Loading...
Contract between CMB & Quality Enterprises USA, INC czP DocuSign Envelope ID:91254214-BBEC-47E2-BF9D-EC21C7904223 J ANY AR- 312014 DocuSign Envelope ID:13427568-BFDD-43BB-B34B-E1383FC219A2 Contract No. 24-018-01 CONTRACT 3/15/2024 I 2:31 PM EDT THIS CONTRACT("Contract")is made and entered into as of the by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and QUALITY ENTERPRISES USA, INC. (the"Contractor"): WITNESSETH, that the Contractor,for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications,and other Contract Documents,which are hereby incorporated into this Contract by reference, for: ITB 2024-018-OF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENT PHASE 2 The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, 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 Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation to Bid are hereby incorporated by reference to the Formal Solicitations Terms&Conditions dated October 27, 2022,General Conditions for Construction Contracts dated April 13, 2020,are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Documents expressly include this Contract, Composite Attachment A (the City's General Conditions for Construction Contracts), Attachment B(Plans and Specifications, Invitation to Bid No. ITB-2024- 018-DF and all Addenda thereto), Attachment C (Sunbiz Entity Detail and Contractor's Response to the ITB), and Attachment D (Insurance requirements). For the avoidance of doubt, all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shop drawings, issued subsequent to the date of this Contract etc.)shall govern this Project. In consideration of these premises, the City hereby agrees to pay to the Contractor for the work, when fully completed, the total maximum sum of eighteen million, one hundred thirty-two thousand,three hundred eight-six dollars and forty cents($18,132,386.40).The Contract Price consists of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid+ Indemnification. . . $12,120,322.00 Total Permit Allowance Account . $430,000.00 Total Off-Duty Police Officer Allowance $2,310,000.00 Total Materials Testing Allowance $250,000.00 Total Alternate Items(if applicable)...................... .. ...... . ..NONE Total Owner's Contingency.. ..... . ....._._. ._. .....$3,022,064.40 Contract Price . ... ...... ... . .. . . ... .... .. ... .....$18,132,386.40 . .. ..... .. ................. . 1 DocuSign Envelope ID:91254214-BBEC-47E2-BF9D-EC21C7904223 DocuSign Envelope ID:13427568-BFDD-43BB-B34B-E1383FC219A2 Contract No. 24-018-01 The Contract Price,exclusive of the Owner's Contingency and Permit Allowance, includes,without limitation,all costs for all labor,materials,equipment,fixtures,freight,field supervision,supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom, even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form.The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time: Contract Time and Schedule Days for Substantial Completion 480 calendar days Days for Final Completion: 520 calendar days Liquidated Damages(as applicable) Failure to achieve Substantial Completion $10,400.00/day Failure to achieve Final Completion: $10,400.00/day [BALANCE OF PAGE INTENTIONALLY LEFT BLANK] 2 DocuSign Envelope ID:91254214-BBEC-47E2-BF9D-EC21C7904223 DocuSign Envelope ID:13427568-BFDD-43BB-B34B-E1383FC219A2 Contract No. 24-018-01 Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: City of Miami Beach Public Works Engineering 1700 Convention Center Drive,4'h Floor Miami Beach, FL. 33139 Attn: Matthew LePera Ph: 305-673-7000 Email: matthewlepera(c�miamibeachfl.aov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Rafael Paz, City Attorney Ph: 305-673-7000 Email: rafaelpazamiamibeachf.gov For Contractor: QUALITY ENTERPRISES USA, INC. Attn: Louis Gaudio 3494 Shearwater Street Naples, FL 34117 Ph: 239-435-7202 Email: lgaudioc geusa.com 3 DocuSign Envelope ID:91254214-BBEC-47E2-BF9D-EC21C7904223 DocuSlgn Envelope ID:13427588-BFDD-43BB-B34B-E1383FC219A2 1 Contract No. 24-018-01 IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. FOR CITY: ATTEST: CITY OF MIAMI BEACH,FLORIDA DocuSigned by: By: a �. By: — Rafael E. rana o,' ify� Clerk Ali T. Hudak,City anager 3/15/2024 I 2:31 PM EDT Date: [seal] APPROVED AS TO FORM&LANGUAGE &FCR EXECUTION WkA/ ` (o/ 