5.5 M. Initial/Final Construction Cost: N/A. Beg. Date-End Date:: 10/2011 -On-Going.Scope of Work-The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Section 5 Master Plan.The project will complete the system to system connections for the western portion of SR-836 connecting to SR-826 and provide the ultimate capacity improvements along the SR- 836 mainline. In addition the project will provide significant traffic operations and safety improvements for the interchange and the surrounding arterial network.The goal is to improve the access from the arterial network onto the expressway and thus relieving the arterial grid,in particular the intersection of NW 87th Avenue and NW 12th Street. Being able to accomplish this will be a win-win for all by reducing commuter travel times on SR-836 and im- proving operations on NW 87th Avenue and NW 12th Street.Prepared plans and calculations for Bridge 1 End Bents, performed calculations for mis- cellaneous structures including mast arms,overhead and cantilever structures. MISCELLAENOUS STRUCTURES,MIAMI,FLORIDA Role: Engineer-In-Training.Client FDOT Dist.VI.Project Manager: Evelin Legcevic(305)470-5156. Beg. Date-End Date:8/2014—On-going.Scope of Work:This contract includes the analysis of existing mast arms from both Miami-Dade County and FDOT. Analysis to verify structural capacity due to additional loads from new signs,signal heads,addition of back plates,and modification of signal heads as required for this project. FDOT DISTRICT VI,BRIDGE MAINTENANCE OFFICE,MIAMI,FLORIDA Role:Engineer-In-Training for Bridge Inspection Reports.Client: FDOT Dist.VI.Project Manager: Dennis Fernandez(305)470-5455.Beg.Date-End Date:8/2014—10/2014.Scope of Work:This contract included several tasks involving the review of bridge inspection reports for Florida bridges.Bridge inspections reports were reviewed for movable bridge,canal bridges,and highway bridges. Review work required the use of PONTIS and GIS(Geo- Bridge)programs. CONSENT DECREE PMCM PROGRAM,MIAMI, FLORIDA Role:Engineer-In-Training.Client:Miami-Dade Water and Sewer Dept.Project Manager:(PS-488)Ariadna P.Risher(305)409-1539.(PS-198&PS- 437)Donald N.Miller(717)461-0779.Beg.Date-End Date:4/2015—On-going.The Consent Decree PMCM Program requires Mechanical,Civil,Struc- tural, Electrical, Geotechnical, Surveying, and Limited Construction Services for rehabilitating and upgrading Pump Stations. Scope of Work: This contract included the design of several pump stations:PS-488, PS-198,and PS-437.Work included wet well design,valve box design,buoyancy cal- culations,plan preparation,and repair procedures for existing wet well structures.Work required the use of Mathcad and Autocad programs. AR CONSULTING TRANSPORTATION ENGINEERS,CORP. KEY PERSONNEL RESUMES A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. ■ ERIK SIBILA, P.E., C.G.C. Limited Construciton Administration Services 4 Mr.Sibila has over 8 years of experience in major civil engineering projects as Project Design Engineer and General Contractor. He received his Bachelor of Science Degree in 2008 with Summa Cum Laude and class Valedictorian honors.He has worked on the production sets of construction plans for drainage, water mains,gravity sewer and force mains,and assisted in the estimating and permitting processes.Mr. Sibila has worked on projects for Miami-Dade Water and Sewer Department,Florida Department of Trans- portation.Mr.Sibila also has acquired excellent experience in the CEI of major trans-portation infrastruc- APCTE Tenure:7 yrs ture projects including most recently the Norris Cut Tunnel Project for WASD and the SR-836 open Road Industry Experience:8 yrs Tolling Project for MDX as well as extensive experience with the MEI Contract in District VI. Mr. Sibila Office Location:Doral, Florida has outstanding oral and written skills and is a graduate of the FDOT Project Administrator Academy. Education: KEY PROJECTS Master of Science Civil/Water 02/2015 TO PRESENT. MDX SR-836 INFRASTRUCTURE MOFIFICATIONS FOR OPEN ROAD Resources Engineering,2011 FL TOLLING(ORT).Mr.Sibila currently serves as Assistant Project Administrator/CSS for this$12.6 Million International University Miami, FL Design-Build Miami-Dade Expressway Authority(MDX) ORT conversion project in SR-836. MDX is in the process to transitioning all corridors to ORT.The goal of this project is to provide the infrastructure Bachelor of Science Civil Engineering, necessary to convert the SR-836 between NW 137th Avenue and SR-826 to an Open Road Facility.The 2008 Architectural Engineering,2008 project includes the construction of 5 new toll gantry structures and modification to three currently existing Summa Cum Laude University of Miami in the SR-836 corridor.Mr.Sibila is in charge of overseeing construction of a new exit ramp from SR-836 Coral Gables, Florida west bound to access the FDOT District VI Office which is also part of this contract. Con-tact Name: David Chang(305)265-5492. Registration: 2012, FL P.E.No.74663 08/2014 TO PRESENT.DB12-WASD-01 NORRIS CUT UTILITY RELOCATION PROJ-ECT—MD WASD 2004, FL General Contractor Role:Project Engineer I Project Administrator.Project involves the replacement of the existing 54"force CGC1508340 main underneath Norris Cut between Fisher Island and the Central District Wastewater Treatment Plant 2013, FL Surveyor-in-Training (CDWWTP),on Virginia Key,with a new 60"force main to be constructed via segmental tunnel trenchless technology,and open cut trenching method. .A new 8"force main will be constructed from Pump Station Qualifications: 170,on Fisher Island,connecting to the new 60"force main near the tunnel receiving shaft via horizontal TIN no.S14020086 directional drilling(HDD).Role as Project Engineer involves overseeing all construction activities at Launch Drilled Shaft Shaft(Virginia Key), Retrieval Shaft(Fisher Island), and Precast Segment Yard(Medley); managing in- ACI Concrete Field Inspector Concrete spection and verification testing activities; reviewing work package submittals for compliance with the Field Inspector Specifications Level I Permit Documents, Design-Build criteria,and MD WASD's Standard Specifications and Design Details; Asphalt Roadway Level I Asphalt responding to RFIs; hosting coordination meetings with MD WASD, Contractor, Utility Agencies, and Roadway Level II stakeholders;hosting monthly pay estimate meetings;reviewing schedule;and tracking permits.Contact Earthwork Construction Inspection Name:Miguel Pichardo,(786)268-5170. Level I Earthwork Construction Inspection 03/2012-05/2015.30-INCH DUCTILE IRON FORCE MAIN ALONG HARDING AVENUE, FROM 69TH Level II STREET TO 73RD STREEt.Client:City of Miami Beach.Scope of Work:This project involves the exten- Final Estimates Level I Final Estimates sion of a 30" Ductile Iron Force Main along Harding Avenue,from 69th Street to 73rd Street, in Miami Level II QC Manager Beach,Florida.As Project Engineer,Mr.Sibila worked on all aspects of this project,including utility coor- FDEP Storm water Erosion Control dination,preparation of plans and technical specifications for the proposed 30-inch Force Main,review of Inspector shop drawings for compliance with City of Miami Beach Standards, and acquiring permits from FDOT Advanced Maintenance of Traffic IMSA and M-D.Served as Resident Project Representative for the construction of this pipeline.Daily activities Traffic Signal Inspector SSPC Bridge included inspection and documentation of construction activities for safety and compliance with plans and Coating Inspector FDOT Construction specifications,preparation of daily reports,performing density tests,recording results of pressure testing, PA Academy public involvement. Mr.Sibila was responsible for recording all pipeline elevations and vertical and hori- FDOT Maintenance Rating Program zontal clearances and for the drafting of the pipeline as-built drawings for permit closeout.Contact Name: Jose Rivas,(786)295-7199. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP KEY PERSONNEL RESUMES 00' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP ■ OMELIO RUFIN, C.G.C. Senior Roadway Inspector Mr.Rutin is an accomplished vertical construction field engineer with significant experience(20)years in Project Management of different types of building structures including shopping centers, hotels and resi dences.He also has acquired civil/site development construction inspection and CEI Transportation expe- rience in several roadway construction projects for FDOT, City of Doral and City of Miami Beach. KEY PROJECT 9112-6113:PALMETTO STATION TRACTION POWER SUB-STATION: APCTE Tenure: 12 yrs Serving as Project Manager(Building). The project consists on TPS Building with 14"auger cast piles, Industry Experience:24 yrs 2400 L.F of duct bank, landscaping, irrigation and site civil. The cost of the project$1.2 million dollars. Office Location:Doral,Florida Contact person of LK Comstock National Transit,Juan Estrada(770)-312-7889. Education: 3/12-9/12: NW 9TH STREET ROADWAY IMPROVEMENTS PROJECT. Bachelors of Science in Civil Engi- Senior Roadway Inspector.This$0.8 million dollar project consisted of milling and resurfacing pavement, neering, ISPJAE, Havana Univer-sity, signing and marking of the avenues from NW 7th St to NW 11th St and from NW 22nd PL to NW 29th 1987-1992. Ave.City of Miami.Contact person:Valentine Onuigbo, P.E(305)-416-2588. Registrations: 7/10-2/11:CANAL BANK STABILIZATION,CITY OF DORAL: 2006, Florida Certified General Serving as Senior Inspector in charge of overseeing construction of year 1 improvements for Canal Stabi- Contractor No. 1510678. lization at NW 117th Ave.from NW 25th St to NW 58th St and NW 25th St from 97th Ave to 99th Ave on 2012,Home Inspector.HI 6368 the City of Doral.The Stabi-lization consists of implementation of two methods of Canal Stabilization:the Sloping method and the"Stacking"method which require excavation of canal slopes to 1/2:1 slope.This Certifications and Qualifications:TIN No.: project won the 2012 APWA Florida Chapter Award in the category of$10-$25 million.City of Doral Ref: R15064066-000 Carlos Arroyo 305.593.6740 Asphalt Paving Inspector Level I 12/09-06/10: NW 114TH AVENUE FROM NW BOTH ST TO NW 82ND ST.: Asphalt Paving Inspector Level II Senior Roadway Inspector responsible for overseeing the construction of a new 4 lane roadway in a resi- Earthwork Construction Inspection Level dential neighborhood which included: construction of 800 LF of 20"water main, new concrete curb and sidewalk,new lighting improvements,250 LF of 24"infiltra-tion trench and other drainage improvements, ACI Concrete Field Tech.Level I 12"stabilized subgrade,limerock base and asphalt paving.Reference:William Stravers-City of Doral(305) ACI Concrete Field Tech. Level II 593-6725 Nuclear Gauge Safety Training Work Zone Traffic Safety Advanced 05/08-11/08:NW 107TH AVENUE IMPROVEMENT PROJECT FROM NW 66TH STREET TO NW 74TH STREET: CTQP Drilled Shaft(enrolled 12/4) Client:City of Doral(Eric Carpenter,P.E.(305)593-6725). Scope of Work:This is a$ 1.3 million project Earthwork Construction Inspection Level involving new road-way construction including drainage,asphalt paving,utility relocation and street lighting. II(enrolled 1/15) CEI services and Project Management for the construction of approximately 0.45 mile of a new two lane road for the north bound of NW 107th Avenue.The project included the removal of unsuitable material under the future road at 6'-7'depth, and the replacement of this ma-terial with embankment, rock base construction and asphalt pavement,roadway drainage consisting of catch basins and French Drains,con- crete sidewalk construction,traffic separator,signing and pavement markings and street lighting.This par- ticular project was a JPA between the City of Doral and Miami-Dade County. 04/04-02/06:WASHINGTON AVENUE IMPROVEMENTS FROM 5TH STREET TO 16TH STREET: Client:City of Miami Beach(Albert Dominguez(786)402-9942).Scope of Work:Re-sponsible for overseeing the construction operations,administration, management and quality control of the project.This Project included replacement of the City's water,sewer and drainage systems in a highly visible location.Mr.Rufin was the key coordinator for con-struction,design and utility conflicts. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP: immanium KEY PERSONNEL RESUMES 000"1"-----1-7"' ROSENBERG GARDNER DESIGN • KEN GARDNER, ASIA, LEED AP <,<. Lead Landscape Architect Ken Gardner has over 23 years of experience at Rosenberg Gardner Design. He has extensive knowledge of landscape design and has prepared landscape plans for many streetscapes,garages,schools,condo- miniums, and commercial centers throughout Miami-Dade, Broward and Palm Beach Counties. He has prepared master land use plans and site plans for parks,residential communities,and retail centers. He has generated site construction plans and details,as well as planting,irrigation,and lighting plans for proj- ects up to$600 million.As a native of South Florida, Ken's knowledge of sub-tropical plant material and RGD Tenure:23 yrs. its application is extremely strong.He became LEED certified in 2009 and has completed several projects Industry Experience:23 yrs. that have received awards from the U.S.Green Building Council. Office Location: North Miami, FL PROJECT EXPERIENCE Education: SOUTH POINTE PARK WASTEWATER BOOSTER—MIAMI BEACH Bachelor of Landscape Architecture, This project was for the construction of a wastewater booster station in Miami Beach.RGD prepared plant- University of Georgia ing and irrigation plans for the project. Registration: LITTLE FLAMINGO AND NAUTILUS NEIGHBORHOODS—MIAMI BEACH State of Florida Certified Landscape This project was a right-of-way infrastructure improvement program,where improvements to drainage, Architect#1569 street pavement and street tree plantings were made.RGD prepared existing tree disposition plans,lists LEED AP Certified 2009 of existing enchroachments into the right-of-way, and planting and irrigation plans for swales and park Crime Prevention Through areas Environmental Design—Certified 1999 MIAMI BEACH SOUNDSCAPE PARK—MIAMI BEACH Memberships: RGD prepared planting and irrigation plans and assisted in tree tagging in the field.RGD also oversaw in- American Society of Landscape stallation of all landscape elements.This project was a 2.5 acre park adjacent to the New World Symphony Architects in Miami Beach.The park is an important venue for the City as a gathering place for residents and visitors. Vice Chairman of Transportation RGD acted as local Landscape Architect to West 8 in New York. Aesthetic Review Committee(TARC) Community Image Advisory Board SOUTH POINTE PARK—MIAMI BEACH (CIAB) Under a miscellaneous services contract for Landscape Architecture Services for the City of Miami Beach, United States Green Building Council RGD prepared a plan for the rehabilitation of South Pointe Park.The plans included a comprehensive (USGBC) report of the current conditions,recommendations for improvement,and a detailed schedule to make the changes to the park. PORT OF MIAMI ENTRY SIGN-MIAMI RGD prepared hardscape layout, planting, landscape lighting,and irrigation plans for this entry sign and plaza to denote the entrance to the Seaport and provide a showcase for a sculpture commission to recognize the Seaport's pioneers. RICKENBACKER CAUSEWAY,HOBIE BEACH NORTH SIDE-KEY BISCAYNE RGD prepared existing tree disposition and planting plans for the rehabilitation of the north side of Hobie Beach. Plans included the removal of all invasive exotic species and the planting of native plants. CLAUDE PEPPER YOUTH CENTER—NORTH MIAMI RGD prepared planting and irrigation plans for a community center and gymnasium, tennis courts, plaza and parking lot at Claude Pepper Park in North Miami. GSA TRADE SHOP—MIAMI RGD prepared the schematic design,design development,construction drawings,and construction administration services for a new Fleet Shop Main- tenance Building and Offices in Miami,as well as a parking facility.This project received LEED silver status and was the first building in Miami-Dade County to receive this honor. RGD prepared planting and irrigation plans for the project. ROSENBERG GARDNER DESIGN IP' NO mulai KEY PERS NEL RESUMES Ir►'""-"`µ ROSENBERG GARDNER DESIGN • TAYLOR KIEHL SEMLER, ASIA coi Landscape Architect Kiehl Semler has 8 years of Landscape Architecture experience at Rosenberg Gardner Design. He pre- pares hardscape, planting,and irrigation plans for numerous projects such as parks,streetscapes,large „ scale developments, residences and retail centers. He handles site inventories, client meetings, public presentations and oversees project installation. He is an expert in using computer aided design applications for planning practices and rendering of plans. rv,µ RELEVANT EXPERIENCE RGD Tenure:8 yrs. PARK AND RIDE FACILITY AT SW 344TH STREET—FLORIDA CITY Industry Experience:8 yrs. This project was for a new Park&Ride facility for the Miami-Dade County Busway located in Florida City. Office Location:North Miami, FL RGD prepared planting plans. The project was designed to meet LEED standards, using predominantly native plants and an efficient irrigation system in order to create a sustainable design. Education: Bachelor of Landscape Architecture, HALLANDALE BEACH BLVD.GATEWAY—HALLANDALE BEACH University of Georgia This project was for improvements to the retention areas on the north and south sides off 1-95 on Hallandale Beach Blvd. RGD prepared grading and planting plans that needed to meet all criteria set forth by FDOT. Registration: RGD also designed new planting to enhance the entry signage for the city. RGD used strictly native plant State of Florida Certified Landscape material to meet sustainability and maintainability requirements. Architect#7205 SAMPLE ROAD—SR 834—FORT LAUDERDALE Memberships: This project was for the renovation of 1.23 miles of roadway through two municipalities in Broward County. American Society of Landscape RGD prepared a Landscape Concept Report to determine sight distance violations and prepared planting Architects and irrigation plans to rectify these violations as well as other site modifications. CARIBBEAN BOULEVARD—CUTLER BAY This project was a 1 %mile section of Caribbean Boulevard through the heart of Cutler Bay. RGD evaluated the existing vegetation and determined the best way to create a cohesive design and allow as much of the existing landscape to remain as possible. New trees and palms were proposed to enhance this design. RGD prepared planting and irrigation plans. SR MA THROUGH HALLANDALE—HALLANDALE BEACH This project was a rehabilitation of the existing landscaping design in the medians for 1 mile on A1A through Hallandale. RGD prepared planting and irrigation plans. OLD CUTLER ROAD—CUTLER BAY RGD prepared streetscape improvements that addressed components such as inventory and assessment of existing street trees,planting design,and irrigation design. Cutler Bay's goal was to create an aesthetically pleasing pedestrian corridor which would enhance the accessibility of the area and create optimal traffic and pedestrian safety conditions. N.W.25TH STREET STREETSCAPE-MIAMI This project, located between NW 89th Avenue and NW 64th Avenue,was for the reconstruction of NW 25th Street to widen and add a viaduct over 25th Street and the Palmetto Expressway,continuing east to Miami International Airport. This project won the 2011 Project of the Year for Outstanding Landscape Design from the American Society of Civil Engineers. RGD prepared planting plans. GSA WEST LOT—MIAMI This project was a mixed-use retail,office and parking garage in downtown Miami for the General Services Administration. Design included planting plans and streetscape design. Extensive measures were taken to preserve several large existing native trees. SOUTH POINTE PARK REHABILITATION—MIAMI BEACH RGD prepared a report and plans for rehabilitation of an existing 10-acre park at the south end of Miami Beach. The report was a detailed analysis of the soil and landscape design deficiencies that impeded proper growth of the landscape. RGD coordinated rehabilitation efforts and provided for intricate phasing of construction activities to allow for continued use of the park and is currently performing construction administration. ROSENBERG GARDNER DESGN KEY CO ERSONNIEL RESUMES 010.1111.1----- FR ALEMAN AND ASSOCIATES, INC. ■ FRANK PARUAS, PSM Surveying and Mapping Mr. Paruas has over 18 years of surveying and mapping experience in South Florida. He has served as Project Surveyor on multiple contracts(design,right-of-way,control,CEI surveys).His extensive experience allows him to remain intimately familiar with MDWASD standards,policies and procedures of the Depart- ment. Furthermore, he has an existing working relationship with Miami-Dade County, City of Miami and the Miami-Dade County Public School Board.He is knowledgeable in 3D,4D,5D BIM and produces fully integratable products FRA Tenure: 13 Years DESIGN-BUILD EXPERIENCE Industry Experience: 18 Years DBI3-WASD-01 DESIGN BUILD CONTRACT FOR THE INSTALLATION OF GRAVITY SEWER INTER- Office Location:Miami, FL CEPTORS FOR THE MASTER PUMP NO.3.MICRO-TUNNELING BRICKELLAREA,MIAMI,FL 2014- PRESENT Registration/Certifications: Role:Project Manager.FRA provided Complete Design Survey for the entire project(Brickell Area).Project 2007, Florida Professional Surveyor& site includes SW.2nd Avenue,from SW. 13th Street to SW.7th Street and SW. 13th Street from Brickell Mapper No.LS-6625 Avenue to SW.2nd Avenue.FRA Performed complete Topographic Survey for this highly profile and com- plex project,including the location of underground utilities and overhead lines in conflict with the proposed Education: Micro-Tunneling.FRA is also providing As-Built Survey of the installed Micro-Tunnel.Additionally FRA pro- Bachelor, Mechanical Engineer,Oriente vided underground utility investigations to the Design Build Team as part of the effort to coordinate all the University, Cuba, 1997 underground utility in conflicts with the proposed tunnel.Ric-man Construction Florida is the builder and Jacobs is the designer.Client:JACOBS(Fernando Vazquez, P.E.305-261-7188) Experience: 18 years of surveying,mapping&SUE 1-595 CORRIDOR IMPROVEMENTS DESIGN-BUILD,FDOT 4, FT.LAUDERDALE,FL 2009-2011 experience,including serving as Project Role:Project Surveyor.This contract included full support survey for SUE work at the design stage of this Manager on a many projects for Miami- project. The assignments included the verification of provided control and the survey location of over 1,500 Dade County, FDOT&other WHs and additional designated lines.This contract involved coordinating Surveying and SUE work on a municipalities. very intense design environment to comply with the construction schedule.Mr.Paruas served as the Project 10 projects for MDWASD Surveyor,as a subconsultant to Greenhorne&O'Mara. Client: Greenhorne&O'Mara (John Adler, PSM 13 years of MDWASD experience 561-686-7707) PROJECT EXPERIENCE DISTRICTWIDE SURVEY&MAPPING SERVICES SUPPORT, FDOT 4, FT. LAUDERDALE, FL.AUG 2012-PRESENT Role: Project Manager. FRA serves as the Prime on this contract, Mr. Paruas is the Project Manager. Under this contract,we provide miscellaneous surveying services throughout Broward, Palm Beach, Indian River&St.Lucie counties. Some of which will include Boundaries, Right of Way, Engi- neering, Design Surveys,Construction Lay-Out and As-Built Surveys,Horizontal Control and Vertical control surveying for a various locations throughout Broward, Palm Beach,Martin,St.Lucie and Indian River Counties.Client:FDOT(Paul Doll 954-777-4586) DISTRICTWIDE MISC.LOCATION SURVEY CONSULTANT,FDOT 6,MIAMI,FL APR 2012-PRESENT Role:Project Manager.Mr.Paruas serves as the Project Manager for this contract.The scope of this project involves providing various types of survey services on a Task Work Order basis throughout Miami-Dade&Monroe County. Client: FDOT(Charles"Ed"Clark, PSM 305-470-5410) WATER&SEWER SYSTEM ATLAS,CITY OF OPA-LOCKA,FL 2012-PRESENT Role:Project Manager.FRA provided survey locations of all above ground features for the Water and Sewer lines at the City of Opa-Locka.The scope included the identification of all Sanitary Manholes,cleanouts,water valves,water meters,and fire Hydrants for the preparation of the Citywide Water and Sewer Atlas.All sanitary manholes were opened and invert data collected as required. It was estimated that—800 Sanitary Sewer Manholes, Pipes and Force Mains were investigated.Pipes Size and Material were obtained and labeled as per City of Opa-Locka,we also provided as-Built data in accordance with field investigated/verified information. FRA used Ground Penetrating Radar(GPR)methods to designate some of the water lines, where not above ground information is available and is performing non-destructive Vacuum Excavation Test Holes(WHS)to verify the Size and Material of the Water Lines not shown on the City's as-built.Client:City of Opa-Locka(Mohammad Nasir,P.E.305-953-2868) FR ALEMAN AND ASSOCIATES,INC, KEY PERSONNEL RESUMES •••••"------ FR ALEMAN AND ASSOCIATES, INC. • AMAZIA KIBOKO, P.E. Subsurface Utility Engineering(SUE) Mr.Kiboko began his career at FRA in 1992 as an Engineer and is now the Vice President of Design,Plan- o ning&Transportation. He has nearly 32 years of, "diverse and well rounded experience"in the areas of transportation engineering, ITS, roadway/highway design and utility coordination. Mr. Kiboko routinely achieves NEARLY PERFECT scores on all the contracts he manages. Throughout his engineering career, he has been involved in a variety of different project types from large scale data collection projects to minor roadway improvements. FRA Tenure:23 Years DESIGN-BUILD EXPERIENCE Industry Experience:32 Years MAST ARM REPLACEMENT IN SARASOTA&CHARLOTTE COUNTIES,FDOT,SARASOTA&CHAR- Office Location:Miami, FL LOTTE COUNTIES,FL.FEB 2012-SEPT 2013 Role: Project Manager. FRA served as the Prime Designer to World Fiber for this Design-Build project. Registration/Certifications: This contract involved the replacement and repair of Mast Arms and relocation of the existing CCTVs on 1995, Florida Professional Engineer SR 776 and US 17 in Sarasota and Charlotte Counties.The project corridor included a total of 11 intersec- No.49523 tions;6 in Sarasota and 5 in Charlotte. Client:HNTB(Doug Burkhart,P.E.863-533-6209) 2004, Florida Professional Traffic 1-595 CORRIDOR ROADWAY IMPROVEMENTS,FDOT 4,FT.LAUDERDALE,FL 0412009-2011 Operations Engineer No.00024 Role:Design Manager.FRA served as a subconsultant to the ACS Dragados/EarthTech Team for this proj- 2013,North Carolina Professional Engineer No.041148 ect.The area of this project extended from the I-75/Sawgrass Expressway interchange to the 1-595/1-95 interchange in central Broward County.The total project length was-10.5 miles.This project consisted of Education: the reconstruction/addition of auxiliary lanes,and resurfacing of the 1-595 mainline.This included associated B.S.C.E.,University of Dares salaam; improvements to frontage roads and ramps,as well as a new reversible express lanes system in the 1-595 Tanzania, 1983 median. Mr. Kiboko served as the Design Manager for the development and analysis of Maintenance of M.S.C.E. , University of Miami;Coral Traffic(MOT)lane closures for the entire project.His role involved development of lane closure worksheets Gables, FL, 1990 as required by the Plans Preparation Manual(PPM).Also,he was involved with the design of the ITS In- Post Graduate, University of frastructure which included conduit for ITS Devices and Electronic Toll Collection(ETC)components and Trondeihm;Trondheim, Norway,1986 service points to all permanent 1-595 corridor ITS that supported traffic management and operations of the MOT Advanced MOT Certified general purpose and express lanes.This network included subsystems for reversible express lane access control,CCTV traffic monitoring,DMS,changeable message sign,HAR,Microwave Vehicle Detection Sta- Experience: tion(MVDS),also an ETC infrastructure which involved all ancillary components within the corridor.This 32 years of transportation engineering, complex project benefited the client by reducing excessive delays along 1-595 in Broward County. design&planning experience,this Client: FDOT(Dong Chen 954-777-4362) includes serving as Project Manager on PROJECT EXPERIENCE multiple contracts for Miami-Dade NW 7th AVENUE(SR 7/US 441)REVERSIBLE LANE CONTROL SYSTEM PD&E STUDY County, FDOT&other State agencies MIAMI-DADE COUNTY,FL DEC 2006-SEPT 2009 Role: Project Manager. Mr. Kiboko served as Project Manager for this project which involved evaluating the traffic conditions and roadway geometric characteristics along NW 7th Avenue between NW 6th and NW 119th Street in order to make a determination as to the handiness of implementing reversible lanes operation. This project provided an alternative to the Miami-Dade County for implementing operational alternative for detouring traffic in case of a major incident along 1-95.Client:MDC PW(Joan Shen,P.E.305-375-2030) DISTRICTWIDE UTILITY COORDINATION SERVICES,FDOT 6,MIAMI,FL 2006-2011;2011 -PRESENT Role: Project Manager. FRA, as the Prime consultant, has completed numerous major roadway projects under this contract and provided on-site services, as needed.Typical work orders include all phases of utility negotiations and relocation (electric, telecommunications/cable, water/sewer, gas/fuel). FRA has provided Utility Coordination services in accordance with FDOT's standards, policies and procedures and is familiar with FDOT's utility agreements.FRA has worked with various utility companies throughout Miami-Dade and Monroe Counties including:FPL Distribution,Transmission, Fibemet;Comcast;Bellsouth;Verizon;Miami-Dade Water&Sewer;Level 3 Communications;Qwest Communications,etc.This project provides FDOT 6 with utility coordination services during the design for all ongoing roadway design project.The provided service helped FDOT eliminate any utility conflicts during construction which have major cost implication and delay of projects.Client:FDOT(Tony Soto 305-470-523 FR ALEMAN AND ASSOCIATES, INC. ,011111111.1111111111111V 11.00■11■1111111111.111111111111011 KEY PERSONNEL RES JMES •; MEDIA RELATION GROUP, LLC ■ OSCAR GONZALEZ Public Involvement Mr. Gonzalez,a Principal with MRG, has extensive experience in public information campaigns for infra- structure projects.He has worked on all phases of project development for FDOT including PD&E,Design, Design/Build and Construction.This commanding yet comprehensive experience gives Mr. Gonzalez a unique ability to understand each project and develop and implement Public Information/Awareness cam- paigns that flow seamlessly to the next phase of development.He has expertise in creating public involve- ment strategies and techniques for construction projects. He has had the opportunity to work with many Office Location:Palmetto Bay, FL agencies and community groups and developed strategic alliances,corporate partnerships and strong re- lationships with elected officials from many municipalities. Professional Credentials As the public information specialist on the 826-836 Interchange Reconstruction and the NW 25 Street Bachelor of Arts,Environmental Viaduct projects, Mr. Gonzalez was responsible for creating the cohesive Community Awareness Plan Studies, Florida International University, identi inpotential impacts to thepublic, preparing and disseminatingcollateral materials and 2000 (CAPs), identifying P P P 9 coordinating the resolution of pressing issues.Select project experience includes: Basis for Team Selection PROJECT EXPERIENCE 16 Years Business Management CITY OF MIAMI BEACH DESIGN-BUILD OF A 54-INCH FM Experience and As the consultant public information officer for this Design-Build Project,Mr.Gonzalez has been responsible 12 Years of Public Involvement for notifying nearby property owners and businesses of the upcoming construction activities as they related Experience to this project.Mr.Gonzalez has also coordinated outreach activities with the Village of Palmetto Bay Public Onsite FDOT PIO Construction Information Officer to better inform the City of Miami Beach residents and businesses. He also prepared experience and close proximity to the project mailing for all the affected parties within the projects three basins.Primary Role:Public Infor- FDOT District Six Construction Office mation Officer Expertise in developing Community FDOT DISTRICT SIX STATE ROAD(SR) 826/SR 836 INTERCHANGE RECONSTRUCTION DESIGN/ Awareness Plans(CAPs)for BUILD,MIAMI-DADE COUNTY,FL Construction and Design Projects Reference:FDOT Project Manager,Kathy McLendon,305-640-7437,Project Duration:2013—April 2016 (Anticipated Completion Date)—Mr.Gonzalez serves as the on-site Public Information Specialist for this Proficient in supporting Citizens project and day-to-day contact for the community and media.Mr.Gonzalez oversees the implementation Committees as well as of all public information strategies and is responsible for updating website content and all collateral mate- Advisoryorganizing and executing public rials, creating press releases and construction updates,and leading community presentations regarding inworkshops for clients the project and the latest developments.As part of the coordination efforts required for this type of contract Mr. Gonzalez works closely with Miami-Dade Water and Sewer staff on JPA work. He also acts as the Bilingual(English/Spanish) FDOT liaison with elected officials, manages the production of all collateral materials and oversees the contract budget.Primary Role: Public Information Specialist Office Locations FDOT DISTRICT SIX NW 25TH STREET CONSTRUCTION PROJECT FROM SR 826 TO NW 67 AV- 826-836 Field Office ENUE,MIAMI-DADE COUNTY,FL 7230 NW 8th Street Reference: FDOT Project Manager:Dari Voice,305-499-2392,Project Duration:2007—Present—As the Miami, Fl 33129 day-to-day Public Information Officer for this project, Mr.Gonzalez is responsible for communicating con- struction information to not only the businesses along the project corridor but to also the varied motorists utilizing the corridor as a link to the Miami International Airport Cargo Facilities. This has included coordination and meetings with Airport officials and tenants,Association of Floral Importers of Florida, Freight/Transportation Advisory Committee(FTAC)and the Florida Custom Brokers Association of Florida as well as others.Mr.Gonzalez has built strong relationships by continuing to keep the business owners informed and involved.Public Information activities for this project are guided via the extensive CAP that Mr. Gonzalez developed and continues to build upon. Mr. Gonzalez has also written project materials including press releases and a fact sheet.For this project,Mr.Gonzalez has also worked closely with Miami-Dade Water and Sewer project staff on JPA work.Primary Role:Public Information Officer MEDIA RELATION GROUP,ac KEY PERSONNEL RESUMES UNIVERSAL ENGINEERING SCIENCES, INC. • REINALDO J. VILLA, P.E. UES Tenure: 1 Years Soils, Foundation and Material Testing Industry Experience: 13 Years Office Location:Miami, FL Mr.Villa has over 13 years of project management and field experience in the geotechnical industry and is responsible for client development, project proposals and geotechnical engineering activities. He su- Registration: pervises all operations in the Miami branch to ensure that all testing and engineering projects are properly Professional Engineer No.72242, performed in order to meet our clients'needs.Mr.Villa has an extensive amount of experience with trans- Florida portation-related projects,specifically design-build contracts with government agencies.He has an exten- sive amount of experience inspecting and overseeing the installation of various foundation systems for Education: bridges,walls,signs,buildings,lighting,and utilities.His foundation systems inspection and testing expe- M.S.,Geotechnical Engineering, rience includes spread footings,driven piles,drilled shafts,auger-cast piles,steel piles,and other structural Missouri University of Science and components.Additionally,Mr.Villa has gained experience with geotechnical design for microtunneling proj- Technology,2010 ects as well as instrumentation monitoring during tunneling activities. B.S.,Civil Engineering, Florida International University,2006 PROJECT EXPERIENCE MDWASD 48-INCH DIA.PCCP FORCE MAIN ALONG NORTH MIAMI AVENUE,2014. The project consisted of installing a force main along North Miami Avenue,from NE 8th to NE 36th Streets Expertise: and along NE 36th Street,from North Miami Avenue to NE 2nd Avenue in Miami, Florida.Mr.Villa's role Geotechnical and Foundation included planning and supervising complex field exploration and laboratory testing programs for the pro- Engineering;Subsurface Explorations; posed microtunneling sections and open-cut method of pipe installation.Also,Mr.Villa's role included serv- Geotechnical Laboratory Testing; ing as Engineer of Record during the preparation of the Geotechnical Baseline Report and Geotechnical Foundation Design/Evaluation; Data report for the design-build criteria package.Responsibilities also included developing a general sub- Foundation Inspections;and surface profile for the installation of the proposed microtunnel by reviewing historical geotechnical data as Construction Testing and Monitoring well as data obtained from the complex field exploration and laboratory testing programs. MDWASD GOVERNMENT CUT UTILITY TUNNELS,2009 TO ONGOING. The project consisted of installing a sanitary sewer main from Miami Beach to Virginia Key, connecting through Fisher Island,and the installation of a water main from Port Island to Fisher Island in Miami-Dade County,Florida.Mr.Villa's role included planning and supervising complex field exploration and laboratory testing programs for the proposed tunneling construction.Responsibilities also included developing a general subsurface profile for the installation of the proposed tunnel by reviewing historical geotechnical data as well as data obtained from the complex field exploration and laboratory testing programs. Additionally, Mr.Villa is currently serving as Specialty Engineer for the Instrumentation installation and data collection during the construction phase. CITY OF MIAMI BEACH 54-INCH DIAMETER FORCE MAIN MICROTUNNEL,2014. The project consisted of installing a 54-inch diameter force main from Commerce Street to CMB Pump Station No.1 in the City of Miami Beach,Florida. Mr.Villa's role included planning and supervising complex field exploration and laboratory testing programs for the proposed microtunneling and open- cut method of pipe installation.Also,Mr.Villa's role included serving as Engineer of Record during the preparation of the Geotechnical Baseline Report and Geotechnical Data report for the design-build criteria package.Responsibilities also included developing a general subsurface profile for the instal- lation of the proposed tunnel by reviewing historical geotechnical data as well as data obtained from the complex field exploration and laboratory testing programs. MDWASD INSTALLATION OF 8-INCH DIAMETER WATER MAIN ALONG NE 6TH CT.AND NE 7TH AVENUE,2013. The project consisted of installing an 8-inch diameter water main along NE 6th Court and NE 7th Avenue,from NE 72nd Street to NE 77th Street in Miami-Dade County,Florida.Mr.Villa's role included planning and supervising field exploration and laboratory testing programs for the proposed open- cut method of pipe installation.Responsibilities also included developing a general subsurface profile for the installation of the proposed pipeline based on data obtained from the field exploration and laboratory testing programs,providing bearing capacity recommendations,providing recommendations for temporary support of excavation analyses and design,and providing general construction considerations for pipeline installation..Additionally, Mr. Villa served as Project Engineer during preparation of the Geotechnical Report for the project. UNIVERSAL ENGINEERING SCIENCES,INC KEY PERSONNEL RESUMES 1000"----- UNIVERSAL "' "'--- UN 'ERSAL ENGINEERING SCIENCES, INC. UES Tenure: 15 Years • PETER G. READ, P.E. Industry Experience:34 Years Soils, Foundation and Material Testing Office Location:West Palm Beach, FL Mr.Read has been involved with hundreds of geotechnical explorations,along with numerous Phase I/II Registration: environmental site assessments throughout South Florida,which include subsurface explorations,ground- Professional Engineer, No.35604 water and surface water assessments,and preparation of reports containing assessment findings and rec- (Florida) ommendations. Project types have included water control structures,retail centers,automotive dealerships, commercial office buildings and parking garages,single-family and multi-family residential neighborhoods, Education: and undeveloped properties.The size of the properties ranged from less than one acre to over 1,000 acres B.S.,Civil Engineering,University of of land. Florida, 1980 PROJECT EXPERIENCE Affiliations: American Concrete Institute PORT OF MIAMI ACCESS TUNNEL,MIAMI-DADE COUNTY,FL American Society of Civil Engineers Contract Manager:Mr.Read served as Contract Manager for the complimentary geotechnical exploration National Society of Professional program required by the Miami Access Tunnel(MAT)Concessionaire's design/build contractor Bouygues Engineers Civil Works Florida(BCWF). Field geotechnical exploration services included: standard penetration test (SPT)soil borings;Cone Penetrometer Testing(CPT);pavement cores;and field exfiltration tests. Labo- Expertise: ratory test services include:sieve analysis;Atterberg Limits;organic content;pH;chloride;sulfate;resistivity; Geotechnical Engineering LBR,and rock characteristic tests such as compressive and split tensile tests. In addition,UES is providing Construction MaterialsTesting Services construction materials testing laboratory services for both the surface roadway and MSE construction,but Soil and Groundwater Assessment also concrete compressive strength testing for the pre-cast concrete segmental sections being used in Subsurface Explorations including: the tunnel construction. Interpretation of laboratory Analytical Data SUNSET HARBOR PARKING GARAGE,CITY OF MIAMI BEACH,FL Geology,groundwater flow,remedial Contract Manager:Mr.Read serves as Contract Manager for the on-going geotechnical/construction ma- action plans,environmental risk terials testing services continuing contract with the City of Miami Beach. Recently we completed construc- assessment,engineering control tion materials testing for this new mixed-use project. The building consists of 29,350 SF of ground floor measures,due diligence and retail and 141,000 SF of parking on 4 levels above grade,accommodating a total of 435 parking spaces. environmental engineering. The building has been designed following the criteria for energy efficient,sustainable design as set forth by the United States Green Building Council. Testing services included pile load test and installation mon- itoring,concrete testing,and welding inspection. THE MODERN(AKA 1515 FLAGLER DRIVE),WEST PALM BEACH,FL Principal Geotechnical Engineer:Mr.Read served as Principal Geotechnical Engineer for the subsurface exploration,geotechnical engineering analysis,and report preparation for a proposed 30-story residential tower. Mr.Read also managed a pre-implosion vibration monitoring and visual assessment survey of surrounding structures,as part of the implosion of the heavily hurricane damaged existing 30-story building on site.visual soil/rock classification, reduced laboratory test data,and helped with report preparation. LOWE'S HOME IMPROVEMENT CENTER,HIALEAH,MIAMI-DADE COUNTY,FL Senior Engineer: Mr.Read served as senior engineer for the geotechnical and environmental consulting services performed during planning,design and construction phases for the construction of a new Lowe's Home Improvement Center located at the former Hialeah Speedway.Services included: subsurface explorations; Phase I (ASTM 1527-05)and II environmental site assessments, monitoring of site work activities, soil compaction testing, concrete sampling and compressive strength testing,and welding inspection.Services provided by Mr. Read included soil segregation via screening for re-use on site, remediation of buried solid waste,development of a long-term groundwater monitoring program,and engineering control measures to address soil and groundwater impacts at the site.The work was performed in concert with construction of the Lowe's and Target retail stores as a collaborative effort including ancillary outparcels.This on-going project includes negotiations with the local regulatory agency(DERM)to allow devel- opment at a site with soil,groundwater,and methane impacts within the subsurface.This project involves remediation,engineering control measures and long-term groundwater monitoring., Mr. Read's experience and approach to addressing the project's impacts have contributed to completing the construction of two large-scale retail facilities successfully. UNIVERSAL ENGINEERING SCIENCES.INC FLAMINGO PARK NEIGHBORHOOD uAROVEMENTs IIIII.14lrill SECTION 2.4- EVIDENCE OF PRIOR WORKING EXPERIENCE On the following two pages we have included Table 2.4.2 which depicts a detailed information about several Design-Build Projects in which DMSI and APCTE have worked together as a Team.Also as shown on the Table 2.4.1 below,we summa- rize the entire team member's prior working experience. TABLE 2.4.1: TEAM PREVIOUSLY WORKING RELATIONSHIP DMSI APCTE FRA UES RGD MRG DMSI • 0 • • 0 APCTE • • • • • FRA • • • • • UES • • • • RGD 40 • • • MRG • • • • • Past performance is the best indication of future success. Most of the engineering firms included as part of DMSI's Team have worked together in South Florida for over two decades and have an excellent reputation for meeting cost control, schedule, quality of work, and maintaining a positive client relationship. APCTE as the Lead Designer has developed a strong reputation in providing the City of Miami Beach with construction documents that have, to the highest degree possible, avoided claims, supplemental agreements, and construction delays. APCTE takes pride in the fact that more than 90 percent of APCTE work comes from repeat clients.As part of APCTE com- pany culture,APCTE conducts independent yearly surveys with clients to determine the quality of client service, schedule, and cost performance, timeliness of project submittals, project management and overall project performance. More than 98 percent of APCTE's clients have rated their firm as"Meets or Exceeds Expectations" in overall performance. ICS �" ,t No. a _. .'