2 /,6/21 City Attorney Date FOR CONTRACTOR: QUALITY ENTERPRISES USA,INC. By: Name Louis J. Gaudio. Vice President Date 2/26/24 (seal] �aPr� SEAL 1973 kO ��ROIN�P ��i Ooteennesustot ATTACHMENT A COMMISSION AWARD MEMO Competitive Bid Reports-C2 P MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: January 31,2024 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2024-018-DF FOR VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENT PHASE 2 RECOMMENDATION It is recommended that the Mayor and City Commission approve the award of a contract to Quality Enterprises USA, Inc., the lowest, responsive, responsible Bidder to Invitation to Bid (ITB) No. 2024-018-DF for the Venetian Causeway water main and sewer force main aerial crossing replacements(Phase 2), and authorize the City Manager and City Clerk to execute a contract. This solicitation is currently under the cone of silence. BACKGROUND/HISTORY The City receives potable water from the Miami-Dade Water and Sewer Department(MDWASD)by means of four(4)transmission mains. One (1) of the transmission mains that supplies water to the City is located along the Venetian Causeway. These mains travel mostly aerially along the Venetian bridges on each bridge's north and south faces, except they are subaqueous beneath the drawbridge between Rivo Alto Island and Belle Isle. Further, sewage from MDWASD is transported from the Venetian Islands to the City through a series of sewer main aerial crossings that cross eight(8)of the historic bridges and are subaqueous between Rivo Alto Island and Belle Isle. The overall condition of both water and sewer main aerial crossings along Venetian Way is poor due to age and the saltwater exposure they sustain. Both the water and sewer main aerial crossings replacements in this area are prioritized for replacement due to the high probability of failure and the corresponding consequence. The scope for the water mains includes replacing the two(2) 16-inch water mains bridge-aerial crossings from San Marco to Rivo Alto Island and the 16-inch and 20-inch bridge-aerial crossings from Belle Isle to Miami Beach along the Venetian Causeway.The scope for the sewer mains includes replacing the existing 8-inch sewer force man bridge-aerial crossings from San Marino to Rivo Alto Islands. Plans and specifications for the work have been completed; therefore, to engage a contractor to perform the work, ITB 2024-018- DF was issued. ANALYSIS On October 27, 2023, the ITB was issued. The Procurement Department issued bid notices to approximately 51,000 companies utilizing the City's e-procurement system,with 87 prospective bidders accessing the solicitation.A non-mandatory site visit and pre- bid conference to provide information to proposers was held on November 9, 2023. ITB responses were due and received on December 18,2023.See Attachment A for a tabulation of bids received.The City received six(6)bids from the following firms: Amici Engineering Contractors LLC • David Mancini&Sons, Inc. • D.B.E Management, LLC • Lanzo Construction Co., Florida • Quality Enterprises USA, Inc. • Ric-Man International, Inc. The ITB stated that the lowest responsive and responsible Bidder meeting all ITB terms, conditions, and specifications would be recommended for award. The Procurement and Public Works departments found the lowest bid submitted by Quality Enterprises USA, Inc.meets the requirements of the ITB, including: 1. Licensing Requirements. Bidder shall be a State of Florida Certified General Contractor with a State of Florida Certified Underground Utility Contractor as a subcontractor OR a Miami Dade County Certified General Contractor with a State of Florida Certified Underground Utility Contractor as a subcontractor OR a State of Florida Certified Underground Utility and Excavation Contractor. Quality Enterprises USA. Inc. is certified as an Underground Utility and Excavation Contractor.The state license number is CUC057398,expiring on August 31,2024. 2. Previous Experience of Bidder (Firm and/or its principal). Bidder and/or its principal must have been awarded a minimum of three (3) projects of similar scope and budget within the last ten (10) years, two (2) of which must be completed and the third may be ongoing. Projects of similar scope shall be defined as a water and sewer mains replacements via horizontal directional drill (HDD)and open cut methods with a construction cost of at least$10 million dollars. Quality Enterprises USA. Inc. provided three (3) positive and satisfactory references documenting the required experience. 