..i ,-. ,. Air'' q? $.; w r. .:a ,w , p • � . rle y DAVID MANCINI AND SONS,IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP, III FLRMINGO PRRK NEIGHBORHOOD IMPROVEMENTS �~ TABLE 2.4.2: PRIOR JOINT PROJECT EXPERIENCE Date of Owner's Brief Description of Project Completion Representative/ Contact Info. D/B SERVICES FOR WASHINGTON AVENUE IMPROVEMENTS PHASE II, IV AND V DMSI Role: Prime Contractor: Stormwater collection, milling and resurfacing, landscaping, street hardscape, pavement marking and signing, MOT, public infor- City of Miami Beach mation, signalization, water main improvements. Jose Perez APCTE Role: Prime Designer: Design of stormwater collection and pump station, 08/2006 Phone: 305-673-7000 milling and resurfacing, street hardscape, pavement marking and signing, MOT, Email: CEI, Permitting, water main improvements. joseperez@miamib- FR Aleman: Underground Utility Location eachfl.gov Rosenberg Gardner Design Role: Landscape Architecture D/B SERVICE FOR LUMMUS NEIGHBORHOOD IMPROVEMENTS DMSI Role: Prime Contractor: Stormwater collection, milling and resurfacing, landscaping, street hardscape, pavement marking and signing, MOT, public infor- City of Miami Beach mation, water main improvements. Jose Perez APCTE Role: Prime Designer: Design of stormwater collection and pump station, Phone: 305-673-7000 milling and resurfacing, street hardscape, pavement marking and signing, MOT, 08/2008 Email: CEI, Permitting, water main improvements. joseperez@miamib- FR Aleman: Underground Utility Location eachfl.gov Rosenberg Gardner Design Role: Landscape Architecture D/B SERVICES FOR NEIGHBORHOOD NO. 7-NAUTILUS IMPROVEMENTS DMSI Role: Prime Contractor: Stormwater collection and pump station, milling and resurfacing, landscaping, street hardscape, pavement marking and signing, City of Miami Beach MOT, public information, water main improvements. Jose Perez APCTE Role: Prime Designer: Design of stormwater collection and pump station, Phone: 305-673-7000 milling and resurfacing, street hardscape, pavement marking and signing, MOT, 02/2010 Email: CEI, Permitting, water main improvements. joseperez@miamib- FR Aleman: Underground Utility Location eachfl.gov Rosenberg Gardner Design Role: Landscape Architecture D/B S.E. FLAMINGO NEIGHBORHOOD IMPROVEMENTS DMSI Role: Prime Contractor: Stormwater collection and pump station, milling and resurfacing, landscaping, street hardscape, pavement marking and signing, City of Miami Beach MOT, public information, water main improvements. Jose Perez APCTE Role: Prime Designer: Design of stormwater collection and pump station, Phone: 305-673-7000 milling and resurfacing, street hardscape, pavement marking and signing, MOT, 06/2011 Email: CEI, Permitting, water main improvements. joseperez@miamib- FR Aleman: Underground Utility Location eachfl.gov Rosenberg Gardner Design Role: Landscape Architecture DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORE III 7wner's FLAMINGO PRRK NEIGHBORHOOD�v1PRDVEMENTSTABLE 2.4.2: PRIOR JOINT PROJECT EXPERIENCE Date of Brief Description of Project Completion Representative/ D/B PRAIREAVENUE, !MPROVEMENTBrt "R DMSI Role: Prime Contractor: Stormwater collection and pump station, milling and resurfacing, landscaping, street hardscape, pavement marking and signing, City of Miami Beach MOT, public information, signalizaiton. Jose Perez APCTE Role: Prime Designer: Design of stormwater collection and pump station, 11/2008 Phone: 305-673-7000 milling and resurfacing, street hardscape, pavement marking and signing, MOT, Email: CEI, Permitting, signalization. joseperez@miamib- FR Aleman: Underground Utility Location eachfl.gov Rosenberg Gardner Design Role: Landscape Architecture D/B SERVICES FOR NEIGHBORHOOD NO. 1 - BISCAYNE POINT! BISCAYNE BEACH /STILLWATER DRIVE DMSI Role: Prime Contractor: Stormwater collection and pump station, milling and resurfacing, landscaping, street hardscape, pavement marking and signing, City of Miami Beach MOT, public information, water main improvements. Carla Dixon APCTE Role: Prime Designer: Design of stormwater collection and pump station, Phone: 305-673-7000 milling and resurfacing, street hardscape, pavement marking and signing, MOT, 10/2003 Email: CEI, Permitting, water main improvements. carladixon@miamib- FR Aleman: Underground Utility Location eachfl.gov Rosenberg Gardner Design Role: Landscape Architecture D/B CRESPI BOULEVARD PUMP STATION IMPROVEMENTS DMSI Role: Prime Contractor: Stormwater collection and pump station,milling and City of Miami Beach resurfacing, landscaping, pavement marking and signing, MOT, public information Jose Perez APCTE Role: Prime Designer: Design of stormwater collection and pump station, 04/2011 Phone: 305-673-7000 Email: milling and resurfacing, pavement marking and signing, MOT, CEI, Permitting. joseperez@miamib- Rosenberg Gardner Design Role: Landscape Architecture eachfl.gov D/B SERVICES FOR 11TH STREET FROM JEFFERSON AVENUE TO EUCLID AVENUE DMSI Role: Prime Contractor: Stormwater collection and pump station, roadway recosntruction, landscaping, street hardscape, pavement marking and signing, City of Miami Beach MOT, public information, signalization, water main improvements. Igor Vassiliev APCTE Role: Prime Designer: Design of stormwater collection and pump station, On-going Phone: 305-546-5891 roadway reconstruction, street hardscape, pavement marking and signing, MOT, Email: CEI, Permitting, signalization, water main improvements. igorvassiliev@miamib- FR Aleman Role: Surveying and Mapping and Underground Utility Location eachfl.gov MRG Role: Public Information DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,Cc_; 8 FLRMINGO PRRK NEIGHBORHOOD IMPROVEMENTS SECTION 2.5-OTHER Table 2.5.1 below indicates some of DMSI's and their crews past performance completing projects on schedule and to the satisfaction of the City of Miami Beach Project Manager. TABLE 2.5.1: DMSI PAST PERFORMANCE Project Name,Agency Own- Reference Name, Phone Projecty Management and Was the Project Completed er, Procurement Process Number, & E-mail Administration to the satisfaction of the facility owner DMSI has performed extremely Sunset Island I & II Neighbor- Maria Hernandez Each project phase was corn- well and either met or ex- hood Improvement Project, (305)673-7073 pleted on schedule. DMSI re- ceeded the city's expectations City of Miami Beach, De- Email: mariahernandez @ ceived a performance rating of under this contract. DMSI sign-Build Contract miamibeachfl.gov 4.03 out of 5 for this category. received an Overall Weighted Score of 4.30 out of 5.00. North Shore Water Main DMSI has performed extremely Across Group II and Roberto Rodriguez Each project phase was corn- well and either met or ex- Group III of the ARRA, (305)673-7073 pleted on schedule. DMSI re- ceeded the city's expectations City of Miami Beach, De- Email: robertorodriguez© ceived a performance rating of under this contract. DMSI sign Build Contract miamibeachfl.gov 3.86 out of 5 for this category. received an Overall Weighted Score of 3.87 out of 5.00. North Shore Water Main DMSI has performed extremely at 69 Street from Harding Roberto Rodriguez Each project phase was corn- well and either met or ex- Avenue to Indian Creek, (305)673-7073 pleted on schedule. DMSI re- ceeded the city's expectations City of Miami Beach, De- Email: robertorodriguez @ ceived a performance rating of under this contract. DMSI sign Build Contract miamibeachfl.gov 3.79 out of 5 for this category. received an Overall Weighted Score of 3.85 out of 5.00. Pump Station at 14th and 10th Brian Landis Two newspaper articles published in the Miami Herald. One ar- Street, City of Miami Beach, (954)218-7875 title published in the Dixie Contractor, and one article published Florida Email: blandis@bergeron.com in Construction Equipment Guide. Due to the established page limitation, we are only showed on the following page the first Ir •1 �;, l(llllL±icralb a,.......",,,,,, DMSI Contractor Evaluation Form from the = Pty. "5 "3 "NM " ---.- City of Miami Beach with regard to meeting MIN" cost, schedule, and quality objectives while Miami Beach shows off new anti-flooding maintaining a positive client relationship. pumps Workers nava aogurt insfailin;Pumps xma4 at adi rng ioOCmg of Irrwdpog SlrOON r�^-- . The New Seminole Compact PUMP STATION AT 10TH AND 14TH s f - " • STREET, CITY OF MIAMI BEACH, FLORIDA `'"' ' *aA DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENC 9 ... --r 111.1111.1.1.11 %"\....1111%ftio,... ••••••••..m.....—........ FLRMINGO PRRK NEIGHBORHOOD NIPROVEMEN7S CONTRACTOR EVALUATION FORM Row 2120113 ,,--s Use.0.1ter,,, ,c e,,,i),,a,r;vltena..r•at 3.2d,..e.15-,...T.,..e ZMOCt.....::,,1".....,, ...:, ..,-,... ,-:, ,,.,. - -,, -„._, ,,...... ,.,,,.,,,,,,--,,, 5 ,d,-4,&c 'e,satdfaCt.,,n.a.eS at'44,.rwaht Erne lantant,-(40$.1t,,,the E4:.' "' k ''' enoc3Jonnont On,3,221 0054040 PROJECT DATA RATINGS SUMMARY OVERALL WEIGHTED SCORE a 13 C an tr actor OM 85,CalegOry - ---- P,cont Name' Sumout Plant*1 4 2 r ROW A..Protract leseagetnerti IS Amprosnman 4.03 ..---_--------, Work Order Vomber El Supanntonnen 403 COS r PERFOin.TANCE SCORE•tarot Project Type son C-Project Site 4 12 Project Manage,. atom Eamvoeche PE D-Payments I Pusect Close-out 4.55 Project Superintendent Meson labors E,Spot Contagions&Otter Riptapeounts Project Con 4(044044 Date Irma 04-oractod 2.batarK.4 ar Rating Typ. 1 I 56 scHrovt.E PERFORMANCE SCORE-F5441. Protect Close-out Date 40201431Progmem44Moen 1.$,,o4, ; Evaluator *.4a44** 2 endow Average ! -----4 --- ' Department CO 011111110 3•Averago r IE% Evaluation Date - 2)204.,3 4-Good 1 14 37% CUSTOMER SATISFACTION SCORE..FINAL -- , Fmal Evaluation?ITN) No 5•Excellent 20 47% 1 , Totat.! 43 ' 100% Protect to Oat*Performance Rating r' 1 I i RATING CRITERIA BY CATEGORY MMIght Poor Avocado Good Ertortord i .0 1 2 3 4 S 1 1 I k A•PROJECT MANAGEMENT AND ADMINISTRATION , t Dernonstrated dm tegento lenno tom/want caeca 14311 1 A . 1 5 4 15 25 3 innted,ToTattonnot Tocuments agenst muted Pad umatons 14$11 4 X S 15IX vexal. __,,,_ 2, 25 Jrnee11011 SAO,0708CIONMit at.,5.cfse,46,e "Mn .---/' I ,. 4 auakty performed Ugh 1 7 X 5 25 25 5 Coordinatron of Vanes...sr 40 astmanes Medan ' 4,Tm -4---..--..--t-' ----- -2---'• t X ........ 3 15 15 44 Comanager.,and Ageratum PM Art loam and Owlet sue 7152, T 1 25 25 Entertain strict Papers tromp onsicommo aultecontratlau.or > . , UMW%manure Cre Whet ot AM*Detractor 040 X ' IS ,.--- -f- 4 Ree$2$11.41reeS ba Own.,"nomad 4 Pgroded sokitioes M.GrOdlents TY20 1 -1.--X 1 5 1 20 211 1 r X 5 1 20 ".;;., ,D,rtrer A uotga rogyPed measures 111101 e , E$ectraresa„If*044244040540004 reeekr$1 45414 X 5 I 20 25 :2 r srwy processing M shaplanoong 1 .11171 I 4 . 5 I 25 25 _ 'I Prasted perreKS in a amity toles X 5 ' 20 25 4- 5 1 v5 Provided times submittal of oodated 3Cheades‘41$0,10.2 '4 a190,4MNI ere adentoorta amity recovery othedueo outmode opt ._ jr_1,,,,,1 25 Swanned arteAdocurnoneid Mond.tinier proposes 4454.wan 15 Ur I — ....,1--- r X t 1 25 25,a matted Wong and contract MCIaremOrft Provided proectoe coat owed ememaarn and Trent?*nano 10 110 ' X ' -_ 5 15 25 reanseentert ,,, Provided tamp notaimeton 31 Wiae$Shoe$War,114.1410.. H5. ' . ....1.,- --.....----x- - . - 5 I 20 rs end et dim -4-- Sucoretted$ropesals uprooted by None,kw sOtleient demeans. 1 1 r X - 4 5 25 23 anditt molemalices to contratt armee m snowy manner reenuertv ortuoth and tommunicaeons 1190 4---+ to CoX 4 -- s is 25 Coordraven*0 reognoor$00CI Seneela ma IMO*wants tes, TOO I I I 1- 5 '''J sautatto acme 4 daanney sonnces.meter wrosne,452 5.c5. i- 4- ,, z 1 4. ,,,,,c ander dueness compterda T31410 X t 5 1 15 25 Project Management S Administration Sub-total: MS 455 4.03 B•SUPERINTENDENT ..'„e•- 4, / i 4 / A ... X 5 25 25 21 Abets to Snort AP Xainale rartlet. Nor X 1 25 25 -....„ 24 A4341y10 etiletike WM 441101 05500.44*,3 0 5004 DAS s '431 i X 5 25 25 1,-4- 25 Etats-Menem m handling mein*dokyones noon X 3 25 23 24 Enontnaness..".,ortrotiN . 400044 149" X 5 25 25 27 NOn.Wer%InCe'OW'S,SS41.41 40 X 5 20 25 __ --- .-- -- 2$ Proteashonaken .nen 5 ...,.. 73 25 t X 29 Oteeratt rooming and Orclett 130.4101311 r093 X 0 25 25 30 Dowel ettectvertess as supervisor 3T9A t X 5 25 25 ..- DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 10 W w m N_ z TAB 3 DESIGN-BUILD FIRM (DMSI) EXPERIENCE & QUALIFICATIONS FLAMINGO PARK NEIGHBORHOOD FLRMINGO ARRK NEIGHBORHOOD MPRovEMENTs �.•----_ DESIGN-BUILDFIRM(PRIMEPROPOSER)EXPERIENCEAND QUALIFICATIONS SECTION 3.1 - COMPANY INFORMATION DAVID MANCINI AND SONS (DMSI)Since Incorporated in 2010, LI' following the Mancini Family Estate Succession Planning, DMI% ilk - SI's construction experience history now spans FOUR GENER- sm.L. ATIONS and SIX DECADES of underground utility excellence. fp ' DMSI is a heavy civil general contractor and construction man- ( :, ° , `'- agement firm headquartered in Miami Beach, Florida since its inception. DMSI is defined by its employees - honest, experi- 0000 enced, forward-thinking, professional and hard-working. DMSI's ,k ' team members form collaborative relationships with owners, dete - velopers, design teams, subcontractors and others to assist ins delivering the most desirable and economical solution to the con- struction goal, reinforcing the company's reputation for superior workmanship and performance. DMSI's business philosophy is dedicated to trusting relationships, excellent service and workmanship that has enduring character and meet- ing or exceeding customer expectations every time. 1st Generation I In the Mid 1950's Charlie D'Agostini and his Brothers incorporated Northwest Construction, specializing in Underground Utility and Tunneling Construction within the Detroit, Michigan area. 2nd Generation I In 1958 Charlie D'Agostini's Daughter Gilda, married Richard Mancini and soon after he started working for Northwest Construction gaining experience as a general superintendent. In 1965 Richard Mancini, with the help of Charlie D'Agostini, incorporated Ric-Man Construction which specialized in under- ground utility and excavation construction throughout the State of Michigan. 3rd Generation I In 1981, Ric-Man Construction established a parallel operation in the State of Florida, in which David Mancini relocated to Florida and started working as a laborer for Ric-Man Construction, Inc. In 1983, Richard Mancini and his eldest son, David Mancini, formed Ric-Man International Inc. a Florida Corpo- ration specializing in underground utility and excavation. In 1985 David Mancini was promoted to president of Ric-Man International until late 2010 when David Mancini resigned to incorporate David Mancini & Sons, Inc. (DMSI). 4th Generation I In October 2010, David Mancini, together with his sons David Jr. and Richard incorporated David Mancini & Sons, Inc. which specializes in pump station construction, street scape, underground utility, roadwork and trenchless construction. When DMSI was incorporated over 70% of the staff from Ric-Man Inter- national Inc., ranging from key to field personnel joined DMSI bringing along extensive years of experience and teamwork to DMSI. Currently DMSI has a staff of over 70 employees. The company specializes in delivering large-scale projects which entail difficult tasks, conditions and schedules. DMSI executes projects through a variety of delivery systems, ranging from traditional contracting arrangements to turnkey design-build as well as CM/GC project execution. Typical projects include, large diameter pipelines, underground utilities, commercial and industrial site developments and trenchless utility installations. SECTION 3.2 -COMPANY'S LIST OF SIMILAR EXPERIENCE AND QUALIFICATIONS On the following page, we shown on Table 3.1 DMSI's experience and qualifications with the requested ser- vices detailed in page 13 of the RFP. 0 FLRMINGO PRRK NEIGHBORHOOD IMPROVEMENTS 111.."Vill TABLE 3.1 - DMSI'S LIST OF SIMILAR EXPERIENCE AND QUALIFICATIONS Agency Name Project Name Type of Project %Completed Anticipated Corn- DMSI's Role(Ric- (ROW,DIB,Others) pletion Date Man Int. Founder) Right-of-way City of Miami Beach Washington Ave. Lead Constructor (*) Phase II, IV, &V Improvements/ 100% September 2006 Design I Build Design-Build City of Miami Beach Praire Ave. Roadway Lead Constructor Reconst.and Storm- Design-Build 100% September 2009 (*) water Pump Station Design Build Right-of-way City of Miami Beach Lummus Neighbor- Lead Constructor (*) hood Improvements/ 100% August 2008 Design I Build Design-Build Right-of-way City of Miami Beach Nautilus Neighbor- Lead Constructor (*) hood No.7 Improvements/ 100% April 2010 Design I Build Design-Build City of Miami Beach 30" FM Replacement Lead Constructor Design Build 100% June 2012 (*) along Harding Ave. Design I Build W.M.,and Streets- City of Miami Beach cape Improvements Right-of-way Lead Constructor (*) Design Byron&Dick- Improvements/ 100% April 2013 ens Avenue(ARRA Design-Build Design Build Project) City of Miami Beach Biscayne Point Right-of-way ° Lead Constructor (*) Neighborhood No. 1 Improvements/ 100% March 2016 Design I Build Design-Build City of Miami Beach Sunset Island I& II Design-Bid-Build 100% January 2014 Lead Constructor Neighborhoods City of Miami Beach Crespi Blvd.WM, Lead Constructor (*) Design and Storm- Design-Build 100% January 2016 water Pump Station Design Build Florida Department Water Main Drain- of Transportation age and Stormwater Design-Bid-Build 100% December 2015 Underground Utility (FDOT)Alton Road Pump Station Along Constructor Reconstruction Alton Road 11th St. roadway recosntruction, City of Miami Beach Water&Sewer Lead Constructor Design Build 350/0 December 2016 (*) improvements, Design I Build upgrade to sewer Pump Station#1 City of Miami Beach Lead Constructor 54-inch Force Main Design-Build 85% July 2016 (*) Design I Build (*)APCTE was the Engineer of Record(EOR)for these D/B Projects SECTION 3.3 - DMSI RELEVANT EXPERIENCE On the following 9 pages we show DMSI's most similar projects of comparable size and scope with similar services to those described in this RFP. DAViD MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CC, III ■....rr.,. SIMILAR PROJECT EXPERIENCE 000"." ,.......„,----- DAVID 00"."----- DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR 11TH STREET ROADWAY RECONSTRUCTION CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Lead Contractor z Igor Vassiliev START I COMPLETION DATE May 2016-On-Going Phone No.: (305)546-5891 INITIAL CONTRACT AMOUNT $6.7 million z email:igorvassiliev@miamibeachfl. 0 gov FINAL CONTRACT AMOUNT On-Going PROJECT LOCATION 11th Street roadway reconstruction from Jefferson Avenue to Euclid Avenue. SCOPE OF WORK Prepared construction documents (plans and specifications)for the following improvements: Develop new typical section and roadway reconstruction plans along 11th Street from west of - ,� `r .". Jefferson Avenue to east of Euclid Avenue, new 54-inch Force 1---i- 1 -1" Main, new 30-inch sanitary gravity sewer, upgrade to existing = ..1-- „- 1 pump station No. 1,new drainage system,water main upgrades, new decorative lighting system, replacement of existing span I I wire to mast arm signalized intersections at Meridian Avenue -; ,, r- and Euclid Avenue, landscape and irrigation upgrades, update '� ,� .. signing and pavement markings.Also responsible for the officer , ,. .,, • administration construction progress activities related to the con- `' struction of this right-of-way improvement project. Some of the ,, '=:' construction management services provided for this project in- ,” . cluded:Weekly construction meeting; Perform all shop drawing "- ; : ' 'x program functions; Respond to request for information (RFI's); Evaluate Request for changes to project schedules; Contract 's i` , documents clarifications; Inspect MOT operations; and Review, ; 4'46' track and maintain construction schedules. Extensive utility co- ,`._ ordination was perfomred. This project includes harmonization d j design treatments to properties due to grade differential be ,,. .„,.. pi I tween the proposed and existing grades. '., It DMSI ROLE: LEAD CONSTRUCTOR . APCTE ROLE: LEAD DESIGNER r `A vo i' KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti(Construction Superintendent), lighting, curb and gutter, asphalt pavement, ADA compliance, Fabio Angarita(Construction Manager) hardscape, gravity drainage wells, sanitary sewer capacity im- provements,etc. DAVID MANCINI AND SONS,INC. 3 Imalon SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR NEIGHBORHOOD NO. 1 -BISCAYNE POINT/BISCAYNE BEACH CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Lead Contractor z Carla Dixon START I-- Phone No.:(305)566-3462 COMPLETION DATE March 2013-March 2016 Fax No.:(305)673-7073 INITIAL CONTRACT AMOUNT $11.2 million z email:carladixon@miamibeachfl.gov 0 FINAL CONTRACT AMOUNT $11.2 million PROJECT LOCATION Biscayne Point Neighborhood"North Beach"area is bounded by Stillwater Drive to the north, Biscayne Point Island to the south, and Biscayne Beach to the east,City of Miami Beach, Florida PROJECT DESCRIPTION This Design-Build Neighborhood Improvement Project in- '- , cluded extensive underground utility construction of over . o;:. 24,000 linear feet of 8"to 16" DIP Water Main as well as ------ deep shaft construction for the installation of a drainage '— pump station.The project also required pipe tapping at sev- v . , .. r }i . eral locations to tie-in the new watermain.The project also ,- `.. :,0# included a storm water collection system consisting of over -°x+► ' �- ' : �''� ": w I , `" - 8,500 LF of drainage collection from 18" to 48" Diameter, .._. ._-__. ::- �' i t; ,= w•- over 1,000 LF of 24"PVC drainage and 6 drainage injection ,, y r� wells. Site concrete work consisted of new curb and gutter, '° - ' - sidewalk and landscaping.Limits of excavation for the pipe ' - .;-:;' and structures varied in depth from 5ft to 20ft, and dewa- -"` - - 1 ` ,% .•-- - µ '- " tering of the trenches via pumps was utilized as the water _ r " - --- --*-:‘,--1 v„iitii table began about 2-3 feet below ground surface. Due to - ti Sea level rise,flooding and a new drainage design criteria, • -4- tt ,-. . the City of Miami Beach added additional scope of work to '----- - -+ ,.. the original contract to meet today's standards.Shafts con- structed to install pump station structures, complete open 1, '6 ' cut operation was completed by DMSI. Extensive public outreach was performed to maintain all operations. Com- M IMP JP prehensive utility coordination was conducted. Alli ' , ENGINEER OF RECORD FOR THIS DESIGN BUILD x„,” PROJECT WAS APCTE. tit KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project,which included David Mancini(Principal/Senior Project Manager), installation of watermain upgrades, lighting, curb and gutter,as- Nelson Liberti(Construction Superintendent) phalt pavement, ADA compliance, hardscape, gravity drainage wells, landscape and irrigation,etc. DAVID MANCINI AND SONS,INC. 4 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: SUNSET ISLAND I&II NEIGHBORHOOD IMPROVEMENT PROJECT CLIENT NAME City of Miami Beach,CIP Office o Edward Baldie DMSI ROLE Lead Contractor z Phone No.:(954)663-2337 START I COMPLETION DATE August 2011 -January 2014 a Fax No.: (305)673-7073 INITIAL CONTRACT AMOUNT $6.1 million o email:edwardbaldie@miamibeachfl. V gov FINAL CONTRACT AMOUNT $6.1 million PROJECT LOCATION Sunset Island I and II, City of Miami Beach, Florida PROJECT DESCRIPTION This Project included the installation of 10,800 linear feet of anew 8-inch water main and 23,000 square yards of road reconstruction, drainage improvements including+/-215 structures,9,578 linear feet of 15-inch to 24-inch drainage pipe,with limits for the pipe and structure excavation varying in depth from 5 to 12 feet,dewatering of trenches via pumps were utilized.The water main installation in this neighborhood also included 86 rear water services relocations. Lighting, landscaping,and hardscape improvements throughout. This project also required major utility Ary,,� relocation coordination efforts which "3, were in conflict with much of the water ++;a *.ip.r` .. : ; , , main and drainage installations. Con- t - ' • :.::: '," ,,� struction had to accommodate all of the i' : �. ' needs of the residents. Extensive Pub- : * . lic Outreach was performed in order to : <" '` *. "" ' maintain all operations. = ,. ` t M I .a6 c_ y§ om.-•• _ pirti `° �'"'*� __ x ' fwk .- C- ,$440"1.4'44',}sa " °a d a„z r . y ,',`,1 ,/1." .' ,N't KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which included David Mancini(Principal/Senior Project Manager), roadway reconstruction,installation of water main upgrades,wa- Nelson Liberti(Construction Superintendent) ter meter relocations, lighting, valley gutter, asphalt pavement, hardscape,drainage wells,landscape and irrigation,etc. DAVID MANCINI AND SONS,INC. 11111 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR CRESPI BOULEVARD CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Lead Contractor z Bruce Mowry, P.E. START I COMPLETION DATE November 2014-January 2016 Phone No.: (786)759-8941 is email:BruceMowry@miamibeachfl. INITIAL CONTRACT AMOUNT $3.5 million o gov FINAL CONTRACT AMOUNT $4.1 million PROJECT LOCATION Crespi Boulevard, City of Miami Beach, Florida PROJECT DESCRIPTION Removed 55 LF of existing seawall and constructed a new seawall as part of the Crespi Boulevard Project. DMSI also installed rip-rap rubble as required by the DRER and USACOE permit requirements. The new seawall was 15' in depth will be raised in efforts to account for future sea level rises. The proposed seawall is intended to have a top elevation of 5.50 Ft. NAVD consists of the installation of the proposed collection system which will include 23 proposed inlets, 13 manholes, and 2,370 LF of drainage lines installed along Crespi Boulevard from Hawthorne Avenue to 84 Street. The proposed collection system will mitigate storm water runoff to a new proposed pump station and water quality system. Proposed pump station and proposed 8-ft x 4-ft box culvert discharge connection with manatee grate will be installed in-place of the existing 18"outfall located at the east side of Crespi Boulevard/81 Street intersections. • „0 . 1111.1ltr ENGINEER OF RECORD FOR THIS DESIGN . • 111 BUILD PROJECT WAS APCTE FOR THE v'"': I PUMP STATION fA ' + h y 111",„, I I bu N'..g 'PW6A o. mom0so ,0 T $; Y .' Yd Y` KEY PERSONNEL CONSTRUCTION DISCIPLINES David Mancini (Principal/Senior Project Manager), Project was a right of way improvement project, which included Nelson Liberti(Construction Superintendent) installation of pump station, seawall, landscape and irrigation, etc. DAVID MANCINI AND SONS,INC. 6 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJ ECT NAME: D-B SERVICES FOR WASHINGTON AVENUE PHASE II, IV,AND V CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE March 2004-September 2006I--- Phone No.: (305)673-7000 Ext. z 6115 0 INITIAL CONTRACT AMOUNT $16.7 million email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $31.0 million PROJECT LOCATION Washington Avenue from 5th Street to Lincoln Road, Miami Beach, Florida PROJECT DESCRIPTION The project included the following improvements: milling & resurfacing, new °; , - 0 gravity drainage wells,sanitary sewer capacity improvements which consist of pipe/manhole up-sizing,water main upgrades,relocation of water meters/me- ter eters/me ter boxes,new decorative lighting system,landscape and irrigation upgrades, replacement of curb & gutter and sidewalk from 11th St. to 16th St., design 11 ,r 4 of intersection bumps-outs, compliance with ADA requirements, modification :r 17 wit t of parking space layout, relocation of existing utilities, coordination with the CMB Parking Department to remove and reinstall parking meter heads and R - , " ""‘' ': :....� parking signs, and signature median improvements from 5th St. to Lincoln 4 it * " Rd. All water, were fully completed prior to decommissioning the existing �" °�' systems. Extensive public outreach was performed to maintain all operations. -. Comprehensive utility coordination was conducted. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS _ APCTE. • .. «y „'a �}A; '{;^."" •C'4+" ^Sre a"'"�� .TM R"4,r � KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini (Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, gravity drainage wells, sanitary sewer capacity im- provements,etc. DAVID MANCINI AND SONS, INC. 7 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR LUMMUS NEIGHBORHOOD IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE July 2006-August 2008 o Phone No.:(305)673-7000 Ext. z 6115 0 INITIAL CONTRACT AMOUNT $16.4 million email:joseperez@miamibeachfl.gov 0 FINAL CONTRACT AMOUNT $16.4 million PROJECT LOCATION Project consisted of the Lummus Neighborhood bounded by 5th Street to the south, 16th Street to the north, Ocean Drive to the east,and Washington Avenue to the west, City of Miami Beach, Florida PROJECT DESCRIPTION The Lummus neighborhood is generally described as that area bounded by �__—,, .,s s �- 1 16th Street to the north, 5th Street to the South, Washington Avenue to the `ter ', " 44P--vi''. . West,and Ocean Drive to the East.The area consists of multi-family structures _= - -, 4 _ ' s:� " with significant retail / commercial components, portions of which are withinr , + t '$ " historically designated areas.This neighborhood is located in the heart of South 14'1'2. °'"' ., d _ Miami Beach and includes much of the National Register Architectural District. _ _ . As part of this project, we developed and prioritized streetscape and urban ► , ' `,- .` ;,,,-,5 .. improvements throughout the neighborhood as well as upgrade to water and - �3 -3 ` . - r stormwater infrastructures in accordance with the Design Criteria Package ,�,,,,,,. Jo . _ir. f a.�. r (DCP). Extensive public outreach was performed to maintain all operations �` - Comprehensive utility coordination was conducted. �. t 't 1i < , - - ,4%," r '1.„tor- u ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. e s ire° 4 7�i t id•` �4 . - -'7' .Y y . tet. P'*.AC- 44. .*y as i as All a� '' .k -- y xe - Al . _ u x KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal I Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape,gravity drainage wells, landscape and irrigaiton,etc. DAVID MANCINI AND SONS,INC. 8 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR NEIGHBORHOOD NO.7-NAUTILUS IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE January 2007-April 2010 v Phone No.:(305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $34.8 million o email:joseperez@miamibeachfl.gov U FINAL CONTRACT AMOUNT $34.8 million PROJECT LOCATION Nautilus Neighborhood, "Middle Beach"from Surprise Lake south,to the south end of 41st Street Right-of-Way,and from Biscayne Bay east to the Indian Creek Waterway,City of Miami Beach, Florida PROJECT DESCRIPTION The Nautilus Neighborhood included all of the area from Surprise Lake south, :w to the south end of the 41st Street right-of-way, and from Biscayne Bay east to #" '° µ, ,, the Indian Creek waterway, inclusive of the Orchard Park sub-neighborhood. " r, Streetscape Improvements: Reconfiguration of W. 42nd St. from North Michi- OF Nighw, gan Ave.to North Meridian Ave.;geometric improvements to the Intersection of t ' Prairie Ave. / Chase Ave/W. 44th St.; Landscaping within the Right-Of-Way; Lighting upgrades, Milling and Resurfacing _ Stormwater Improvements: 16,300 In. ft. of conveyance pipe; 92 inlets and 74 op,° manholes; Gravity drainage wells and 31 pressurized drainage wells; 6 Storm- water pumping stations. Water Systems Improvements: 39,944 In.ft. of 8" DIP Water Main; and the relocation of 177 water meters from rear easements to the public sidewalks,through trenchless technology. Extensive public outreach was performed to maintain all operations. Comprehensive utility coordination was conducted. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. . NINOf t+ . h ,��•0 KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini(Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti(Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape,gravity and pressurized drainage wells, landscaping and irrigation,etc. DAVID MANCINI AND SONS,INC. 9 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR 30-INCH FORCE MAIN REPLACEMENT ALONG HARDING AVENUE CLIENT NAME City of Miami Beach,CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE Novemeber 2011 -June 2012 Phone No.: (305)673-7000 Ext. z 6115 INITIAL CONTRACT AMOUNT $1.1 million email:joseperez@miamibeachfl.gov FINAL CONTRACT AMOUNT $1.3 million PROJECT LOCATION Harding Avenue,from 69th Street to 73rd Street, including the crossing of SR-934/71st Street, in Miami Beach, Florida. PROJECT DESCRIPTION This Design-Build Project included the extension of a 30" Ductile Iron Force Main underground utility construction with pipe tapping along Harding Avenue, from 69th Street to 73rd Street, including the crossing of SR-934/71st Street, in Miami Beach, Florida. This pipeline extension was performed as an emergency project to provide a parallel redundant pipeline to the existing 36" Ductile Iron Force Main which blew out and was temporally repaired. Line stops were installed at the southern end of the project in order to shut down the flow and isolate a section of , } � � T ,, pipeline to install a 30" M.J. Resilient %:w Seated Gate Valve. Project also includ- fOrw ' x ed interconnections to existing 16" and • i 20"force mains and minor storm water • collection and disposal, and site con-Crete work. Extensive public outreach ° - was performed to maintain all opera- — 41044 ,, tions. All open cut and trenchless work t`>' completed by DMSI staff. �M ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. " v» « KEY PERSONNEL CONSTRUCTION DISCIPLINES David Mancini(Principal/Senior Project Manager), Project was an emergency project to provide a parallel redun- Nelson Liberti(Construction Superintendent) dant pipeline to the existing 36-inch DIP Force Main along Hard- ing Avenue. DAVID MANCINI AND SONS,INC. 10 SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES FOR 8-INCH WATER MAIN AND STREETSCAPE ALONG ARRA CORRIDOR CLIENT NAME City of Miami Beach, CIP Office DMSI ROLE Work performed by DMSI Personnel IJ- DMSI Roberto Rodriguez Phone No.: (305)673-7071 START I COMPLETION DATE May 2012-April 2013 I-- Fax No.: (305)673-7073 INITIAL CONTRACT AMOUNT $925,860.00 o email:robertorodriguez@miamib- c.) eachfl.gov FINAL CONTRACT AMOUNT $1.1 million PROJECT LOCATION ARRA corridor along Byron Avenue and Dickens Avenue from 72nd Street to 85th Street PROJECT DESCRIPTION This Design-Build Project included installing 2,000 linear feet of 8-inch ductile iron water main, including services and restoration. Construction had to accommodate the needs of the residents from 72nd Street to 85th Street along Byron Avenue and Dickens Av- enue. All water, were fully completed prior to decommissioning the existing systems. Extensive public outreach was performed to maintain all operations.All open cut and trenchless work completed by DMSI staff. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS APCTE. ..._ .. I P '' ' 4,3,L ., ' *4 , V „ — r .i/ ..__ �`. KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini (Principal/Senior Project Manager), ed installation of watermain upgrades, water meter relocations, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, etc. DAVID MANCINI AND SONS,INC. 11 SIMILAR PROJECT EXPERIENCE /"°-- DAVID MANCINI AND SONS, INC. PROJECT NAME: D-B SERVICES PRAIRE AVENUE CLIENT NAME City of Miami Beach, CIP Office 0 DMSI ROLE Work performed by DMSI Personnel z Jose Perez, P.E. START I COMPLETION DATE May 2008-September 2009 Phone No.: (305)673-7000 Ext. a 6115 INITIAL CONTRACT AMOUNT $2.1 million o email:joseperez©miamibeachfl.gov o FINAL CONTRACT AMOUNT $2.1 million PROJECT LOCATION Praire Avenue from Dade Boulevard North of W.23rd Steet, Miami Beach, Florida SCOPE OF WORK This Design-Build Project along Praire Avenue included the fol „. lowing improvement: Roadway recosntruction, new Type E and �m.. , F curb and gutter and sidewalk, new drainage system including „ ' _ a new deep underground stormwater pump station struc- — ture, injection wells, upgrade of the existing signalized intersec- tion at Praire Ave and Dade Boulevard from span wire to mast arm, upgrade of the existignlighting system, compliance with ADA requirements, relocaiton of existing utilities, modification of 4, mainentrance and studenet pick-up and drop off parking lane at Miami Beach Senior High School. new signing and pavmeent markings. T. DMSI ROLE: LEAD CONSTRUCTOR iii.hit., 0_. .....,_ _0 • ,, ..,, APCTE ROLE: LEAD DESIGNER it I,, , . , 1f - -" , 3l:�. Ott �� 41 t , w. a r ,`". .. a ^1 .°._ mow KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which included David Mancini (Principal/Senior Project Manager), milling and resurfacing, new drainage system including strom- Nelson Liberti (Construction Superintendent) water pump station, injection wells, signalization, lighting, curb and gutter,ADA compliance, hardscape, gravity drainage wells, sanitary sewer capacity improvements, etc. DAVID MANCINI AND SONS,INC. 12 SIMILAR PROJECT EXPERIENCE 00" DAVID 0 "-- DAVID MANCINI AND SONS, INC. IIPROJECT NAME: SWEETWATER STORM WATER IMPROVEMENT PHASE IIB SOUTH PROJECT CLIENT NAME City of Sweetwater 0 DMSI ROLE Lead Contractor z Eric Gomez, P.E. START I COMPLETION DATE March 2013-May 2014 U— Phone No.:(305)221-0411 INITIAL CONTRACT AMOUNT $2,508,140 z Fax i E ome(305egsc70 email:EGomez@egscfl.com FINAL CONTRACT AMOUNT $2,508,140 PROJECT LOCATION City of Sweetwater, Florida PROJECT DESCRIPTION Project consisted of installing 5,000 LF of a new 18"-72" drainage pipe, drainage improvements including 45 +/-structures, a weir structure, a downstream defender 2 endwalls and about 1,000 LF of 30"-54" Storm Sewer force main. The construction of a storm sewer pump station with three(3)-28 HP-5500 GPM submergible pumps.Construction had to contend with accommodating the needs of the residents. 40, I oier , e , r 1"1 >> :�.� I KEY PERSONNEL CONSTRUCTION DISCIPLINES David Mancini(Principal/Senior Project Manager), Project was a drainage improvement project, which included Nelson Liberti (Construction Superintendent) roadway restoration, installation of new drainage pipes and structures, pump stations,force main construction,etc. DAVID MANCINI AND SONS,INC. 13 SIMILAR PROJECT EXPERIENCE /""-`-- DAVID MANCINI AND SONS, INC. IIIIIIIMIIIIIII PROJECT NAME: D-B SERVICES FOR NEW SEAWALL AT DADE BLVD.AND ALTON ROAD CLIENT NAME Florida Department of Transportation District 6 0 DMSI ROLE Sub-Contractor z John Bolton, P.E. START I COMPLETION DATE March 2013-November 2015 a Phone No.:(305)216-27477 INITIAL CONTRACT AMOUNT $9,575,000 o email:jbolton@BPAMiami.com FINAL CONTRACT AMOUNT $13,115,000(Total project) I $125,000(Seawall) PROJECT LOCATION Alton Road Improvements Project, City of Miami Beach, Florida PROJECT DESCRIPTION Removed existing seawall and constructed a new seawall at Dade Boulevard and Alton Road as part of the Alton Road Im- provements Project. DMSI also installed rubble rip-rap as required by the DRER and USACOE permit requirements. `e n t \ ,,40. ,-- t R A., i; II \ i Ilia\ CMASe A, d.. ,�Cs Y _ r KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini (Principal/Senior Project Manager), ed roadway reconstruction, installation of watermain upgrades, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, pump stations, seawall, landscape and irrigation, etc. DAVID MANCINI AND SONS,INC. 14 SIMILAR PROJECT EXPERIENCE /' --- DAVID MANCINI AND SONS, INC. llPROJ ECT NAME: D-B SERVICES FOR NEW SEAWALL AT WEST AVENUE AND 5TH STREET CLIENT NAME Florida Department of Transportation District 6 0 DMSI ROLE Sub-Contractor z Enrique Tamayo, P.E. START I COMPLETION DATE March 2013-November 2015 I- Phone No.: (786)999-9671 email:Enrique@Tamayoengineer- INITIAL CONTRACT AMOUNT $10,805,000 o ing.com FINAL CONTRACT AMOUNT $13,115,000(Total project) 1 $125,000(Seawall) PROJECT LOCATION Alton Road Improvements Project, City of Miami Beach, Florida PROJECT DESCRIPTION Removed existing seawall and constructed a new seawall at West Avenue and 5th Street as part of the Alton Road Improve- ments Project. DMSI also installed rip-rap rubble as required by the DRER permit requirements. ENGINEER OF RECORD FOR THIS DESIGN BUILD PROJECT WAS 1 11 milm : , r Y.„ , ,, c., ,it ' . ,.-.., le: . , ;, f..... ./..„, . ""4r ., ..::tip �t� �r�` , , , ��� � ° s g ' %Ilk\ILI Y{ x 4 siiiirk _ _ - ,fir.. +. tr-ir. X KEY PERSONNEL CONSTRUCTION DISCIPLINES Project was a right of way improvement project, which includ- David Mancini (Principal/Senior Project Manager), ed roadway reconstruction, installation of watermain upgrades, Nelson Liberti (Construction Superintendent) lighting, curb and gutter, asphalt pavement, ADA compliance, hardscape, pump stations, seawall, landscape and irrigation, etc. DAVID MANCINI AND SONS,INC. 15 FLAMINGO PARK NEIGHBORHOOD MPPDVEMENTS SECTION 3.4 - SAFETY RECORD Below you will find DMSI's Safety record as well as on the following pages the OSHA Certification McNish Group, Inc. 26622 Woodward Avenue•Suite 200 McNish Financial Services,Inc. Royal Oak,Michigan 48067 McNish Agency,Inc. 26622 Woodward Avenue•Suite 200 Telephone:(248)544-4800 735 S.Garfield Ave.Ste.205 Royal Oak,Michigan 48067 Fax:(248)544-4801 Traverse City,Michigan 49686 Telephone:(248)544-4800 Telephone:(231)947-9050 Fax:(248)544-4801 Fax:(231)947-3158 March 31,2016 To Whom It May Concern: RE: David Mancini&Sons,Inc. Anniversary Rating: 4/1 Our captioned Insured's Experience Modification factor for four(4)years: 2016/2017 .96 2015/2016 1.00 2014/2015 .91 2013/2014 .82 Should further clarification be required in this matter,contact our office. Sincerely, William J.McNish President maim NFN rROUPNIIIR ivtit RIM 1vt twit.SERVtets DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. ' FLRMINGO PRRK NEIGHBORHOOD tvAPROVEMENTs 111.1.1. 'rill A L e J c v O E ri a m C O t o N ,0 _ c o. ± FLAMINGO PRRk<NEIGHBORHOOD MPROVEMENTS 111111111 \>7SI; 3i 7 o _ 0 11 .. "'E L C. L (.. L L. L. C L.. L., o 1 """ N ul 11! B 5 LL ^ L L L L L LLL L L O ('::�.b = 0 1.1 1 '� a ;i mp- L L L L L L L L C LO 1"'"'.,,_ N 811 :E N ii i- '- L! t L L L L L L L L . 1" E > ] m t I oo 111 _� 1a1 '1i1iIi1 Ii IoI -1 g 1 a 1/1 iii' 3 1 ` a a - -.I Elk ! i a iU III Y I I "�I I -I �! I l �I H I - =� X11 _ I! am W E.Gm2o = LLLLLLLLCC — ( �� I1 N�Ey6 JAZ..E21 L L! L L! L L L L L L r, 1 5s9€ mda LZ = C C L C L L L C C C ", j l'--=‘+:- {c .. `Ooa `L� n aim4 -2 �a= ' i g C C C C C C C C L L O 1 • Om�;O c m n mama _m ci Oam�ni ZiIAv A E • O y9 Qd GOO.O In$ B LL gN z E a ; • '. b c ec! N .00 3 va . ; 3 n y RG== g; rn X IgQ3g�m_ '-?S' _ o, o 1175A `§Fut: i;:i 3 .0 E 4�oo �n LLaC;p 1:2N 4C) 0) 7 c`m�mn aq _ � c el - E .N o. n m t 3.p. $ V 7°I.,--i m y W w C ▪ €or 39s i3 a 3� d `�° a m m f6 .it A $ :pig o.< i v v E WO 5P.A F 'l- 3 m E V12" o -.rcv q x E E 3 E Nm c-mo /4 2654 w ii 2 2 i , SSog4 $ :_ —31 m 2 7N 31: .• 7 CEll NNNNM flO •o $ $ 5Yx 1 0 O O O 9g;His 111 : 3 -, - -) -) -I*S811 o a C _ . - i tgg� *11144. o .4li Nla ml: -1: '-.)'-.)1.f I le l k Ie = $ im5 �� �m vi� nAteN- Wi4I 0 € _ gg -1 `0 `1 `0 g iIn1$ iI Se3lfs< 3 W I I$S "l i o d d m n : i 0 b M e Ita4 (.2. ,i a m m 0 v t=14' O ftm�, m?�-0i v,i - CO ! II31! 'l 11111 44.1 co 0'• LI___" E- o 0 a 1- ta3i: 415,1 Z DO 11'2; CO 0e =vel �;; - O 4- A @ail DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 3 FLAMINGO PARK NEIGHBORHOOD IMPROVEMENTS Mr. V/ t0 J O e 'c m 1 G n o r a N anE. Sa 13) -• a c O O - E a CO C g,c > 7 o LL ,a m a v, o n m a, m N _o ' N o L9-F- NCI C N o 6 N t, 0 N O ✓ a > U o cy O •.to E 0 0 2 U c v m o Ec s rn c A y U 7 • 5• a Cl) o o u q Fi w A C S J V �p L t a 0 5 C 5 C m o _ E- c _ _ m © i o 0 o _ O UU. L, ,2 = C d Cl) C U 8 (7 1 ; _ N C K r-,. o V/ .2 n o ( C 6 o d c ti Y w o ^ 0 m A) C? c - O n E a 'i U) E ` � �al I E S . = 8 � E co D= a uCA Cc L x aC\ 1 1: c o C o o ; p _' Z y w E = C a Q 4 2 O - . - = IE a 5 j3 a i H ? Y CH _ v � a. 9 Zr, o+ - = S 10 m d N ? Q 9 C C 0` C W > m 0 5 N tuE ,- (1) Y - n 3 CZ Cl) 2 O v I sYv ^CD d o a 3 M w y a - g m • _ .Lo < t . �N' u a o e•L6 Eoo 0 0 a' OF2 =¢ • Cmy av CN • v, Ry ! _ . - o : = y S. m ` N 8 G o 9 L i 5 _ ? OO • C▪ 0 5 - )- O U D 5,1 o 9 b gy s U y O 0 13 CR 30 ' s > - o N0 m g WY �, m Fme ' O a �� Z {.- U O0y q FQ v= .0pa S.3a m u Nv N Lr,y >• t "C g 9v ,)-' E _ E E oL bW a' tqvmo „ ICI O ^ O N O mome` 0 > a Q rZ S o §3a L yo >2 mv OL - m 5 0 4 E aT.` a. I0 1A O .1 m 0 > y = p N Y I = 4 h 0 g E .. 