3. Previous Experience of Bidder(Firm)Project Manager. Bidder's Project Manager must have completed (with current or previous firm)at least three (3) projects with similar scope and budget.A project of similar scope shall be defined as water and sewer main replacement via horizontal directional drill (HDD) and open cut methods with a hard construction cost of at least$10 million dollars. Quality Enterprises USA. Inc.submitted proof of the required experience for its personnel. 4. Previous Experience of Bidder(Firm)Superintendent. Bidder's Superintendent must have completed (with current or previous firm) at least three (3) projects with similar scope and budget. A project of similar scope shall be defined as water and sewer main replacement via horizontal directional drill (HDD) and open cut methods with a hard construction cost of at least$10 million dollars. Quality Enterprises USA. Inc.submitted proof of the required experience for its personnel. Accordingly, Quality Enterprises USA, Inc. has been deemed the lowest responsive and responsible Bidder, meeting all ITB terms, conditions, and specifications. Quality Enterprises USA, Inc. ("Quality Enterprises") started as a family business focused solely on gas station electrical work. However, decades later, its services include a wide range of services from utilities to road construction, bridges, and airfields. Ranging from small local projects to larger, more complex design-build projects to improve critical infrastructure, Quality Enterprises approaches every project as an opportunity for growth. Other clients include Collier County, the City of Melbourne, FL, and the State of Florida.All references provided positive feedback.The firm has recently been awarded work by the City. SUPPORTING SURVEY DATA According to the 2022 Community Satisfaction Survey conducted by ETC institute, stormwater and drainage improvements account for 57.9% of the City's resident respondents as the most important capital improvement project types. Through this ITB, the City aims to reinforce water and sewer mains to positively affect residents, businesses, and visitors alike. FINANCIAL INFORMATION The bid submitted by Quality Enterprises USA. Inc., the lowest responsive and responsible Bidder,was for the grand total amount of$15,110,322.00.The contract total with the City's contingency is $18,132,386.40. The independent cost estimate for the project, inclusive of the 20%contingency, is$20,554,254.00.Therefore,the City is realizing a savings of$2,421,867.60 Quality Enterprises USA. Inc.'s Grand Total: $15,110,322.00 Plus 20%Owner's Contingency: $3,022,064.40 Total: $18,132,386.40 Am ou nt(s)/Accou nt(s): 419-0815-069357-29-418-000-00-00-00-28520 $7,628,787.46 418-0815-069357-29-418-561-00-00-00-28520 $10,503,598.94 $18,132,386.40 CONCLUSION It is recommended that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Quality Enterprises USA, Inc., the lowest responsive and responsible Bidder to ITB No. 2024-018-DF for Venetian Causeway water main and sewer force main serial crossing replacements (Phase 2), and authorize the City Manager and City Clerk to execute a contract. Was agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481, includes a principal engaged in lobbying? No. Applicable Area South Beach Is this a"Residents Right to Does this item utilize G.O. Know"item, pursuant to Bond Funds? City Code Section 2-14? Yes No Legislative Tracking Public Works/Procurement ATTACHMENTS: Description o Attachment A-Tabulation ATTACHMENT B ADDENDA AND ITB SOLICITATION M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3ra Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 INVITATION TO BID NO. 2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 December 4, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB DUE DATE AND TIME: The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Monday, December 18, 2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. REVISION: ITB Summary — Project Specific Information & Requirements — No. 19 Liquidated Damages is hereby amended as follows: 1. Failure to achieve Substantial Completion: $10,400.00/day$4,687.00/day 2. Failure to achieve Final Completion: $ 480.09/day$4,687.00/day III. RESPONSES TO QUESTIONS RECEIVED: Q1: Based on the new information provided with Addendum#2, will the City consider postponing the bid date to allow us more time to properly assess the additional information provided and how it might impact our bid? Al: Refer to Revision I. Q2: In light of the updated Contract Time in Addendum#2 posted today to reduce time table from 1000 Days to 480 Days, will the Liquidated Damages listed on the ITB of$10,400 per day still be in effect. A2: Refer to Revision II. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 DannvFlores a(�miamibeachfl.gov I 1 ADDENDUM NO.3 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I At'v'\ I BE/\ H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t/QJG-Y/,G- elf-a Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.3 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I AM I BE/\ H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 INVITATION TO BID NO. 2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 November 30, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISION: ITB Summary—Project Specific Information & Requirements— No. 18 Contract Time & Schedule Days for Substantial Completion: 480 days Days for Final Completion: S20 40 days Total Project Timeline: 520 days II. ATTACHMENT(S) • Attachment A — List of Approved Equipment and Weight Limits Approved by Miami-Dade County DTPW for Venetian Phase 1 Water Main and Force Main Replacement Project • Attachment B—City-obtained Permits • Attachment C— Bid Tabulation for ITQ 2021-012-06 for Venetian Causeway Phase I III. RESPONSES TO QUESTIONS RECEIVED: Q1: Are there any Domestic Material requirements in this project such as the American Iron and Steel (AIS) requirements or Buy America requirements? Al: This is not a requirement for this project. Q2: Please advise whether or not the Miami-Dade County Responsible Wages and Benefits are appliable for this project. A2: They do not apply. See City Code Section 31-31 for additional information. Q3: Specification Section 01010 Paragraph 1.06A states "CONTRACTOR shall familiarize him/herself with all current posted weight restrictions for the Venetian Causeway bridges. Work shall be planned in order to not exceed the posted weight limits of the bridges. Should the posted weight limits present a problem for the delivery of materials or equipment, the CONTRACTOR shall immediately bring this to the attention of the CITY and ENGINEER". The current posted weight limits are 7 Tons(2 Axles), 9 Tons(3 Axles)and 11 Tons(3 Axles). These weight limits are extremely restrictive and will definitively cause a major problem for the delivery of materials and equipment. The heavy equipment required for the performance of the project will substantially exceed this weight limits. Furthermore, deliveries encompassing piping materials, aggregates and other essential components will also exceed the weight limits. The cost implications of these stringent weight restrictions can be substantial and inherently challenging to accurately ascertain at ADDENDUM NO.2 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov bid time. In light of these considerations,we suggest that the City contemplates the inclusion of a Dedicated Allowance item specifically designated to address these weight restrictions. A3: Weight limits restrictions and approvals will be coordinated between the Contractor, the City and the County Department of Transportation and Public Works (DTPW). No dedicated allowance will be provided. Attachment A presents weight limits and equipment previously approved for Venetian Phase 1 water main and force main replacement project. Q4: Please advise whether or not the dewatering flows from the dewatering activities can be discharged into the City's drainage system. A4:The Contractor is required to permit their proposed dewatering,subject to the requirements of the permit. In accordance with Section 01010 Subpart 1.04A.1, "...dewatering discharge to surface water will not be allowable. Dewatering discharge will occur thru Contractor installed injection wells or discharge into the City's