4 o O1 Q 2 2 o M a C 7 n i Fs 2 _44_ it2 a c 3 ' ` c O • R ac a s d >tEr4m � � • m ON m mL > • Al>% ?e aw o )- ci 0.H �og ... a' 2, 6 a aU e• sCTS > c -zno re w ¢ 0 N pm o> w ,. . O m O 0 13 % Q y '0E'. g2', u— "r) c - c c 5. aN 0 =85 E yU ' O OC _ C C QC E• „ a3o + m 7Op m C 0 07 _ a v Cr) h a S mE E m T E ` -p- c _ A ? O /� m aca 7 O m C O _�vO 0 E W= z 1- v z t--0 o i- � o a ocg DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 19 im...............,„ FLAMINGO PARK NEIGHBORHOOD IMPROVEMENTS 111.1.11.111Tril ....; = 44 2 rh3 0 1 ii .- 01.,""' 01,....-,F„. 1 Je 1 - n ;Hr3t I'l 81i -tril "lei 1 1 I I I I I I Iml 0 a, , ... 3 4 4 4 4 , °1Q1 °1111111111101i II - a , Q-...• I a ii 434,_ 1, v2 E 2.9 t 1 ii 8.-0-4 l'; kosoo'n0000000000 ,11 gG,28 <62-6,St :Ski - b `g -0 ' EE-'16F, :F.;'1' , alf:C300000000000001 ,1 6 3 Tog"E > =0 i ro2 ..0.,,13 oAY,,,,,, gi§:11 -19'2 6113, 1'10 CI 0 0 0 0 0 0 0 0 0 1:7/ OQI ! it2ig griolt - 1 z .w.i.i5- -i-lis A s; c '''g-t2c1 -t, ii ,- 1 ',2 I 2 Sa-2 = ..`1' _ 5 . c ' 6P 4 %. I f4.§6 3 ii; II/ Vagi 0.4 ri 1 Rs co,w 40) II ilag 7: °5 z ei 43 0 J.J ai u . . .,., , ui .,.. .„ ;-1---,i A 41 ift -2 0 q- i 0 0 0 Z 1,--sj-n•!. '--: -, ....: :, . , i a, a tn .- .. -_- !20g,'..--, m . -1,50 9.5 (I) iii3g.&4 1 „ o 4 cc .1,?-1 _. ., .___ ;._---;,- ill2i E,...-- ,_, ,,, 8 .* t!i : „ <4 u _.„, _ CO la' . 1 § ca ila--ir, I ,4—:-;--.- k u-;';1 1 Oa Ad 0 0 ',--,i-at5 - '`j A>i' 8 u.. it., 8-g80 _-t. aS U '. a i .2 ,U) E.p e -4. s4 CC Pift g,g`t,,a1,' 0 E. D. Igg - 1S..) (I) ,, ,-`1-.- . -11 'imi 0 1 DAVID MANCINI AND SONS IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 20 r..1 FLAMINGO PARK NEIGHBORHOOD N'APPDVEMENTs ae '64 m` M 9£ i. i' i 8 cs, m E e 0.a m' g E — m a) co 3 w m m m c3 c 3 m 5 m o m U•gy 2 s. U H o G `c p m m o is, f i 20 0e C.12 O E 2 E g7. N .o _ C O L" co o co cl D C o U m m • ti '2 to m - m E o m E u O1 g m $ E 2 m. m E. E `m U o g`o 1 c m r� E 5 ms g t m m \ Em 2 2O - hi :' V u j ft O N tNN c mm 20 N AC m n ° `E ° m II ' 3 cc431) m K O F E eo a m • m ES C y m U o £ cN c 2 a C) cm s I `iE 3c _ a E 11111 a= z m • 1:3m dW } m CO y m % e R 3 8 c0g I H `o •L Hg g�.E Ea 8 wv 00 • c m o 3 N m TO N 2 '�+ C c° z6., `8619,2 12 o R a $�y — cm c8 co 1 ". o F, 3 0 3 - m` my � � 2 °'� y m 8 gf G1 a �� e �' co m aw m c gy o - g '-til CD E° r--- mom y a y ; mJ c .s ces m € c Eb c E E 2 0 " 08 Li. S" u` foo 2e0 22 610 -° 1 3 m o m m c o c d Q > 5 � m gy=m .9�N r 2I1g O L to E Z m m t H § m 1°- co c Ts-g 1a !m Qo� C >.o Td 5 MgF ? e l° phpl1m .0 s 0�Sy6 w� aa�' cmc e.y zzo64 E 0 a � �' m 0 0. 1.6. 'i,°, co „ a g` i- 0 .'1 .2 iiE H 8 m 0 E $ S U. @a mm t.E SA oma F o N 8.2 `e m a N m m .15 "-i g LLL... 1 'o m m e u cv¢2i V '.5 O `m S ,_ C m oci 8 .1 1 0 S 4e - = o 007 0 o6x v ag pm sl � a y ts Eo �N� m =--z ac 'Sg o mN mom* > > w � cmo 61 CI) � m --s. 0, ��� a cL a c ° w iii al 0Z c �v>�v g Alt 0 CO mm �m amo = 060• 3 >,- o o 6 V,, gE e O E W 4Z'' 2 1- U 2 1-a 8 E 2 NSU a e ; g I FLRMINGO PRRK NEIGHBORHOOD MGRovEMENTs 11111.1111. Ira / it 0--„,F. Y '. z„ )- si . --:- 1, 8 € ;. a; 24: ;Ab 101 44141444 I I I I I aI I �I 0 H X13, 14 # 4 4 1 4 x 4 4 4 Wa_`'i :I' Y c�I ' I I I I I I I I I , I °'= g 1T8 - 32• 2.215 oEoN �o a -,00000 ❑ 000000rl\j1 $1_ N=y M N t0 ry�N L u E ;0N, Y'e b T C Fy YII =ga23'5 11111E-00000710000000-1 =�"a m o -ryry cr „a: ;� a yE_p O 2 2 W 8�zEt r €I_ ❑ ❑ ovoo ❑ 000 ❑ ❑ l .1 m = E E' 4f-61f1 UNlmC VVa� C7 ❑ ❑ .❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑', E C L NL %Yi o A 2 lilt Uop till! y ' N' U a g `731'1 ` 'A & G rzi ato - wNw Y D v 2.9 c —• ," -.+ (6 `if%i `.-11t.L.,1 "iz r —`,, 0_I &10 - • ,1g19 CO IZ 1014 el ' J p {o - GE; y , =a'rE'a-,,r jk. _ ° ii .. - 4 � ot Y� � 4 . c - �1002.= ` 1---- >,...1� g4. , > � 4' ,E !LW o � /d' ° l , iiliYEDCa..6 it o a, 0iiiet y \ . ;EIng ` < ` • si O i� a . ' \ I3,..!" --': 0 Eav r J .a LL 1� 6 Y� � C `� r \0 NI c .' 5.g'ag -71 7 .,~ `M =` °E Z P1 '',11`i ,, ;4Y DAV° MANCINI AND SONS, IN ASSOCIATION W TH A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 22 FLAMINGO PPRk<NEIGHBORHOOD MM AROVEMENTS - SECTION 3.5 - DUN & BRADSTREET SUPPLIER QUALIFIER REPORT A copy of the Supplier Qualifier Report (SQR)was submitted to the City through electronic means to the atten- tion of kristybada@miamibeachfl.gov. as requested on the REP. SECTION 3.6 - INSURANCE .----•ACORO CERTIFICATE OF LIABILITY INSURANCE Y I E IIFNH%Yrc'r r`.--- 10.'31.'20'6 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND.EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERISI,AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: ll the certticate holder Is an ADDITIONAL INSURED.the poticynesl must be endorsed. If SUBROGATION IS WAIVED,sugect to the terms and conditions of the policy.certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(sl. PRODUCER UNTAG 1 ADr:.enne Michaelson McNish Group,Inc '''9"E248-5444800 -A' 249-544-4801 E 26822 Woodward Ave.Ste.200 AC-SA. .tl: ;A.=.NR; Royal Oak MI 48067 aOtIEss.amlchaelscn@rncrosn com INSURERISI AFFORDING COVERAGE MAIC• NEURERA.Amensure Insurance Co. 19488 INSLREO DAVID,C :N9unen e•Amensure Partners ins Co 11050 David Mancini&Sons.Inc NsuRERc Amensure Mutual Insurance Co 23396 1939 NW 40th Court Pompano Beach FL 33064 ,"SURER O INSURER E !RAIRER r COVERAGES CERTIFICATE NUMBER;1885598463 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF,NSuRANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD !NDIGATED. NOTVdTHSTANOING ANY REQUIREMENT,TERM CR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTtFMATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSICN6 ANDCONCtTIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _.-.._ ASO SUER NVQ. R POLICY EON POLKY SAP_... q TYPEOF INSURANCE AMYL V0 POLICY USIElR fMMOOATrn ISIWOErnrm LIMITS A ;! coleatmCIAL OENERAL LAM/TY Y V CPP207615508 j 41112016 4/172011 ;EXH DCCLARENCE .31,0000E CLAM,r,lACE XI OCCUR f : • (,81381 ESIEurAED ,3 I i ]QD c R1EAarF..eeud X p>Mryr,l Ari {. I MEDORNA,Nae?nen) 1510.000 IPERSONAL SICV NAWY ,S1.00000 ...E'rr AGGREGATE LAST APNB PER ; I I GENERAL AGGREGATE f 52000000 1 ap,kY % L._..,...r LOC I i 1 PRCOUCTS-COMPOP A00 52r000.000- CONEA _ 1 1 r5 Au TOWELS LAELITY • 'r Y Y CA207874505 (411120164!112011 1 d rWLA U.' 51.000.000_ X ANY AUTO I i ECOLY INJURY Iver PrseleII :U'D EER"'' , ( ecaar nwu r m«PxaNq 1 --- % ARM WT03 X Al1TOB ( 11Pd 5 -.. . I I 1' C X uMERELLA LIVE 1.X OC,,,, i CU20B759403 i 41112016 '4!112011 'EACHOOGWRENCE 56.000,00 EXCESS U/111 I aLI6AADIC 005AB:ATE 55,0000170 A WORMERS COMPENSATION i ' Y 1WC207674405 411!2016 4'12011 I x i STATUTE j i gr - APO MIPLGYERS Lama, YY�,YY N(:r+R OnEYEYYT RER�E%ECU NE r�l� I i I EL EACH ACGOB4T 5600000 T i EVAIE A'S E%ELJDEO� u MIA --'_ ONNISNAN m RIR ' EL OMEASE•EA ERIPLO--S000,000 ._ IV'C' .per I • • LEe • 'EL DREAMS-POLICY t.IMR 150.00 CENsco e C.CF FERFTr^.hIS hewn - A Design PTolmaonel Lab ICPP207615500 .41,2016 4 .d 1,2017 1.000p ,,0000 Installs..Floater 5.000 Dad 500.000 • • DESORPTION OF OP ERA HORS/LOCATIONS/VEHICLES(AGOROtot.Adduce.Roman Srn.dule.mw an N.A.IT mors grace,.en,...) City or Miami Beach is named ae additional Insured with regards to the following: RFP NO. 2016-205-KS. DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FCR FLAMINGO PARK NETGHBORHCCI CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABCVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN Risk Management ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention Center Drive Man Beach FL 33139 A unIOR12EO REPRESEN TA INE,//yp�yY//�y /gyp 571983-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD SECTION 3.7 - MWBE OR S/DBE Please find on the following pages the current DBE certificates for the sub-contractors that are part of the team as requested on page 13 of the RFQ. SIMILAR PROJECT EXPERIENCE DAVID MANCINI AND SONS, INC. South Florida Electrical Consultant, Inc DBE Certification Internal Services Department MIAMI-DE Small Business Development 111 NW 1 Street,19e1 Flocr Kere,FlciiCte 33128 miamidadcgov T 3n-375-3111 F 305-375.3t60 July 29.2015 MrHector Rodriguez,Sr Anniversary Date:09/22/2015 . SOUTH FLORIDA ELECTRICAL CONSULTANT.INC 4234 SW 75TH AVE Miami,FL 33155-0000 Notice of Annual DBE Certification The U.S Department of Transportation Disadvantaged Business Enterpnses regulation,codified at 49 CFR,Part 26 and 23.requires that all Disadvantaged Business Enterprise(DBE)program participants continue their eligibility annually by completing and submitting an unsworn Declaration executed under penalty of perjury of the laws of the United States with supporting documentation on or before the firm's Anniversary Date.This declaration affirms that there have been no changes in the firm's circumstances affecting its ability to meet size disadvantaged status. ownership,anchor control of the firm. To ensure timely processing,please complete the No Change Declaration form available on the SBD website at: 1117.1/www.miamidade.ccvismallbusinessiCisadvantoa.ged-business-enterorise-orogram.aso. A hard copy of the form is available upon request and may be forwarded to you via e-mail.U.S.mail or facsimile.Return the completed form along with the supporting documentation prior to the date indicated above.Delays in submitting your firm's No Change Declaration may cause its removal frcm Florida's DBE Directory Your completed No Change Declaration must be mailed or hand delivered to: Small Business Development Division Certification Unit 111 NW 1st Street, 19th Floor Miami,Florida 33128 Please note that you must include the applicant's firm and its affiliate(s)complete business tax return for the most recent tax year.We may also request additional information from you and conduct an on-site review of your business as part of the certification and review processes.Also be aware that because SBD is the responsible certifying member of Florida's UCP for your business,you need not apply for DBE eligibility with any other UCP member in Florida. Thank you for your continued interest and participation in the DBE program.We lock forward to receiving your No Change Declaration and supporting documents.If you have any questions or concerns,please contact the Certification Unit at 305-375-3111, Sincerely, Claudious Thompson,Section Chief Small Business Development Division DAVID MANCINI AND SONS, INC. 24 SIMILAR PROJECT EXPERIENCE - DAVID MANCINI AND SONS, INC. Homestead Concrete and Drainage, Inc SBE/Construction Certification Internal Services Department MIAMI ADE Small Business Development 111 NA,I SLre6.?9tN F a �Q(aNT1f Miana acacia 33128 rniamidada.pOv T 305.375.3111 F 305.375-31ev July 22,2016 CERT NO: 1155 Approval Date: 7/22/2016 - sBEICONs LEVEL 3 Mr,Alfredo Cordaro Expiration Date: 3/31/2016 HOMESTEAD CONCRETE&DRAINAGE,INC. P 0 Box 1273 Homestead,Fl 33090-0000 Anniversary Date:July 22,2017 Dear Mr.Cordero: Miami-Dade County Small Business Development(SBD),a division of Internal Services Department(ISD),is pleased to notify you of your firm's continuing eligibility as a certified Small Business Enterprise Construction Services(SBE/CONS)in accordance with section 10-33.02 of the Code of Miami-Dade County. Your firm is certified in the categories listed below. The SBE/CONS certification is continuing through the Anniversary Date listed above,contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code,You will be notified of your annual responsibilities in advance of the Anniversary Date.You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility.Your firm will be listed in the directory for all certified firms,which can be accessed through Miami-Dade County's SBD website: htto,//www.m iamidade,_gy7v/business/business•certificat on-orograre s.aso, If there is a material change in your firm,you must advise this office by submitting a status change form with the associated supporting documentation,within thirty(30)days. Changes may include,but are not limited to, ownership,officers,directors,management,key personnel,scope of work performed,daily operations,on-going business relationships with other firms or individuals or the physical location of your firm. After our review,you will receive instructions as to how you should proceed,if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns,you may contact our office at 305-375-3111- Since-el udious Thompson,Section Chief - Small Business Development Division CATEGORIES(Cour IUm may 610 c parlcipa(e on coroaw only under taco ca o5 4 4) 230110 NFW SeiOLE.FuWLr HOUSING CQN5'RUCT e(EXCEPTOPERATIVE BUILDERS)1+6E.0015I 236110-NEW MU TIMMY IK)VS0XG CONS?RVCITON(EXCEPT C'ERATIV6%AMOSI(SBECONS) 2.36117-NEW)X1USPIO OPERATIVE BULOEFS!SSE/CONS) 236110 FiLsoENT4ALRLNOCIELERSj500/CONSI 238210.IIDUS"Rtsa SULOPq CCNa'Ia3C11ON(SBEICCNS) 236330-LOI0A Rl7-L 4N1)':N511TJT104A4 BUI-0N000c.ienruCTY1N,S0EICOr:51 23/110-WATER UID SEWER LINE AM)RELATED STRUCTURES CCNS VCT?CIN(00100N51 DAVID MANCINI AND SONS,INC. Ell SIMILAR PROJECT EXPERIENCE - DAVID MANCINI AND SONS, INC. Homestead Concrete and Drainage, Inc LDB Certification Internal Services Department MIAMI-DADS Small Business Development S11 NiN 1 Street,19t+Flea COUNTY Man.Fi ,a 33128 miamidade.gov T 3Ma-375.3111 F 305.375-3160 July 22,2016 CERT NO 15899 Approval Date: 7/222016 - LDR Mr.Alfredo Cordero Expiration Date. 3/31/2018 HOMESTEAD CONCRETE&DRAINAGE,INC. P 0 Box 1273 Homestead,FL 33090-0000 Anniversary Date:July 22,2017 Dear Mr.Cordero: • Miami-Dade County Small Business Development(SBD),a division of Internal Services Department(ISD),is pleased to notify you of your firm's continuing eligibility as a certified Local Developing Business Enterprise (LOB)in accordance with section of the Code of Miami-Dade County. Your firm is certified in the categories listed below. The LOB certification is continuing through the Anniversary Date listed above.contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code.You will be notified of your annual responsibilities In advance of the Anniversary Date You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility.Your firm will be listed in the directory for all certified firms,which can be accessed through Miami-Dade County's SBD website: •'Ltrn ,, .. _f • ..1k-a-bA IV, 1 A •C-1:: -`.. If there is a material change in your firm,you must advise this office by submitting a status change form with the associated supporting documentation,within thirty(30)days. Changes may include,but are not limited to, ownership,officers,directors,management,key personnel,scope of work performed,daily operations,on-going business relationships with other firms or individuals or the physical location of your firm. After our review,you will receive instructions as to how you should proceed,if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns,you may contact our office at 305-375-3111: Sincere) laudious Thompson,Section Chief Small Business Development Division DAVID MANCINI AND SONS, INC. 26 e_rci TAB 4 D LEAD DESIGNER EXPERIENCE & QUALIFICATIONS 4. FLAMINGO PARK NEIGHBORHOOD or v m N_ Z m FLRMINGO PRRK NEIGHBORHOOD MARCVEMENTS _______ LEAD DESIGNER EXPERIENCE AND QUALIFICATIONS SECTION 4.1 - COMPANY INFORMATION A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. (APCTE) is a a Multi-Disciplinary Miami-Dade County Headquartered Engineering Company that , was established in 1997. APCTE has more than 95 local employees (30 Regis- ;, ;`*.x, `,; ' tered PE's and 61 Graduate Engineers) dedicated exclusively to transportation ir' ,,44,.,, -", .y / infrastructure and pipeline design projects. APCTE will serve as the prime de- - `s.,,, ,. J ' .a 1 signer for this contract, and has been recently involved in the design of several 'l' , D/B projects for the City of Miami Beach such as Washington Avenue, Nautilus , . ve °"n` Neighborhood, Lummus Neighborhood, Biscayne Point Neighborhood, S.E. Fla- t ° mingo Neighborhood, Prairie Avenue, amongst others. APCTE has also worked on multiple FDOT D/B projects like the reconstruction of SR-826/SR-836 Interchange (Section 5), the SR-826/ Palmetto Expressway (Section 2), the I-95Managed Lanes, and the Re-placement of the NW 36th Street Bas- cule Bridge.Additionally,APCTE is currently designing for the Florida Department of Transportation one of the major segments in Okeechobee Road,which will consist of elevated sections on Okeechobee Road and 7 new bridges.APCTE also just completed the design for Miami-Dade Expressway Authority (MDX)the SR-836/NW 87th Ave. Interchange, which will connect to the east with the on-going SR-826/SR-836 Interchange and to the west with the recently completed SR-836 ORT Project. APCTE's participation in the Miami Intermodal Center (MIC) Roadway Program earned the firm the 2009 ASCE Outstanding Engineering Project of the Year. APCTE prides itself in serving a wide variety of clients and attending their individual needs. Our firm is unpar- alleled in client satisfaction providing our clients with focused and innovative solutions that yield cost effective results. Since it's establishment APCTE has completed a myriad of projects ranging in scale and complexity. The broad spectrum of award-winning projects in our portfolio provides the diverse foundation necessary to triumph over any challenge that may arise. It is this diversity, innately found in our firm, which enables APCTE to guarantee effective project execution for large-scale goverment projects while simultaneously delivering to our private and government clients the delicacy that is indispensable to their particular needs. As part of our prevailing paradigm we infuse a culture of community in all of our firm's endeavors. Perhaps because of our humble beginnings,APCTE places a grave importance on public involvement and believes that a collaborative effort is key to the success of any project. Holding true to our sense of duty, APCTE actively maintains and nurtures relationships, not only with our clients, but also with the surrounding public. APCTE enthusiastically engages in many communal events and sponsors causes that are deeply en-twined with the hearts of the local residents. Due to this intrinsic belief that approval from the public is the ultimate factor deter- mining the success of any project,APCTE places a strong importance in the end-user and shall always ensure their satisfaction.APCTE main philosophy is to provide our clients with a product that far exceeds the technical and abstract requirements imposed by each project. Over the years, we have established an excellent working relationship with all of our clients, which among many others includes the Florida Department of Transportation (FDOT), Florida's Turnpike Enterprise (FTE), Miami-Dade Expressway Authority (MDX), Miami-Dade Water and Sewer Department (M-D WASD), Miami-Dade County Public Works Department, City of Miami, City of Miami Beach, City of Doral, City of Hialeah, Town of Miami Lakes, Village of Palmetto Bay, and Village of Bis- cayne Park. Our primary objective is to guarantee that the client's best interests are served. SECTION 4.2 -APCTE's SIMILAR EXPERIENCE AND QUALIFICATIONS Please find attached on the following page Table 4.1 which shows APCTE's list of similar experience and qual- ifications as requested in RFQ Section 3, Tab 4. .� . , <',-„ -{A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. D FLRMINGO ARRK NE=IGHBORHOOD NIPROVEMENTs TABLE 4.1 -APCTE'S LIST OF SIMILAR EXPERIENCE AND QUALIFICATIONS Agency Name Project Name Type of Project %Completed Anticipated Com- APCTE's Role (ROW, DIB, Others) pletion Date Washington Ave. Right-of-way Lead Designer/ City of Miami Beach Phase II, IV,&V Improvements I 100% August 2006 EOR Design-Build Design I Build Praire Ave.Roadway Lead Designer/ City of Miami Beach Reconst.and Storm- Design-Build 100% August 2006 EOR water Pump Station Design I Build Lummus Neighbor- Right-of-way ° Lead Designer I City of Miami Beach hood Improvements/ 100% August 2008 EOR Design-Build Design I Build Nautilus Neighbor- Right-of-way ° Lead Designer/ City of Miami Beach hood No.7 Improvements/ 100% February 2010 EOR Design-Build Design I Build 30"FM Replacement ° Lead Designer/ City of Miami Beach along Harding Ave. Design-Build 100% June 2012 EOR Design I Build W.M.,and Streets- cape Improvements Right-of-way Lead Designer I City of Miami Beach along Byron&Dick- Improvements/ 100% April 2013 EOR ens Avenue(ARRA Design-Build Design I Build Project) City of Miami Beach Biscayne Point Right-of-way ° Lead Designer/ (*) Neighborhood No. 1 Improvements/ 100/° October 2013 EOR Design-Build Design I Build 11th St.roadway re- construction,Water City of Miami Beach &Sewer improve ° Lead Designer/ (*) ments,upgrade to Design-Build 35/° February 2017 EOR sewer Pump Station Design Build #1 City of Miami Beach Crespi Blvd.WM, Lead Designer/ (*) Drainage and Storm- Design-Build 100% October 2015 EOR water Pump Station Design I Build Florida Department NW 36th Street Lead Designer I of Transportation Reconstruction& Design-Build 100% March 2016 EOR (FDOT) bridge replacement Design I Build Miami-Dade County SW 62 Avenue Design-Bid-Build 100% October 2011 Lead Designer/ Public Works Dept. Reconstruction EOR Miami-Dade County NW 37 Avenue ° Lead Designer/ Public Works Dept. Reconstruction Design-Bid-Build 100% February 2016 EOR (*)DMSI was the Lead Constructor for these DIB Projects DAVID MANCINI AND SONS, IN ASSOCIATION WITH A&P CONSULTING TRANSPORTATION ENGINEERS,CC', II FLRMINGO PPR <NEIGHBORHOOD MPROVEMENTS SECTION 4.3 -APCTE FLORIDA REGISTRATION Provide evidence of Professional Registration Pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). State of Florida Department of State I certify from the records of this office that A&P CONSULTING TRANSPORTATION ENGINEERS CORP.is a corporation organized under the laws of the State of Florida,filed on January 17, 1995. The document number of this corporation is P95000003950. I further certify that said corporation has paid all fees due this office through December 31,2016,that its most recent annual report/uniform business report was filed on January 5,2016,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Fifth day of January,2016 SNE ''i ' '-r, .-7-a--- . Ve?A‘ Dctirj, a ' _ , . . Secretary of State cones i Tracking Number:CC6383523207 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/C ertificateOfStatus/CertificateAuthenticatio n LICENSES AND CERTIFICATIONS - A&P CONSULTING TRANSPORTATION ENGINEERS, CORP State of Florida Boar d of Professional Engineers d Attests that A & P Con.sulti:- ,Transportation Engineers rpFBPE W2dAIk) 10, is authorized under the provisions of Section 471.023,Florida Statutes,fo offer engineering services to the public through a Professional Engineer,duly licensed:ander Chapter 471,Florida Statutes. Expiration: 2/28/2017 CA Lie.No: Audit No: 228201703587 797 State of Florida Board of Professional Engineers Attests that Antonio G. Acosta , P.E. F BPF Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201725220 i '4,5 State ofHonda Board of Professional. Engineers , Attests that Carlos M. Gil-Mera , P.E. FBPE ,L,) /w��/,/,/ w/Nwwu,.win Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit Na: 22820172552743 953 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. II LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of. Florida Board of Professional Engineers Attests that Either M. Sierra , P.E. FBPE �c�rraa«„Kinn Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201703761 State of Florida Board of Professional Engineers Attests that Arnelio Alfonso , P.E. 4FBPE ILSMI)-\IM M.KIII Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201732842 52.566 State of Florida Board of Professional Engineers Attests that Eduardo Luis Martinez , P.E. F BPE e A***,*MM0***$ wY.