sanitary sewer system (though limited by its capacity)"due to small size of each islands sewer systems. Limited discharge to sanitary sewer system will be at no cost to the Contractor. Refer to Section 9 and 10 of the City Public Works Manual (Appendices E and F)for requirements relative to dewatering. Q5: Please advise whether or not the dewatering flows from the dewatering activities can be discharged into the City's sanitary sewer system at not cost to the Contractor. A5: Refer to A4. Q6: Regarding all the connections to the existing Water Mains, please advise if the City will shutdown the existing Water Mains to facilitate the connection or if Line Stop(s) are going to be required. If Line Stop(s) are required, please provide information and details regarding number of Line Stops, bypass piping (if any), restraining of existing pipe, and any other pertinent information. A6: In accordance with Section 01010,the City will coordinate the necessary valve closings to allow for water main tie-ins. No Line Stops are anticipated. The Contractor is required to restrain existing piping prior to connections to existing piping.Additional tie-in constraints are specified within the Contract, including Section 01010 Subparts 1.03J and 1.10. Q7: Regarding all the connections to the existing Force Mains, please advise if the City will shutdown the existing Force Mains to facilitate the connection or if Line Stop(s) are going to be required. If Line Stop(s) are required, please provide information and details regarding number of Line Stops, bypass piping (if any), restraining of existing pipe, and any other pertinent information. A7: Refer to A6. Q8: Specification Section 01010 , Paragraph 1.09A states'The normal time of work for this Contract is limited to non-peak hours which are assumed to be between the hours of 9:00 a.m.and 3:00 p.m., Monday through Friday or as required by the Miami Dade County Transportation and Public Works and/or City of Miami Beach, unless otherwise required for specialized shutdown and interconnect work which may take place outside normal working hours.The CONTRACTOR may elect to work beyond these hours or on weekends ADDENDUM NO.2 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I A M I BEi\CI-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov provided that written approval is provided by the CITY and all costs incurred by the OWNER for additional engineering shall be borne by the CONTRACTOR." Please advise what are the City's rates per hour for the aforementioned "additional engineering costs" and any other costs the City will charge the Contractor for working beyond the abovementioned hours. A8: No additional engineering cost will be passed onto the Contractor if work beyond regular hours is approved by the City. Q9:Does the existing Force Main need to be pigged/cleaned prior to grouting? A9: The existing force main must be flushed prior to grout filling, in accordance with Section 01025 Pay Item No.21 description.The Contractor is responsible for the disposal of wastewater drained from existing pipelines during construction, in accordance with Section 01010 Subpart 1.03G. Q10: Are there any known contaminated areas within this project? A10: The only known contaminated site within the corridor is the Maurice Gibb Park site on Miami Beach.This condition is being remediated by the City at this moment. Q11: Please confirm that in case that any contaminated soil and/or groundwater found during the construction of the project will be addressed via Change Order. Al1: Site work to address any soil and groundwater contamination, if encountered, will be addressed as an unforeseen condition through contingency allowance. Q12: Please provide a copy of all the permits and/or dry-run permits obtained by the City for this project. Al2:A copy of the permits is provided in Attachment B.A permit from RER DERM is anticipated before the end of December 2023, and thus is not included.Venetian Phase 1 permit from RER DERM is included for reference only. Q13: Please advise whether or not a Field Office is required for this Project. A13: Field office is not required for this project. Q14: Drawing C2-29 calls out for the removal of existing abandoned 16" Force Main as required for WM HDD. Please advise what is the material of