+.wwu IP EIn Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 PE.Lic.No: Audit No: 228201715581 _. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 5 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Honda Board of Professional Engineers Attests that Lazaro Ferrero , P.E. FBPE. it WP 441 sks)4:s Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 PE.Lic.No: Audit No: 228201718976 53025 State of Florida Board of Professional Engineers Attests that Angela Maria Baron , P.E. FBPE r 41vagtragVA Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lie.No: Audit No: 228201706176 76984 State of Florida Board of Professional Engineers Attests that Osmany Alfonso , P.E. FBPE V ,4e=r.wgt Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201732817 D 61601 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 6 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Florida Board of Professional Engineers Attests that Ivonne Planes , P.E. FBPE 41,1=17= Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 PE.Lk.No: Audit No: 228201711827 - 67358 State of Florida Board of Professional Engineers Attests that Alejandro A. Leon , P.E. 4- HPL Is licensed as a Professional Engine-, .er Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201705519 State of Florida Board of Professional Engineers Attests that Elio Roberto Espimp P.E. H3PL Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201705922 58341 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 7 monal LICENSES AND CERTIFICATIONS 00...w------ A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Florida Board of Professional Engineers Attests that Alexander Sipeng Yi , P.E. l3l)L Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201727622 58820 State of Florida Board of Professional Engineers Attests that Eduardo A. Vega , P.E. AFBPE LI.VITA;NVIA Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201709298 State of Florida Board of Professional Engineers Attests that cs:Ubardo F. Lena , P.E. FBPE II totilr%kowlmi k.1 Is licensed as a Professional Enginee.:* Chapter 471, Florida Statutes Expiration:2/28/2017 GO :i10' P.E.Lic.No Wr- : i Audit No: 228201710892 40167 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 8 LICENSES AND CERTIFICATIONS �-- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Florida Board of Professional Engineers Attests that Alex F. Guon , P.E. =BPE 1,' '#' Iit.wKb '.A:7AV:* i IIWMIIIl Is licensed as a Professional Engineer ander Chapter 471, Florida Statutes Expiration:2!28/2017 P.E.Lit.No: Audit No: 228201713200 it 53247 State o Florida Board of. Professional Engineers Attests that N N. Perez , P.E.IL. 4F BP Is licensed as a Professional Engin •Chapter 471, Florida Statutes Expiration:2/28/20(7 P.E.Lie.No: Audit No: 228201703031 32025 State ofFlorida Board of Professional Engineers Aitests that Nelsa G. Castillo , P.E. ' . 4w. / FBPE Is licensed as a Professional Engin 7 a er Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lit.No: Audit No: 228201711640 62486 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 9 . LICENSES AND CERTIFICATIONS /"ww-- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. State of Florida Board of Professional Engineers Aittsts that Ronda Rae Rupert , P.E. FBPE � Is licensed as a Professional Engin ,'"'Chapter 471, Florida Statutes Expiration:2128/2017 P.E.Lic.No: Audit No: 228201708421 63962 State ; Florida Board of Pro essional Engineers 7-,,re4.titests that _ -If:- ibSta E. BE f _ , P 4w.r.,,,,,,..-= Is licensed as a Professional Engin • '• Chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201707380 • State gf,Florida Board of Professional Engineers i A th*$ An J.- Y.al n .� � P:E. i x BPE 'i 'N* h 4"'MA JJj i tLOR [ � � J 1.[N KU p ItC Is licensed as a Professional Engin s • .ter 471, Florida Statutes Expiration 2/28/2017 / P.E.Lic.No: Audit No: 228201706872 -"""' 54724 A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 10 LICENSES AND CERTIFICATIONS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. FL Stateot - . .,,..F - - - , -; Professional .ng ,,,-:-,.--,...::A- -- : ,- Attests that hilauricio Castillo • P.E., 1 l itt to is licensed as a Professional. =r ! ,Sunder nante r 4T1, Florida St.itutes E b aciu*+: 2/28/2017 p 1E-Ltc_i*te, :, A d#s No 228201705457 • State : €wF ori a ..4.: Board of. Professional Engineers 'k.; ,Attests that Jo••• 's Man • , P.E. ti,, , . * . , FBPE � y-r' ,,,,„ i.1Mll,,,TNy + Is licensed as a Professional Engin- 1:- Chapter 471, Florida Statutes Expiration:2128/2017 PE.Lic.No: Audit No: 228201716151 �''' 62584 f State o • Florida Board of Professional Engineers Attests that Dante Luciano Gutierrez , P.E. F BPE Is licensed as a Professional Engin: ,`. 'chapter 471, Florida Statutes Expiration:2/28/2017 P.E.Lic.No: Audit No: 228201736142 1 81407 SECTION 4.4 - RELEVANT APCTE'S EXPERIENCE On the following 13 pages we demonstrate APCTE's projects that are of comparable size and scope with sim- ilar services to those described in this RFP. A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 11 CITY OF MIAMI BEACH j DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD SIMILAR PROJECT EXPERIENCE AlP ENGINEERS A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. 10305 N.W.41TH STREET,SUITE 115,DORAL,FLORIDA 33178 OFFICE:305.592.7283 I FAX:305.594.1594 WWW.APCTE.COM INFO@APCTE.COM SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR 11TH STREET ROADWAY RECONSTRUCTION CLIENT NAME City of Miami Beach,CIP Office Igor Vassiliev APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)546-5891 (-) email:igorvassiliev@miamibeachfl. COMPLETION DATE August 2016 gov 0 CONTRACT AWARD AMOUNT $400,000.00 PROJECT LOCATION 11th Street roadway reconstruction from Jefferson Avenue to Euclid Avenue. PROJECT DESCRIPTION Prepared construction documents(plans and specifications)for the following improvements:Develop new typical section and roadway reconstruction plans along 11th Street from west of Jefferson Avenue to east of Euclid Avenue, new 54-inch Force Main,new 30-inch sanitary gravity sewer, upgrade to existing pump station No. 1, new drainage system,water main upgrades, new decorative lighting system,replacement of existing span wire to mast arm signalized intersections at Meridian Avenue and Euclid Avenue,landscape and irrigation upgrades,update signing and pavement markings.Also responsible for the office administration construction progress activ- ities related to the construction of this right-of-way improvement project.Some of the construction management services provided for this project included:Weekly construction meeting; Perform all shop drawing program functions; Respond to request for information (RFI's); Evaluate Request for changes to project schedules;Contract documents clarifications; Inspect MOT operations;and Review, track and maintain construction schedules. Extensive utility coordination was perfomred.This project includes harmonization design treatments to properties due to grade differential between the proposed and existing grades. — _ _ ;;w, . Coordination with Permitting I Environmen- r , t * '� "'' = a-� tal Agencies: As part of this project our firm obtained permits from M-D County Dept. of l" 1„. Regulatory and Ecomonic Resources (DRER), i Florida Department of Environmental Protection , _ ;Tuumli, (FDEP), Florida Health Department(DOH), and Nth irk l ,' the City of Miami Beach Public Works Depart- ' s r tri Wit” ;*' 4 ment. h� A 74, KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Carlos M. Gil-Mera, Roadway Design, Hydraulic and Hydrologic Modeling, Water& P.E. (Project Manager), Frank Lena, P.E. (Roadway Design), Sewer Main Design,Permitting,Utility Coordination,Hardscape, Eduardo Martinez, P.E. (Electrical Engineering),Aurelio Landscape, Lighting, Signalization, Signing and Pavement Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Markings, Construction Management, new 54-inch Force Main, Pipeline), Nelson Perez, P.E. (Construction Administration, new 30 inch Sanitary Gravity Sewer,etc. Evelio Hernandez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 13 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR WASHINGTON AVENUE PHASE II,IV,AND V CLIENT NAME City of Miami Beach,CIP Office .. Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.:(305)673-7000 Ext. a 6115 COMPLETION DATE September 2006 z email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $1.3 million PROJECT LOCATION Washington Avenue from 5th Street to Lincoln Road,City of Miami Beach, Florida PROJECT DESCRIPTION Prepared construction documents (plans and specifications) for the following improvements: milling&resurfacing,new gravity drainage wells,sanitary sewer • capacity improvements which consisted of pipe/manhole up-sizing, water main • upgrades, relocation of water meters/meter boxes, new decorative lighting sys- tem, landscape and irrigation upgrades, replacement of curb&gutter and side- 41#'` walk from 11th St. to 16th St., design of intersection bumps-outs, compliance with ADA requirements, modification of parking space layout, relocation of ex- ;,; ,, isting utilities,coordination with the CMB Parking Department to remove and re- i� • install parking meter heads and parking signs, signature median improvements x from 5th St. to 6th St., between 16th to Lincoln Rd. and along Lincoln Rd from ' Washington Ave to Collins Ave. Also responsible for the office administration "` + construction progress activities related to the construction of this right-of-way :'� 1 improvement project. Some of the construction management services provided I for this project included: Weekly construction meeting; Perform all shop draw- • ° , ing program functions; Respond to request for information(RFI's); Evaluate Re- quest for changes to project schedules; Contract documents clarifications; In- spect MOT operations;and Review,track and maintain construction schedules. Extensive utility coordination was performed. Coordination with Permitting I Environmental Agencies:As part of this prof- — ect our firm obtained permits from Miami-Dade County DERM, Florida Depart- ment of Environmental Protection (FDEP), Florida Health Department (DOH), ` and the City of Miami Beach Public Works Department. KEY PERSONNEL f ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge),Carlos M.Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E.(Roadway Design), Roadway Design, Hydraulic and Hydrologic Modeling, Water& Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Alfon- Sewer Main Design,Permitting,Utility Coordination, Hardscape, so, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water and Landscape, Lighting, Signalization, Signing and Pavement Sewer Pipeline), Nelson Perez, P.E. (Construction Administra- Markings, Construction Management,etc. tion, Evelio Hernandez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 14 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR LUMMUS NEIGHBORHOOD IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office o Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager ~ Phone No.:(305)673-7000 Ext. 0 6115 COMPLETION DATE August 2008 z email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $883,000.00 0 PROJECT LOCATION Project consisted of the Lummus Neighborhood bounded by 5th Street to the south, 16th Street to the north,Ocean Drive to the east,and Washington Avenue to the west, City of Miami Beach, Florida PROJECT DESCRIPTION The Lummus neighborhood is generally described as that area bounded ;" " by 16th Street to the north, 5th Street to the South,Washington Avenue ""4 J - `4+ "`' I < �} to the West,and Ocean Drive to the East.The area consists of multi-fam- " i � 1' ` ' ily structures with significant retail I commercial components, portions "Nlicr011s _ of which are within historically .designated areas. This neighborhood is �04# .$1449_ 1*_, % located in the heart of South Miami Beach and includes much of the Na- '�` .,y�f'n -�1i . tional Register Architectural District.As part of this project we developed rTa# 4i = '� ' and prioritized streetscape and urban improvements equitably through- ,40,,��/,0� out the neighborhood as well as upgraded water and stormwater infra- "�"�"� I structure in accordance with the recommendations. It is important to note "' ' .�. County and State Roadways were not included within the scope of the :ft 47;1, t . City's Row improvements Program. Hence, 5th Street, Collins Avenue 11111ffiltair r "IA and Ocean Drive were excluded from the scope of this Project. In addi- tion, Washington Avenue Improvements was addressed as a separate Bid Package. Also, public facilities outside of the ROW, such as Parks, are covered by other City Capital Programs. This Project was awarded 04 n� in December 2006 as a Design Build Contract. Extensive utility coordina- tion oordina tion was performed. Coordination with Permitting 1 Environmental Agencies: As part of {i , 410 this project our firm obtained permits from Miami-Dade County DERM, /ifs: Florida Department of Environmental Protection (FDEP), Florida Health ' 0 , Department(DOH), and the City of Miami Beach Public Works Depart- - " `' ' ment. M. , KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager),Alex Yi, P.E. (Roadway Design), Eduar- Roadway Design, Hydraulic and Hydrologic Modeling, Water& do Martinez, P.E. (Electrical Engineering),Amelio Alfonso, P.E. Sewer Main Design, Permitting,Utility Coordination, Hardscape, (Hydraulic Modeling),Lazaro Ferrero,P.E.(Water Pipeline),Nel- Landscape, Lighting, Signalization, Signing and Pavement son Perez,P.E.(Construction Administration)Juan C.Velazquez Markings,Construction Management,etc. (Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 15 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR PRAIRE AVENUE CLIENT NAME City of Miami Beach, CIP Office o Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.:(305)673-7000 Ext. c) 6115 COMPLETION DATE November 2008 z email:joseperez@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $190,000 v PROJECT LOCATION Praire Avenue from Dade Boulevard to north of W.23rd Street,City of Miami Beach, Florida PROJECT DESCRIPTION This Design-Build Project along Praire Avenue included the following improvement: Roadway milling and resurfacing, new Type E and F curb and gutter and sidewalk, new drainage sys- — --' tem including a new deep underground stormwater pump } 110" , station structure, injection wells, upgrade of the existing sig- I nalized intersection at Praire Ave and Dade Boulevard from _.ca span wire to mast arm, upgrade of the existing lighting system, , compliance with ADA requirements, relocation of existing utili- / ties,modification of main entrance and student pick-up and drop ""` c- off parking lane at Miami Beach Senior High School, and new signing&pavement markings. 1 Coordination with Permitting I Environmental Agencies:As part of this project our firm obtained permits from Miami-Dade County DERM, Florida Department of Environmental Protection ,' (FDEP), Florida Health Department (DOH), and the City of Mi- pax , i , ami Beach Public Works Department. „ .., , *` 3:1 4 *' , e 40 . a. a • :r*•. . A , $1t,. * p , 1 ' *,is i 2 -*.....- * ''' -.4. , ,* '-, KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Carlos M.Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Roadway De- Roadway Design, Hydraulic and Hydrologic Modeling, Water& sign), Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Sewer Main Design, Permitting, Utility Coordination, Hardscape, Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E.(Water Landscape, Lighting, Signalization, Signing and Pavement Pipeline), Nelson Perez, P.E. (Construction Administration, Markings,Construction Management, etc. Evelio Hernandez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 16 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR NEIGBORHOOD NO.7-NAUTILUS IMPROVEMENTS CLIENT NAME City of Miami Beach,CIP Office o Jose Perez, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.:(305)673-7000 Ext. a 6115 COMPLETION DATE April 2010 z email:joseperez@miamibeachfl.gov 0 c..) CONTRACT AWARD AMOUNT $2.6 million PROJECT LOCATION Nautilus Neighborhood,"Middle Beach"from Surprise Lake south,to the south end of 41st Street Right-of-Way,and from Biscayne Bay east to the Indian Creek Waterway,City of Miami Beach, Florida PROJECT DESCRIPTION The Nautilus Neighborhood included all of the area from Surprise Lake south,to the , -` at — ..x south end of the 41st Street right-of-way, and from Biscayne Bay east to the Indian ter;` i . ' 1e ; J Creek waterway, inclusive of the Orchard Park sub-neighborhood.The area is gen- erally comprised of single-family residential streets with some pockets of multi-family wit _ 1*'V.. uses. ;4 1 y ,., Streetscape Improvements: Reconfiguration of W. 42nd St. from North Michigan .i .!. '�` — " Ave. to North Meridian Ave. &the intersection of Prairie Ave./Chase Ave/W. 44th °., .-- ry- -: """4--4.-----.1--.-45.;', St.; Landscaping within the Right-Of-Way; Li htin U Upgrades; Millingand Resurfac- .:. " -, :: - ' " n P 9Lighting P9 = N �4- . - _._.- ing. o MI ON-t - �._... Storm water Improvements: 16,300 In. ft. of conveyance pipe; 92 inlets and 74 ' ' 4 . drainage manholes; Gravitydrainage wells and 31 deepundergroundpressurized �� 9 9 9 `• drainage well structures;6 new deep underground stormwater pumping stations. — I --:(.4 , a�. ' , 'l' :+ a Water Systems Improvements: 17,500 In.ft.(Priority 2)of New 8"DIP Water Main; , _K • )/ 16,444 In. ft. (Priority 3) of new 8" DIP Water Main; Relocation of 172 water me- ;^+ 'y ters (priority two) and 5 water meters (priority three) from rear easements to the _ !'Mwr i public sidewalks through trenchless technology. Extensive utility coordination was , , .0/ -i / �x1I " performed. ! , / s ,' No Coordination with Permitting 1 Environmental Agencies: As part of this project \ • . our firm obtained permits from Miami-Dade County DERM, Florida Department of .. . , Environmental Protection(FDEP), Florida Health Department(DOH),and the City of Miami Beach Public Works Department. Er - '-.' , , KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Roadway Design), Roadway Design, Hydraulic and Hydrologic Modeling, Water& Eduardo Martinez, P.E.(Electrical Engineering),Arnelio Alfonso, Sewer Main Design, Permitting,Utility Coordination, Hardscape, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Pipe- Landscape, Lighting, Signalization, Signing and Pavement line), Nelson Perez, P.E. (Construction Administration, Juan C. Markings, Construction Management,etc. Velazquez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 17 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR NEIGHBORHOOD NO.1 -BISCAYNE POINT/BISCAYNE BEACH CLIENT NAME City of Miami Beach,CIP Office Carla Dixon APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)673-7000 Ext. c( 7071 COMPLETION DATE June 2014 email:carladixon@miamibeachfl.gov 0 CONTRACT AWARD AMOUNT $933,250.00 C' PROJECT LOCATION Biscayne Point Neighborhood"North Beach"area is bounded by Stillwater Drive to the north, Biscayne Point Island to the south, and Biscayne Beach to the east, City of Miami Beach, Florida PROJECT DESCRIPTION Prepared construction documents(plans and specifications)for the following im provements:develop new typical section and roadway plans for Stillwater Drive, e , ,. provide edge of pavement profile (EOP), longitudinal profile of the three hot t4 spots at Biscayne Point Island,new drainage system with deep underground gravity well structures at Stillwater Drive and Biscayne Beach, as well as the drainage design for three hot spots at Biscayne Point,water main upgrades, =" new decorative lighting system at Stillwater Drive, landscape and irrigation upgrades, update signing and pavement markings for the three sub-neighbor- hoods.Also responsible for the office administration construction progress activ- ities related to the construction of this right-of-way improvement project.Some of the construction management services provided for this project included:Week- ly construction meeting; Perform all shop drawing program functions; Respond to request for information(RFI's);Evaluate request for changes to project sched- ules; Contract documents clarifications; Inspect MOT operations; and Review, . track and maintain construction schedules. Extensive utility coordination was 1 perfomred. .410,„,„1 ., Coordination with Permitting I Environmental Agencies:As part of this prof- ect our firm obtained permits from Miami-Dade County DERM, Florida Depart- r ment of Environmental Protection (FDEP), Florida Health Department (DOH), -r- . and the City of Miami Beach Public Works Department. _ KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge),Carlos M.Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Roadway De- Roadway Design, Hydraulic and Hydrologic Modeling, Water& sign), Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Sewer Main Design, Permitting,Utility Coordination,Hardscape, Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Landscape, Lighting, Signalization, Signing and Pavement Pipeline), Nelson Perez, P.E. (Construction Administration, Markings, Construction Management,etc. Juan C.Velazquez(Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 18 SIMILAR PROJECT EXPERIENCE 000.".------- A&P ".-A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR CRESPI BOULEVARD CLIENT NAME City of Miami Beach,CIP Office o APCTE ROLE Engineer of Record 6- BruceMowry, P.E. 6Phone No.:(786)759-8941 COMPLETION DATE July 2015 z email:BruceMowry@miamibeachfl. o gov CONTRACT AWARD AMOUNT $250,000 v PROJECT LOCATION Crespi Boulevard, City of Miami Beach, Florida PROJECT DESCRIPTION Removed 55 LF of existing seawall and constructed a new seawall and pump station,as part of the Crespi Boulevard Project. DMSI also installed rubble rip-rap at the point of the pump station discharge into the bay as required by the DIRER and US- ACOE permit requirements.The new seawall was 15'in depth and it was raised in efforts to account for future sea level rises.The proposed seawall is intended to have a top elevation of 5.50 Ft.NAVD.The project consisted of the installation of a proposed collec- tion system including 23 proposed inlets, 13 manholes, and 2,370 LF of drainage lines installed along Crespi Boulevard from Haw- thorne Avenue to 84 Street. The proposed collection system was designed to mitigate storm water runoff to a new proposed pump station and water quality system. Proposed pump station and proposed 8-ft x 4-ft box culvert discharge connection with manatee grate was installed in-place of the existing 18" , . Y L �� outfall located at the east side of Crespi Boule- b sr- yard/81 Street intersections. A t I ENGINEER OF RECORD FOR THIS DESIGN ,-z.',,,.411,,,..,- ,41, ' _ ,:l. .,107. , .. ��' BUILD PROJECT WAS APCTE FOR THE ': t . 