the existing 16" FM. A14: As-builts indicate this force main is 16" cast iron. Q15:Please advise what is the anticipated NTP timeframe A15: The City is expecting to issue NTP in January 2024. ADDENDUM NO.2 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I Atv\ I BEi\CF-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q16: Please provide a digital copy of the detailed bid tabs for the other phases associated with this project. That is the Dade Blvd FM and Phase 1. A16: Refer to Attachment C. Q17:Asbestos: Are there any existing Asbestos pipes within the work area of this project besides the AC lines to grouted? A17: There is no known existing asbestos piping within the work area. Q18:Contamination:Are there any known existing contamination within the vicinity of the work on this project? A18: Refer to A10. Q19: What is the anticipated award date for this project? A19: December 2023. Q20: What is the anticipated start date for construction? A20: January 2024 Q21:Will you be providing payment of stored materials? A21: The City does not provide payment for stored material. Q22: The Concurrent project by MD Public Works along Venetian Way for July 2025 to July 2029, please provide any preliminary drawings so we can ascertain the precise value for coordination and scheduled adjustments? A22: Miami-Dade Public Works project is currently in design, and it is the sole property of Miami-Dade County. However, the proposed bridge pile locations are shown in this project's plans.We do not anticipate any overlap between the construction schedule for this project and the County's bridge project. Q23: Other than the MD Public Works Proj. along Venetian Way, Is there any known construction with other contractors within this project that may impact the work on this contract? If so: A. Where is the work involved? B. What type of work is it? C. What are the dates anticipated? A23: The City is aware of two future FPL projects, though no information is available at this time relative to schedule. These two future utilities have been coordinated and are shown in the plan and profile views of Sheet C1-10 and C1-14 to C1-16. ADDENDUM NO.2 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q24: Is there any tree removal required in this project? A24: The anticipated tree removals, replacements and protections are indicated on Sheets C1- 06, C1-08, C1-09, C1-11, and C1-13. The Contractor shall restore the site to equal or better condition, which includes existing trees and landscaping. Q25: Is there any Owner or Utility companies work planned in the project boundaries. A25: Refer to A23. Q26: PDF 6, ITB SUMMARY#20 states: "Minimum % of the Work Contractor self-perform with its own forces: 20%". What are the procedures to enforce this? Is it similar to DOT's process? A26: Refer to Section 3.7, Subcontracts, General Conditions for Construction Contracts. The Contractor is obligated to perform the Work with its own forces, meeting a minimum percentage specified in the Invitation to Bid Summary. Notably, this City project does not adhere to FDOT requirements for self-performance measurement. Instead,the Contractor must include, in its bid submittal questionnaire information regarding its subcontractors (and their performance of work) and in each application for payment, the percentage of work completed, the corresponding amount paid to subcontractors, and the necessary release of liens. Q27.Will the City pay for stored materials? A27: Refer to A21. Q28: PDF 16, 1.15 ABANDONMENT AND SALVAGE OF EXISTING FACILITIES, D. States: "... Prior to removal of any existing equipment or piping from the site of work, the CONTRACTOR shall ascertain from the ENGINEER whether or not the particular item or items are to be salvaged. Items to be salvaged shall be stockpiled on the site, or delivered to a storage area at a location as directed by the CITY?..." In order to include the salvage costs in the bid proposal please: A. Identify the type of materials to be salvaged? B. The quantity to salvage? C. Location (how far from project materials are to be transported)? D. Whether materials are to be transported as found or at bidder's convenience? A28: The City does not expect to receive any salvageable material as part of this project. Q29: ITB PDF 6,#20, States: "Minimum %of the Work Contractor self-perform with its own forces: 20%". How will the City enforce this requirement? Would it be similar to DOT's procedure? A29: Refer to A26. Q30: Pay Item # 4, (Settlement Monitoring Program on Miami Beach), is set up as a Lump Sum with no quantities, locations, references as to where and what functions would require this. In order to accurately provide a precise price in the bid, can the City please provide a per each quantity pay item instead. 