'w . ! > ` - "`it,. PUMP STATION i, ° �� _ .. m,, a Y , . \\ PP,: KEY PERSONNEL CONSTRUCTION DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager),Alex r, P.E. (Roadway Design), Eduar- Roadway Design, Hydraulic and Hydrologic Modeling, Water& do Martinez, P.E. (Electrical Engineering),Amelio Alfonso, P.E. Sewer Main Design, Permitting, Utility Coordination,Hardscape, (Hydraulic Modeling),Lazaro Ferrero,P.E.(Water Pipeline),Nel- Landscape, Lighting, Signalization, Signing and Pavement son Perez,P.E.(Construction Administration)Juan C.Velazquez Markings, Construction Management,etc. (Senior Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 19 SIMILAR PROJECT EXPERIENCE ��� A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: RECONSTRUCTION OF BISCAYNE BOULEVARD CLIENT NAME City of Miami u.o Jose Lago, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)333-9915 Fax No.: (305)416-1019 COMPLETION DATE November 2006 z email:jlago@miamigov.com 0 CONTRACT AWARD AMOUNT $152,425.00 v PROJECT LOCATION SR-5/Biscayne Boulevard from N.E. 14th Street to N.E. 15th Street, Miami, Florida PROJECT DESCRIPTION Designer of Record to Prepare Construction Documents(plans and spec- '-`""« 7'=' ' ' '"— ""a"ifications) for the reconstruction of SR-5/ Biscayne Boulevard from NE "2! 0.__ . - _., 4.7.4 ' 14th Street to NE 15th Street. The project included Milling, Resurfacing Ti and Streetscape improvements of the street surrounding the new Per- ��# 'L , rt formance Art Center(PAC)which is being referred as the"Super Block" y, , , N I and bounded by NE 13th Street to the south, NE 15th Street to the north, `` ` A, Bayshore Drive to the east and NE 2nd Avenue to the west,City of Miami, ...4,4:. -r • Miami-Dade County.The project also included hardscape limited to street furniture,sidewalk,signing and pavement markings, lighting, utility coor- >,,,44. 1 I,';q dination, landscaping,cost estimates, and all necessary incidental items ""'°'-'"'"" "�` ¢1 -..: , _ ~ , for a complete project. Extensive utility coordination was performed. x ` Coordination with Permitting I Environmental Agencies: As part of .{ • - t. ,,ei;this project our firm obtained permits from Miami-Dade County DERM, ;,,I _1 r, r'`r �� and the City of Miami Public Works Department. -q— - '" '��- .• N Fr+. e��`►3 j 1,r , 1 it KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. (Project Manager), Eduardo Martinez, P.E. (Electrical Engineer- Roadway Design, Hydraulic and Hydrologic Modeling, Permit- ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, ting, Utility Coordination, Lighting, Signalization, Signing and P.E. (Water Resources), Lissette Goun, E.I. (Signalization Pavement Markings,etc. Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP 20 SIMILAR PROJECT EXPERIENCE 010"11.------ A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: NORTH 14TH STREET ENTERTAINMENT STREETSCAPE IMPROVEMENTS CLIENT NAME City of Miami o Jose Lago, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.: (305)333-9915 0 Fax No.:(305)416-1019 COMPLETION DATE September 2007 a p z email:jlago@miamigov.com 0 CONTRACT AWARD AMOUNT $260,000.00 PROJECT LOCATION North 14th Street from FEC railroad to N.E.2nd Avenue, Miami, Florida PROJECT DESCRIPTION Designer of Record to Prepare Construction Documents (plans and specifications) for the North 14th Street Media Entertainment (ME) District Streetscape Improvement from FEC Railroad to NE 2nd Avenue.The project included Road- way Reconstruction and Streetscape improvements. The .,' project also included hardscape limited to street furniture, 44 sidewalk,signing and pavement markings,lighting,utility co- ordination, landscaping, cost estimates, and all necessary ;* incidental items for a complete project. Extensive utility co- ordination was performed. 444 Coordination with Permitting I Environmental Agen- cies: As part of this project our firm obtained permits from Miami-Dade County DERM, and the City of Miami Public NNIti* 21111 Works Department. > . 4.* r 1 �� ry „Fs.. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. (Project Manager), Eduardo Martinez, P.E.(Electrical Engineer- Roadway Design, Hydraulic and Hydrologic Modeling, Permit- ing),Arnelio Alfonso, P.E.(Hydraulic Modeling), Lazaro Ferrero, ting, Utility Coordination, Lighting, Signalization, Signing and P.E. (Water Resources), Lissette Goun, E.I. (Signalization Pavement Markings,etc. Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 21 SIMILAR PROJECT EXPERIENCE ' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: DOWNTOWN BEAUTIFICATION PROJECT CLIENT NAME City of Miami CIP Office o u_ APCTE ROLE Engineer of Record and Const. Manager Onuigbo Valentine, P.E. Phone No.:(305)416-2588 COMPLETION DATE March 2012 Z email:ovalentine@miamigov.com 0 CONTRACT AWARD AMOUNT $525,000.00 v PROJECT LOCATION Downtown Miami from Biscayne Blvd.to Miami Ave and from SE 2nd St to NE 3rd St., Miami, Florida PROJECT DESCRIPTION This contract included the removal and replacement of concrete sidewalks and curb and gutter, milling and resurfacing of the " ` •; i , , " , involved roads, striping, provided stamped crosswalks at every • ..a �? intersection, construction of new colored sidewalks and ADA ' �i ramps,conduit installation for new street light system, utility box cover adjustments and landscaping,all done at night to minimize f 'A= '-�! ASOI the construction impact to the public during regular business ,. :,,,jr.ur ,rir. .1 . - --- i hours. Directly involved in the public information and coordina- - tion with business owners, building administrators, Miami Dade r Parking Authority,etc. Project limits were:NW/NE 1st,2nd,and E 3rd Street from SW 1st Ave. to SR 5/Biscayne Blvd.; SW/SE . I ,' 7 3 4' 1st and 2nd Street from SW 1st Ave.to SR 5/Biscayne Blvd;and -' ""`"" . SW 1st Ave, Miami Ave, NE 1st,2nd,and 3rd Avenue from SW/ µ * '' SE 2nd Street to NW/NE 3rd Street.Also provide Construction Management and Construction Engineering and Inspection Ser- ,."€ ' ,.!, `""`r vices. Utility Coordination was a major milestone in this project, especially with FPL for the upgrade of the lighting system within mr, the limits of the project Coordination with Permitting I Environmental Agencies: As part of this project our firm obtained permits from Miami-Dade County Department of Regulatory and Economic Resources (DRER),and the City of Miami Public Works Department. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. Roadway Design, Structural Design, Hydraulic and Hydrologic (Project Manager), Eduardo Martinez, P.E.(Electrical Engineer- Modeling, Permitting, Utility Coordination, Lighting, Signaliza- ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, tion,Signing and Pavement Markings,etc. P.E. (Water Resources), Osmany Alfonso(Structural Desing) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 22 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJ ECT NAME: MIAMI RIVER GREENWAY SW 1ST COURT TO SOUTH MIAMI AVENUE CLIENT NAME City of Miami CIP Office O Li- APCTE ROLE Engineer of Record and Const. Manager Orlando Misas I-- c-) Phone No.:(305)416-1038 COMPLETION DATE December 2015 Z email:omisas@miamigov.com 0 CONTRACT AWARD AMOUNT $425,000.00 0 PROJECT LOCATION Downtown Miami from Biscayne Blvd.to Miami Ave and from SE 2nd St to NE 3rd St., Miami, Florida PROJECT DESCRIPTION Engineer of Record/Project Manager for the design and preparation of Contract Plans and Specifications of the FDOT LAP's funded project for the extension of the Miami River Greenway from SW 1st Court to South Miami Avenue. Scope of Work was based on the City of Miami River Master Plan and included milling&resurfacing, decorative side-walk reconstruction, decorative lighting, new drainage,amenities,signing&pavement marking,and landscaping. Project also involved the preparation of the Technical Memoran- dum, utility coordination, preparing cost .. estimates, obtaining all permits includ- ing DERM, Miami-Dade County Public • . Works, FDOT, and coordination Miami ,, c c .j,� Dade Transit to obtain a Maintenance �, i �.1p'l �_ ' , ""; ; ': ., Agreement for the construction of the ,°- , `�'�- . ` new sidewalk under the existing M-Path . # t " - # ,�' I., and FPL to upgrade the existing lighting ' \ ; , : I I system. `4t, , ,: . aa ccs.. . y Coordination with Permitting I Envi- " '' y. ronmental Agencies: As part of this �'ft' - � , �i project our firm obtained permits from ��.j ,1. , •. ., , Miami-Dade County Department of ti — t.;'-' , Regulatory and Economic Resources41y P , 7:40i, � (DRER), Miami-Dade County Public '' - Works and Transit. ` KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. Roadway Design, Hydraulic and Hydrologic Modeling, Permit- (Project Manager), Eduardo Martinez, P.E.(Electrical Engineer- ting, Utility Coordination, Lighting, Signalization, Signing and ing),Arnelio Alfonso, P.E.(Hydraulic Modeling), Lazaro Ferrero, Pavement Markings,etc. P.E. (Water Resources) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 23 SIMILAR PROJECT EXPERIENCE ��•.`�. A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: RECONSTRUCTION OF S.W.62ND AVENUE CLIENT NAME Miami Dade County Department of Transportation o Octavio Marin, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)375-4664 COMPLETION DATE October 2011 (-) Fax No.: (305)679-7738 email:ocm@miamidade.gov 0 CONTRACT AWARD AMOUNT $432,619.00 PROJECT LOCATION S.W.62nd Avenue from S.W.24th Street to N.W. 7th Street, Miami-Dade, Florida PROJECT DESCRIPTION Designer of Record for this reconstruc- tion -_ project. Prepared a Contract Plans Set for the total reconstruction of a 2.0 mi segment of this urban corridor. Including upgrading one signalized intersections from span-wire to mast-arm, implemen- tation of a traffic safety study, compliance with ADA requirements, drainage design, signing & pavement markings, and the A design of a new street lighting system.Ex- nm .1 I tensive utility coordinaiton was perfomred. ? This project include harmonization design r M treatments to properties due to grade dif- ` �� ■ - ■ . / : I ' ferential between proposed and existing , ��. grades. A Coordination with Permitting I Envi- ' `` TRAFFIC ronmental Agencies: As part of this project our firm obtained permits from Mi- {' CIRCLE ami-Dade County DERM Class II Permit, and Miami-Dade County Department of -- Transportation KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E.(Principal-in-Charge),Alex Yi, P.E. (Project Manager), Eduardo Martinez, P.E. (Electrical Engineering), Roadway Design, Hydraulic and Hydrologic Modeling, Permit- Arnelia Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. ting, Utility Coordination, Landscape, Lighting, Signalization, (Water Resources), Eithel Sierra, P.E. (Signing and Pavement Signing and Pavement Markings,etc. Markings), Lissette Goun, E.I. (Signalization Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 24 �rrr� SIMILAR PROJECT EXPERIENCE /immino""---- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. .11111.11111 PROJECT NAME: RECONSTRUCTION OF N.W.37TH AVENUE CLIENT NAME Miami Dade County Department of Transportation Raul Quintela, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)375-3971 a Fax No.:(305)679-7738 COMPLETION DATE February 2016 z email:raul.quintela@miamidade.gov 0 CONTRACT AWARD AMOUNT $608,606.00 0 PROJECT LOCATION N.W. 37th Avenue from North River Drive/NW 36th Street to N.W. 79th Street, Miami-Dade, Florida PROJECT DESCRIPTION This project is part of the People's Transportation Plan Funding.This , portion of N.W. 37th Avenue / Douglas Road is an existing north- s south two-lane road that extends approximately 2.72 miles from N.W. North River Drive to N.W.79th Street.Roadway divides the boundary of the City of Hialeah on the west side and Miami-Dade County on the '' ' east side of the centerline.The corridor land use is primarily industri- al.APCTE was responsible for the preparation of Construction Plans for the entire segment of this urban corridor, including roadway re- construction, compliance with ADA requirements, drainage, lighting, + ,, signing and pavement marking. Proposed typical section includes one 13.5-ft thru lane in each direction, a 13-ft two-way left turn, 2-ft valley gutters, 7-ft parking lanes and 6' concrete sidewalk on both - sides. Project also includes upgrading one signalized intersection from span-wire to mast-arm and modifying three existing signalized intersection to match new roadway typical section.Additionally, four of the existing railroad crossings are being upgraded for both F.E.C. and C.S.X.railroad companies and two previously abandoned cross- r ; � ing are being removed within this project. Extensive utility coordina- ` tion was performed. a ' Coordination with Permitting I Environmental Agencies:As part . of this project our firm obtained permits from Miami-Dade Coun- ty oun ty DERM Class II Permit, and Miami-Dade County Department of — Transportation KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. (Project Manager), Eduardo Martinez, P.E.(Electrical Engineer- Roadway Design, Hydraulic and Hydrologic Modeling, Permit- ing),Arnelio Alfonso, P.E.(Hydraulic Modeling), Lazaro Ferre- ting, Utility Coordination, Landscape, Lighting, Signalization, ro, P.E. (Water Resources), Lissette Goun, E.I. (Signing and Signing and Pavement Markings,etc. Pavement Markings and Signalization Design) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 25 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJ ECT NAME: N.W. 14TH STREET RECONSTRUCTION CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Engineer of Record and Design Project Manager ,_ Phone No.:(305)470-5271 c) Fax No.: (305)470-5338 COMPLETION DATE January 2003 z email:harold.desdunes@dot.state. fl.us CONTRACT AWARD AMOUNT $303,349.00 8 PROJECT LOCATION N.W. 14th Street from N.W.42nd Court to N.W.34th Avenue, Miami, Florida PROJECT DESCRIPTION Prepared Construction Documents (plans and specifications) for the recon- y : 4 struction of a 0.6 mile segment of this urban corridor, including new drainage „4.44 - system, upgrading two signalized intersections from span wire to mast arm, ' compliance with ADA requirements,construction of a new two-directional share ”, use pedestrian sidewalk/bicyclist path facility, new lighting system, signing & -_ pavement markings and landscape&irrigation,new drainage system based on j a combination of french drains, deep underground control structures and a : 12,000 GPM stormwater pump station. This pump station was designed to eliminate the flooding problems at the intersection of NW 37 Ave and NW 14 ST , ;a as part of a JPA between FDOT and the City of Miami.The project includes an - . a emergency overflow structure that discharges into the C-5 Canal in case that t;s ti. the pumps are not working and a water level recorder that keeps record of the i a .l different stages at what the pumps operate. Extensive utility coordination was performed. ` ..;; - . Coordination with Permit- _ ... a ting / Environmental Agen- cies: As part of this project - :.- "_..w. �_.- -----_ our firm obtained permits from °_. < i, 4 - Miami-Dade County DERM . w ,� ..- Class Class II and III Permits, and 4 - , City of Miami PWD and Flor- - nraz ida Department of Transpor- " ' - tation . — C\ ' nigiS KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M.Gil-Mera, Roadway Design, Hydraulic and Hydrologic Modeling, Water& P.E. (Project Manager), Eithel Sierra, P.E.(Roadway Design), Sewer Main Design, Permitting, Utility Coordination,Hardscape, Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. Landscape, Lighting, Signalization, Signing and Pavement (Drainage Design), Lissette Guon, E.I. (Signing and Pavement Markings, Construction Management,etc. Markings) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 26 SIMILAR PROJECT EXPERIENCE ,iiimmil/--- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. IIIMIIIIIII PROJECT NAME: SR-9971 KROME AVENUE RECONSTRUCTION CLIENT NAME Florida Department of Transportation District 6 o Adriana Mazanares, P.E. APCTE ROLE Engineer of Record and Design Project Manager 1_ Phone No.:(305)470-5283 c_-..) Fax No.: (305)470-5547 COMPLETION DATE April 2008 a z email:adriana.manzanares@dot. 8 state.fl.us CONTRACT AWARD AMOUNT $999,339.00 PROJECT LOCATION SR-997/Krome Avenue from U.S. 1 to Avocado Drive/S.W.296th Street, Miami, Florida PROJECT DESCRIPTION This project was part of the improvements identified in the Department's Krome Avenue Action Plans approved by the Miami-Dade Metropolitan Planning Organization in March, 1999.This portion of Krome Avenue is a north-south two-lane roadway that extends ap- proximately 3.78 miles from US-1 to Avocado Drive,running through the center of Florida City and the City of Homestead in southern Miami-Dade County.The corridor land use is primarily industrial in the Florida City section(S.W.352nd St to S.W. 328th Street/Lucy Street)and commercial in the City of Homestead section(S.W.328th Street/Lucy Street to S.W.296th Street/Avocado Drive).Design- er of record for this project. Prepare Construction Documents(plans and specifications)for the 3.78 mile segment of this urban cor- ridor, including signing & pavement markings,upgrading seven signalized ..e.,tlloc intersections from span-wire to mast- s arm, a new signalized intersection, ryw. s $• ,. -., - 0.5 mi of lighting, implementation of .. • , -. =:= four traffic safety studies, implemen- r tation of Access Management and °, # compliance with ADA requirements, -a Landscaping & Irrigation within the 4 1410--•,¢'° "' City of Homestead Florida. Extensive ; :. e. utility coordination was performed. Ott vt d'` , ,, Coordination with Permitting I '� ,r'' ti/ Environmental Agencies: As part r of this project our firm obtained per- mits from Miami-Dade County DERM :„ "r / 1 t a Class II Permits, and City of Home- t stead KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge),Alex Yi, P.E.(Project Roadway Design, Hydraulic and Hydrologic Modeling, Water& Manager), Aurelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Sewer Main Design,Permitting,Utility Coordination, Landscape, Ferrero, P.E. (Water Resources), Eihtel Sierra, P.E.(Signaliza- Lighting, Signalization,Signing and Pavement Markings,etc. tion), Lissette Guon, E.I. (Signing and Pavement Markings) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 27 SIMILAR PROJECT EXPERIENCE 00 —�' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: MIC STORMWATER MANAGEMENT MASTER PLAN CLIENT NAME Florida Department of Transportation District 6 o Ricardo Salazar, P.E. APCTE ROLE Engineer of Record and Design Project Manager Phone No.: (305)470-5264 a Fax No.: (305)470-5293 COMPLETION DATE May 2008 z email:ricardo.salazar@dot.state. o fl.us CONTRACT AWARD AMOUNT $182,766.00 v PROJECT LOCATION Miami Intermodal Center, between LeJeune Road&NW 37th Ave.and NW 21st Street and NW 25th Street, Miami, Florida PROJECT DESCRIPTION The proposed drainage improvements are also solving %j +, the historical flooding problems present in the area north0 ,, r .. _" f of NW 25th Street that is within the limits of System 11 of R :_ the MIC Drainage Master Plan. System 11 includes the , ;, area located east of LeJeune Road up to NW 37th Ave. '"" = +' and between NW 21st Street and NW 29th Street. The '- 114'.a� .. .-; , C-4 Canal(Tamiami Canal)is the major canal serving this f basin. There is reported flooding along NW 26th Street, thus a new deep underground stormwater pump sta- ", 441 tion was installed at the southeast corner of the in- 4 i , 401,!,...,; :o tersection between NW 25th Street and NW 39th Ave. ' A4,111t-f t� , � k., The proposed Pump Station was located at the south ., side of NW 25th Street, approximately 100 feet east of ° a 1. NW 39th Ave. In general the existing drainage consisted of french drain systems with emergency overflow struc- tures.These systems provide water quality treatment and ' gliftdischarge into a 60" outfall pipe that discharges into the r„ -„ Tamiami Canal(C-4),just west of the Wyndham Hotel. Coordination with Permitting 1 Environmental Agen- , s.0, cies: As part of this project our firm obtained permits . 1 from Miami Dade County Department of Regulatory and s ' '1,`r ,--w . Economic Resources (DRER), SFWMD Environmental ° .f , Resources Permit,and ROW Occupancy Permit. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M.Gil-Mera, Roadway/Civil Engineering Design, Hydraulic and Hydrologic P.E. (Project Manager), Eithel Sierra, P.E. (Project Engineer), Modeling,Water Resource Engineering, Permitting, Utility Coor- Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. dination,etc. (Water Resources) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP 28 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. 111111111111111111 PROJECT NAME: MIC TERMINAL ACCESS ROADWAYS(MTAR) CLIENT NAME Florida Department of Transportation District 6 Adolfo Fassrainer APCTE ROLE Engineer of Record and Design Project Manager ~ Phone No.: (305)470-5496 a Fax No.: (305)470-5179 COMPLETION DATE December 2008 z email:adolfo.fassrainer@dot.state. fl.us CONTRACT AWARD AMOUNT $800,000.00 PROJECT LOCATION Miami Intermodal Center, between LeJeune Road&NW 37th Ave.and NW 21st Street and NW 25th Street, Miami, Florida PROJECT DESCRIPTION In charge of preparing the construction plans set for this new system of roads providing access to the new Rental Car Facility. The project is located just east of the Miami International Air- port and included a new system of ramps to connect the Rental Car Facility with LeJeune Northbound and Southbound and the ` AVIV Central Blvd. / Miami International Airport Interchange. MTAR, T in conjunction with the LeJeune Road corridor project will facili- tate a seamless connection between the MIA,Rental Car Center , (RCC) and future MIC Core with SR-836 and proposed MDX Interconnector.The project included new roadway construction, two new bridges, new drainage system, two new signalized in- ,Arir "1111.1 4 tersections, new lighting system, signing & pavement markings ‘- • • and landscape&irrigation. °d # `,t► 4 Coordination with Permitting I Environmental Agencies: As part of this project our firm obtained permits from Miami-Dade —_.. County Department of Regulatory and Economic Resources - (DRER), SFWMD Environmental Resources Permit, and ROW — x - Occupancy Permit. M. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Project Manager), Carlos M. Gil-Mera, P.E. (QA/QC), Eithel Sierra, P.E. (Project Engineer), Eduardo Roadway Design, Civil Engineering, Hydraulic and Hydrologic Martinez, P.E. (Electrical Engineering),Amelio Alfonso, P.E. Modeling, Permitting, Utility Coordination, Lighting, Signaliza- (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Resources), tion, Signing and Pavement Markings, etc. Lissette Guon, E.I. (Signalization) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 29 SIMILAR PROJECT EXPERIENCE ,iiiiimm/-" -- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: MIAMI INTERMODAL CENTER(MIC), ROADWAY&INFRASTRUCTURE CLIENT NAME Florida Department of Transportation District 6 '1.3 Adolfo Fassrainer APCTE ROLE Engineer of Record and Design Project Manager 17 Phone No.:(305)470-5496 U Fax No.: (305)470-5179 COMPLETION DATE September 2009 a P z email:adolfo.fassrainer@dot.state. O fl.us CONTRACT AWARD AMOUNT $1.6 million PROJECT LOCATION Miami Intermodal Center(MIC), between LeJeune Road&NW 37th Ave.and NW 21st Street and NW 25th Street, Miami, Florida PROJECT DESCRIPTION Roadways and Infrastructure Task Manager for the MIC Man- ' / „L.' . ",l,' .. agement Group.Responsible for supervising the development of the roadway,drainage and utility master plan for this$1.3 billion / ,. ; W _ c' + ;1. -44, ` e ,4"' dollar project. In charge of supervising the development of the ' construction plans for all the Limiting Access roadway construc- / -..*:;4'' ' 1 . ". tion documents for the MIC-MIA Interchange, and Northbound <r4„.„ -,, .' ..'. Southbound Connector Distributors. Responsible for coordi- ,,' nation with all different agencies having projects in the area like 4 . <i SIMILAR PROJECT EXPERIENCE iiiinim%'.----- A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: MIC STORMWATER PUMP STATION CLIENT NAME Florida Department of Transportation District 6 Adolfo Fassrainer APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)470-5496 Fax No.: (305)470-5179 COMPLETION DATE January 2012 email:adolfo.fassrainer@dot.state. fl.us CONTRACT AWARD AMOUNT $85,000.00 PROJECT LOCATION N.W.25th Street and N.W 39th Avenue, Miami, Florida PROJECT DESCRIPTION The Miami Intermodal Center (MIC) is part of the Miami-Dade Transporta- tion Improvement Program (1995)to improve the access to the Miami Inter- a' national Airport (MIA), thereby alleviating traffic congestion on MIA access roadways.All these improvements will increase the transit system's ability to —°- capture trips to and from MIA and reduce traffic congestion on local roadways. The proposed improvements to the existing transportation system by the MIC ;- program will modify the existing drainage patterns of the area located within the project limits. The MIC Management Group (MMG) in coordination with - FDOT District VI and MDX has developed a comprehensive drainage study that evaluates the pre and post-development drainage conditions of this area. The proposed drainage improvements were also solving the historical flooding "; problems present in the area north of NW 25th Street that is within the limits — : — ; of System 11 of the MIC Drainage Master Plan. System 11 includes the area 4 ans , . .Mor located east of LeJeune Road up to NW 37th Ave. and between NW 21st , ` p, IP Street and NW 29th Street.The C-4 Canal(Tamiami Canal)is the major canal serving this basin. There is reported flooding along NW 26th Street, thus a new Stormwater Pump Station was installed at the southeast corner of the intersection between NW 25th Street and NW 39th Ave.The proposed deep underground pump station was located at the south side of NW 25th Street, approximately 100 feet east of NW 39th Ave. In general the existing drainage consisted of French drain systems with emergency overflow structures.These systems provide water quality treatment and discharge into to a 60" outfall pipe that discharges into the Tamiami Canal (C-4),just west of the Wyndham Hotel. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge),Arnelio Alfonso, P.E. Hydraulic and Hydrologic Modeling, Permitting, Utility Coordina- (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Resources), tion, Site Civil Design, Structural Design, Electrical,etc. Eduardo Martinez, P.E. (Electrical Engineering) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 31 SIMILAR PROJECT EXPERIENCE iiiimiim��' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: SR 826/SR 836 INTERCHANGE I PALMETTO SECTION 5 CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)470-5271 U Fax No.: (305)470-5547 COMPLETION DATE March 2012 z email:harold.desdunes@dot.state. O flus CONTRACT AWARD AMOUNT $1,250,000.00 PROJECT LOCATION SR 826/SR 836 Interchange/Palmetto Section 5, Miami, Florida PROJECT DESCRIPTION State Road (SR) 826 (Palmetto Expressway) and SR 836 (Dolphin Expressway) are major limited access, urban freeways connecting the north, south, east and west of Miami-Dade County, Florida. The intent of this Stormwater Management °:; , Master Plans was to identify the drainage systems within the project limits, the "° ' existing drainage conditions, water qualityand quantityanalysis of the proposed drainage system and detailed calculations and final hydraulic analysis.The SR 826 ;, /836 Interchange Project(Interchange Project)consists of approximately 5.4 miles of corridor improvements including pavement resurfacing, bridge construction, roadway reconstruction, and canal relocation. The Project limits of construction -4 for SR 826 are from 1,270 feet south of Flagler Street to 1,375 feet south of N.W. t^.. 25th Street, and for SR 836(Dolphin Expressway)from N.W. 87th Avenue to N.W. '"# 57th Avenue.The Interchange Project lies entirely within the South Florida Water Management District's(SFWMD)C-4 Canal Basin, and ultimately discharges into the C-4(Tamiami)Canal. The stormwater conveyance of the expressway corridor was accomplished through five existing secondary canal systems. ;.. The project also required a new lighting system for SR-826, from S.W.4th Street to N.W. 22nd Street, and for SR-836, from N.W. 92nd Avenue to N.W. 57th Av- enue. Due to the construction of new on and off ramps, additional lighting was • installed on impacted side streets including, but not limited to, Flagler Street and 87th Avenue. The new lighting system consisted of approximately one thousand 1111 • , light poles along both highways and more than one hundred under bridge deck E1 1P� _ — PA luminaires, mounting heights between fifteen and forty-five feet.The entire light- ,,,,. ' ing system required seven service points with an average of 200 amps each,and 400._ it was designed to comply with FDOT and MDX criteria. Special conditions and I considerations were given to design the section of SR-826 in the vicinity of Miami /"..." International Airport to comply with Federal Aviation Authority regulations. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eduardo Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, P.E. (Hydraulic Roadway Design, Hydraulic and Hydrologic Modeling, Permit- Modeling), Lazaro Ferrero, P.E. (Water Resources), Erik Sibila, ting, Utility Coordination, Lighting,Signalization,etc. P.E. (Project Engineer), Magali Alfonso(Designer) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 11/1 0 0 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: PORT OF MIAMI TUNNEL(POMT) CLIENT NAME Florida Department of Transportation District 6 o Harold Desdunes, P.E. APCTE ROLE Technical Advisory, Review and CEI Phone No.: (305)470-5271 o Fax No.:(305)470-5547 COMPLETION DATE June 2014 z email:harold.desdunes@dot.state. g flus CONTRACT AWARD AMOUNT $2.1 million PROJECT LOCATION Port of Miami Tunnel(POMT)from Watson Island to Dodge Island, Miami, Florida PROJECT DESCRIPTION Tunnel under Government Cut, Roadway work on Dodge and I Watson Islands, MacArthur Causeway Bridge widening, and a 43 foot diameter tunnel boring machine specifically constructed for the project. The Port of Miami Tunnel (POMT) project is an integral component of a larger program incorporating operational improvements to SR-836/Dolphin Expressway(from the existing !-•s. -- "., ' w.,st kk, x , toll station)to the 1-95 and 1-395 Interchange.Multiple options for r increasing port access were explored. Only the Watson Island tunnel met all requirements of local,state and federal standards. #_ . - Lit The Project included a tunnel under Government Cut, Roadway f "�S .„ q, work on Dodge and Watson Islands,MacArthur Causeway Bridge 4 ! widening, and a 43 foot diameter tunnel boring machine specifi- -� `i -� -.-" �i°, a ' cally constructed for the project was used.APCTE has provided . , «-,a r -- :" . x.: T /I: l.' a� the following professional services as part of the PB Americas ,- Team: Project Manager for technical advisory and plans review, .. =,:-- j a and Construction Engineering & Inspection (CEI) Services. We r performed the following tasks: Responsible for daily inspections 4 ,. of the Roadway including earthwork, milling,asphalt and utilities 111 h '�, such as FP&L, sewer and water, etc. ; concrete plant for the in- 6 i s _ — spection of the concrete segments for the Tunnnel, inspection of r". the MacArthur Causeway bridge widening including foundation i , , 1 (drilled shafts 42"dia.),footings,columns,caps,etc. " 11 KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Eithel Sierra, P.E. (Project Engineer), Eduardo Martinez, P.E. (Electrical Engineer- ing),Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, Technical Advisory, Plans Review for Compliance, and Con- P.E. (Water Resources), Mauricio Castillo, P.E. (Roadway struction Engineering and Inspection Services Inspector) Eduardo Fleites(Roadway Inspector), Rene Macha- do(Senior Roadway Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 33 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: D-B SERVICES FOR SR 826 EXPRESS LANES CLIENT NAME Florida Department of Transportation District 6z APCTE ROLE Engineer of Record and Design Project Manager Phoneeresa No.:Alvarez, P.E. Phone No.: (305)640-7557 COMPLETION DATE July 2016 email:teresa.alvarez@dot.state.fl.us CONTRACT AWARD AMOUNT $883,000.00 C.) PROJECT LOCATION SR 826(Palmetto Expressway)from Flagler Street to NW 154 Street and SR 93/1-75 from SR 826 to NW 170 Street, Miami, Florida PROJECT DESCRIPTION Responsibilities included the preparation of construction documents and structural calculations to design a 143-ft long steel sheet pile bulkhead wall parallel to Peter's Pike Canal tied to a new corrugated metal culvert. A portion of the wall is adjacent to SR 826 and required a tie back system comprised of tie rods and concrete deadman to resist traffic surcharges. Coordination with Permitting I Environmental Agencies:As part of this project our firm obtained permits from Miami-Dade County DERM,and the Florida Department of Environmental Protection (FDEP). TOP OF COPING EL.VARIES(SEE PLAN AND ELEV.SHEETS) (1 y I CONTINUOUS DEADMAN EL.VARIES L1 J EL.VARIES MAX.EL.=7.000 2 ____ 1 1111 EL.0.96 APPROXIMATE LOCATION (WHERE DRAINAGE CAPE SEL APPLICABLE) BLE) SEE PLAN VIEW zz PROPOSED GROUND / EL.VARIES KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Osmany Alfonso, P.E. (Structural/bulk- Roadway Design, Hydraulic and Hydrologic Modeling, Water head Design), Eduardo Martinez, P.E. (Electrical Engineering), & Sewer Main Design, Structural/Bulkhead Design, Permitting, Arnelio Alfonso, P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. Utility Coordination, Lighting,etc. (Water Pipeline) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 34 SIMILAR PROJECT EXPERIENCE ------' A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: N.W.25TH STREET VIADUCT PROJECT CLIENT NAME Florida Department of Transportation District 6 o Claudio Diaferia, P.E. APCTE ROLE Construction Engineering& Inspection Services - Phone No.: (305)499-2392 a Fax No.:(305)499-2351 COMPLETION DATE August 2016 z email:claudio.diaferia@dot.state. 8 fl.us CONTRACT AWARD AMOUNT $5.5 million PROJECT LOCATION N.W.25th Street from the Palmetto Expressway(SR 826)to NW 89th Court, Miami, Florida PROJECT DESCRIPTION The project involves two major parts:the roadway reconstruction h and widening of NW 25 Street from the Palmetto Expressway (SR 826)to NW 89 Court and the construction of a viaduct.The viaduct,elevated about 30 feet,is situated mainly along the north �,JIIIIIIIOIIIIIIII✓ side of NW 25 Street and will connect with the existing east via- duct over the Palmetto Expressway and touch down just east of vtiir.;„ `' NW 82 Avenue.The project also included: , • Widening of NW 25 Street over the North Line Canal; ° 0. a • The addition of a third westbound through lane from NW 82 ' ' Avenue to NW 89 Court; ,- • Adding dual left-turn lanes on NW 87 Avenue to NW 25 Street; r. • Adding dual right-tum lanes from NW 84 Avenue to east ;, $' , bound NW 25 Street; • Adding dual left-turn lanes on NW 82 Avenue to NW 25 � " "r ;"" � Street; • Adding dual left-turn lanes on westbound NW 25 Street to 1 4, • southbound NW 82 Avenue; • Updated signing and pavement markings; • New landscaping and brick pavers in medians. , t. . t 3 ' KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Nelson V. Perez, P.E. (Sr. Project Engineer),John Williams(Project Administra- dorBridge),Juan Medina, P.E. (Project Administrador Road- Construction Management and Construction Inspection Services way), Jorge Manso, P.E. (Senior Bridge Inspector), Ramon Liana, E.I. (Contract Support Specialist),Jason Perez(Senior Roadway Inspector),Alex Milz(Senior Roadway Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. CIII SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. PROJECT NAME: N.W.87TH AVENUE INTERCHANGE RECOSNTRUCTION CLIENT NAME Miami-Dade Expressway Authority O APCTE ROLE Engineer of Record and Design Project Manager z Gh : P.E. 6-- Phonnee NNo.o.: (305)551-8100 COMPLETION DATE May 2015 Fax No.:(305)551-2800 o-- email:gportela@hntb.com CONTRACT AWARD AMOUNT $6.5 million V PROJECT LOCATION SR 836 and NW 87th Avenue Interchange, Miami, Florida PROJECT DESCRIPTION The SR-836/NW 87th Avenue Interchange reconstruction is the final piece necessary to complete the Section 5 Master Plan. The project will complete the system to system connections for the western portion of SR-836 connecting to SR-826 and provide the ul- timate capacity improvements along the SR-836 mainline. In addition the project will provide significant traffic operations and safety improvements for the interchange and the surrounding arterial network.The goal is to improve the access from the arterial network onto the expressway and thus relieving the arterial grid, in particular the intersection of NW 87th Avenue and NW 12th Street. Being able to accomplish this will be a win-win for all _. _ by reducing commuter travel times on SR-836 and improving operations on NW 87th Avenue ,- `: z* ' and NW 12th Street. Improving interchange •�- - - - _ � # •�, ,.,,,, ` 4 operations is also a key factor, which include . w, ,"41 providing ramp sequencing at the interchange, . ' providing lane continuity and balance,and elim- . = ' ' i inating the weaving condition within the inter- _ change. For structures,the project includes the replace- . ` t __ ment of all the SR-836 bridges over 87th Ave- ' ' = `. "'' 7� j y y nue as well as permanent and temporary retain- ing etain ing walls, overhead span and cantilever sign structures, mast arm structures, sound walls ` and special structures and a new curved flyover bridge over NW 12th Street and WB SR-836. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Project Manager),Carlos M. Gil-Mera, P.E. (QA/QC), Eithel Sierra, P.E. (Roadway), Eduardo Martinez, Roadway Design, Structural Design, Hydraulic and Hydrologic P.E. (Electrical Engineering),Arnelio Alfonso, P.E. (Hydraulic Modeling, Permitting, Utility Coordination, Lighting, ITS,etc. Modeling), Lazaro Ferrero, P.E. (Water Resources),Osmany Alfonso(Structural Desing) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 36 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: DIB FOR N.W.36TH STREET BASCULAR BRIDGE REPLACEMENT CLIENT NAME Florida Department of Transportation District 6 .. Harold Desdunes, P.E. APCTE ROLE Engineer of Record and Design Project Manager - Phone No.:(305)470-5271 LI Fax No.:(305)470-5338 cc COMPLETION DATE March 2016 Z email:harold.desdunes@dot.state. g fl.us CONTRACT AWARD AMOUNT $800,000.00 PROJECT LOCATION N.W.36th Street from 120 ft.west of Lee Drive to just east of Coolidge Drive, Miami, Florida PROJECT DESCRIPTION This contract included two distinct projects. Project 425979-1- 52-01 included milling & resurfacing, median modifications, , sidewalk, and ADA ramp construction along NW 36th Street. The limits of this project go from about 120 ft.west of Lee Drive to just east of Coolidge Drive. Project 418065-2-52-01 included major reconstruction including the replacement of the NW 36th Street bascular bridge over the Miami Canal, as well as milling and resurfacing, drainage, lighting, signalization, and minor in- tersection modifications of NW 36th Street at NW South River K Drive and NW North River Drive.This project entailed replacing iii a functionally obsolete Hanover Bascule Bridge crossing the Mi- 4 ami Canal C-6 with two fixed concrete bridges. Rubble Rip-Rap E„ t, , . to protect the C-6 Canal embankment was required by the ' SFWMD permit requirements. The existing steel bridge is a i — ., single leaf bascule built in the 1950's and follows an innovative design solution for skewed crossings. Extensive utility coordina- tion was performed. .a' Coordination with Permitting I Environmental Agencies: As part of this project our firm obtained permits from Miami-Dade County Department of Regulatory and Economic Resources (DRER), South Florida Water Management District (SFWMD), Environmental Resources Permit,and ROW Occupancy Permit. KEY PERSONNEL ENGINEERING DISCIPLINES Antonio Acosta, P.E. (Principal-in-Charge), Carlos M. Gil-Mera, P.E. (Project Manager), Eithel Sierra, P.E. (Signalization), Edu- Roadway Design, Structural Design, Hydraulic and Hydrologic ardo Martinez, P.E. (Electrical Engineering),Arnelio Alfonso, Modeling, Permitting, Utility Coordination, Lighting, Signaliza- P.E. (Hydraulic Modeling), Lazaro Ferrero, P.E. (Water Re- tion, Signing and Pavement Markings,etc. sources), Osmany Alfonso(Structural Desing) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 37 SIMILAR PROJECT EXPERIENCE A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. PROJECT NAME: GOVERMENT CUT UTILITY RELOCATION PROJECTS CLIENT NAME Miami-Dade Water and Sewer Department o APCTE ROLE Contract Administration&Const. Management 0 Phone o.: 3, P.E. � Phone No.:(305)514-3100 COMPLETION DATE October 2012 Fax No.: (305)261-5737 o email:fields@pbworld.com CONTRACT AWARD AMOUNT $984,050.00 v PROJECT LOCATION Goverment Cut Channel and Fisherman's Channel, Miami, Florida PROJECT DESCRIPTION Relocation of a 54-inch FM underneath Government Cut Channel& — 20" WM underneath Fisherman's Channel. The Scope of Work for . 4,,,; 11325itg' 0Ithis contract was to provide Contract Administration and Construc- --- -® -'- tion Management Services for the 54" Force and 20" Water Main relocation.Water Main Scope was to facilitate future deepening and . - -. ,M .„ widening of Fisherman's Channel.The scope of work included: • Installed and placed into service new 24"and 12"water lines in- side a minimum 60"casingthrough approx.800 If of micro-tunes nel, with deep shafts for entry and retrieval on Port Island and Al 4. Fisher Island, respectively. • Installed and placed into service a new 54"force main inside a z 41/1///k- , 72"casing via approx. 1100 If of micro-tunnel. • 80'deep shafts for entry and retrieval of micro-tunneling boring ' ,. � `', ' machines(MTBM). ' "> °'` ' • Prepared existing section of 54"Force Main under Government 'z Cut for removal by another contractor (cleaning, disinfection, w -; cutting of existing 54"pipe). • Prepared section of existing 20"water Main under Fisherman's Channel for removal by another contractor under a separate contract. , tM S General Activities: Mobilization and design submittals;build Port Is- land shaft& procure micro-tunnel equipment; build shaft at Fisher "�- - + ►. Island and metering station at Port Island; micro-tunneling&casing installation; connections; testing; and grouting pipes; restoration « , � � '�;� @ and cleanup. ,., KEY PERSONNEL ENGINEERING DISCIPLINES Carlos M. Gil-Mera, P.E. (Principal-in-Charge), Erik Sibila, P.E. (Sr. Inspector),Armando Rubio(Project Administrator),Juan Contract Administrator and Construction Management Services Carlos Velasquez(Sr. Inspector) A&P CONSULTING TRANSPORTATION ENGINEERS,CORP. 38 Detail by Entity Name Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS "ms. .ffv4;ct'i of 01 Of sial State of Plinths syeblire Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation DAVID MANCINI&SONS, INC. Filing Information Document Number P10000086044 FEI/EIN Number 27-3716806 Date Filed 10/20/2010 Effective Date 10/20/2010 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 03/23/2015 Event Effective Date NONE Principal Address 1210 WASHINGTON AVE SUITE 250 MIAMI BEACH, FL 33139 Changed: 05/15/2017 Mailing Address 2601 WILES ROAD POMPANO BEACH, FL 33073 Changed: 05/15/2017 Registered Agent Name&Address MANCINI, DAVID A 2601 WILES ROAD POMPANO BEACH, FL 33073 Address Changed: 05/15/2017 Officer/Director Detail Name&Address Title P MANCINI, DAVID 1875 N HIBISCUS DRIVE Miami, FL 33181 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/14/2017 Detail by Entity Name Page 2 of 2 Title SECR MANCINI , DAVID A, Jr. 1875 N. HIBISCUS DRIVE MIAMI, FL 33181 Title VP Mancini, David A,Jr. 1875 N HIBISCUS DRIVE Miami, FL 33181 Annual Reports Report Year Filed Date 2015 01/13/2015 2016 01/26/2016 2017 02/02/2017 Document Images 05/15/2017--Req.Agent Change View image in PDF format 02/02/2017--ANNUAL REPORT View image in PDF format 01/26/2016--ANNUAL REPORT View image in PDF format 10/15/2015--AMENDED ANNUAL REPORT View image in PDF format 03/23/2015--Amendment View image in PDF format 01/13/2015--ANNUAL REPORT View image in PDF format 09/30/2014--AMENDED ANNUAL REPORT View image in PDF format 01/17/2014--ANNUAL REPORT View image in PDF format 03/13/2013--ANNUAL REPORT View image in PDF format 02/24/2012--ANNUAL REPORT View image in PDF format 02/22/2011--ANNUAL REPORT View image in PDF format 10/20/2010--Domestic Profit View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/14/2017 ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F ......... MIAMI BEACH Insurance Requirements RFP NO. 2016-205-KB DESIGN/BUILD SERVICES FOR RIGHT OF WAY INFRASTRUCTURE IMPROVEMENT PROGRAM FOR FLAMINGO PARK NEIGHBORHOOD PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFP 2016-205-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 2016-205-KB 45