5 I ADDENDUM NO.2 INVITATION TO BID NO.2024-018-OF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov A30: Sheet C2-29 indicates the location and type of settlement monitoring points. Sheet C5-42 provides details for settlement monitoring points. Section 02320 Subpart 3.06 provides an outline of monitoring requirements. No change in pay item format will be made. Q31: PDF 119, 2.09 FLOWABLE FILL. Where is flowable fill required to be installed? A31: Flowable fill, or an accepted alternative, shall be utilized for grout filling of existing piping to be abandoned. See Section 03305. Flowable fill shall also be used at the location of piping conflicts were compaction of the backfill would otherwise not be feasible. See Detail 1105-42. Q32: Are there any sidewalks on the project requiring "Miami Beach Red"? A32: All sidewalk replacements within Miami Beach should utilize Miami Beach Red integral colored concrete. See City PWM Section 10 Subpart 3.12C, Appendix F. The City may waive this requirement at their discretion in areas without pre-existing Miami Beach Red sidewalks. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 DannyFlores(a miamibeachfl.gov Pro osers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sin r•ly, risty s; roc -• ent Contracting Manager 6 ADDENDUM NO.2 INVITATION TO BID NO.2024-018-DF . VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I A M I B E/\ I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 November 20, 2023 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). FAILURE OF BIDDERS TO COMPLY WITH THE SUBMITTAL REQUIREMENTS IN THE ITB SUMMARY— PROJECT SPECIFIC INFORMATION & REQUIREMENTS SHALL BE DEEMED NON-RESPONSIVE AND SHALL NOT BE CONSIDERED. I. REVISION: ITB DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G has been modified. The revised deadline for the electronic receipt of bids is 3:00 p.m., Thursday, December 7, 2023. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. REVISION: LAST DAY FOR RECEIPT OF QUESTIONS. The deadline for receipt of questions has been modified. The revised deadline for receipt of questions is 5:00 p.m., Monday, November 27, 2023. III. REVISION(S): ITB Summary—Project Specific Information&Requirements,of the ITB, is hereby amended as follows: Licensing Requirements. Bidder shall be: State of Florida Certified General Contractor with a State of Florida Certified Underground Utility Contractor as a subcontractor. OR Miami Dade County Certified General Contractor with a State of Florida Certified Underground Utility Contractor as a subcontractor. OR State of Florida Certified Underground Utility and Excavation Contractor Submittal Requirement: Provide copy of license(s). I _.....,......_... 1 ADDENDUM NO.1 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3-d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov IV. ATTACHMENTS. Exhibit A: Venetian Phase 2 Pre-bid Slides V. RESPONSES TO QUESTIONS RECEIVED: 01: What is the engineers estimate? Al: $14,138,520.00 Q2:The ITB appears to require a Florida Certified General Contractor as prime contractor to employ a Certified Underground Utility & Excavation Contractor (or Miami-Dade equivalent, if applicable), as subcontractor. The work described is unique to Certified Underground Utility Contractors, therefore why does the ITB require a subcontractor role when equally or more qualified than a Certified General Contractor? Please clarify the minimum requirement so the language does not EXCLUDE any qualified, responsive & responsible bidders. A2: Refer to Revision III. Q3:Why can't a State of Florida Certified Underground Utility Contractor(CUC)be the prime contractor on this project? Are there vertical structures involved? Please consider changing this requirement as it appears that the scope of worked falls under the State Licensure capabilities of a CUC. Our firm can meet the experience requirements with projects that we have completed as a Prime Contractor with our CUC license A3: Refer to Revision III. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 DannyFlores(a,miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Natalia Delgado Procurement Contracting Officer III ADDENDUM NO.1 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 t' /\ I A M I B E AC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A Venetian Phase 2 Pre-bid Slides ADDENDUM NO.1 INVITATION TO BID NO.2024-018-DF VENETIAN CAUSEWAY WATER MAIN AND SEWER FORCE MAIN AERIAL CROSSINGS REPLACEMENTS PHASE 2 MIAMI BEACH Hazen venetran Causeway Water and Sewer Main Upgrades - Phase 2 ITB 2024-018-DF Pre-Bid Meeting Agenda 1. Project Location and ° °" ' Background 2. Project Phasing 3. Scope of Work - _. 4. Project Permitting :_ ���R` • _ :4110.. - - 4i its .awwc tir . .,.:.,'',r �d:.�+-is .=.;i•=....* fir°'r ,` ', 0 t ' 0. ,° -1: -7 5. HDD Accuracy - _. . . . 4 s• ry Requirements - - �.--t- y=j-- 'aa. -- - 6. HDD Flowchart tIL 7. Key Construction — = € ,y. Challenges -- _. ,. `' 1' Hazen 2 rig! �tll'irt1" '4 Project Location t � ;. Vdreibi i•...' �o & BackgroundAlt:77 " o� Di Lido ; .� ,Island Rivo Alto 'f '�r 1 '. San Marino Island Belle , '71: .I9 � n. ,_ ' t , r Island ;* • The Venetian Causeway Mi :^'' • r , san Marco { �i Island water transmission mains are i 111;f;,;y • 'y-� Biscayne Island Island •located along the Venetian .`' " ,, ', ML _.} „ � a1 _ -�►- �, .. r seN, .�,. ,.L. �� ' ''" .y„ ' eft 'f Project' * ' : •rY sj:-fts>• „' Causeway and aerially span F .:y . - ' ' :c,� •s Locations - �� ', rf t" ten islands via ten historic ii" ..} '!"'' - ' * ":. ^, it l•-111 bridges in Biscayne Bay. r ., I Y Y IG wR �' ', 11a , `1 \. +'� ' Watson Y. 0100J P• ' • w Y. ''' ,, Island x ; -r- �Iz r. Sewage from the Venetian • _,,4„ i' t ." c% ,1��^N.6 �' AF1 µY 1111, Islands is transmitted to the ` j Cityof Miami Beach through a �`•'C * �.> series of sewer main aerial VENETIAN crossings that cross eight of '4i - :,; 1 ISLANDS ` '` %the historic bridges. ; F �`, • 'y•' r • Existing aerial piping is in :"*' , , !+ poor condition and in need of replacement. • i •. - •-\ 1 :� FDOT MIAME�DE • Near term replacement of ••„`, :*u p.- -•.---/1 ��,�--- COUNTY Venetian bridges disallowed � '° '.:; =-• _ use of replacement aerial �-. r -N::'` $. �. - Ai. Cooperating Agencies pipes, necessitating - '''r° '•, l t•- �, ,� trenchless installations. - ' . t[l itt US Army Corps United States of Engineers Coast Guard Hazen 3 Project Phasing f.t:4t,.... ,:j .. , 5.. L.,' " r.,--::•••..:...z.... is- , - i,..%'` .-...,.* .. s,: • . .. .4 . . ..•. •_,.• . . • Miaill iC Two of three phases have been completed. Miami .. ••=!---2e ''ZX—!-IliAi: ' --1.. -,.;.. 1:,'.'"-. -T-*;.: :'. P, ,. . _ Phase 2 is the final phase of project. , -----..0--; :- -1,.:• ,4 , .1 1 . i -..-• . .,.-. __, ..-.............` ‘.% - :-'''• .4.?Z , CAIIM ...: - t.* i.,.,..`•• ..- i' . ' '. . :DI Udo 1..:i..1 „. . • . --' . ,Island v..-.,ii. — • LI•at. ' . . 6,u,"Ap:i. \:,,. ... 4.„,,, .1:: , , , , . '•'-‘ •A. ii.',. - ,:ftLig-, - ,-'-' San Marino ,...,.. ...1..,..,,, - i- • r a ' ,,' - •i . - * ..7.., , -,-7--, Island ,;:-VI t''',.• • li, • . ''' Dade .- ...i. -., • ' - f" ' •---- "-.--;-'1; v'' '. . _ .• v... . ...., 0 ...,. .....,.. i Blvd FM ,. - • .. • ) ' - 4_ ..-.,, , A . . Mfr. . . .,,, . ... - • • !‘„, 7 ..,,_ ,- . i it-k • :7.4 _4_.!A,-...1 .:J 1,..• 4 '-" -, ,,.-f . ., e..."_•tr.o, .7. 0_ qt r-1,„„,..----• Island 00± ,it _ ,,„S..,---" a"• — ,...el,„=.11.i, /..; fr. t...ttv.,......____- •... ... ---., .„1": -..• — .- 34--11.".— ..w..--- ._,,.,-. Miami ' Beach ..,,,,,As.,:".„„w::: 4 •....; 1_,_,3;„. __ ,. ,. ::::.7, :5-:,:.„.... „.„...p.. •11 i----- •1.1" I f :'• • S- ho."/4 -'1* ).-. . -.4 •4 illt, 11,,,,,,- - , .--tw. -.------,„„,--, 0•14_,------,----- re ii r1::., t,--, 'Et74,41 '---,. -.',„7,, ,...., -.--4.7- s.. ,e,. wil• 4,70; OM.' •• 41:•41 ..4 . * I.. /11•.'.° .ti C..* 1.) 1"{%si. tat, ' ", 114.•1 grt-.1- 'IP:, ',-1-•_•.'___,• A. ist 1.441 ' • . soil .... . Phase 1 '• --- !: ... 4 q ...•- taii;...,;(211. Iso.MI= gi Belle Isle ,.... ;fg.:;•4 '* , is ,' !.. ,i•-' 's-C— . — - - ' •.... . •Alt, """:, - V:ailleIklh / 1.":"7•1-1 '. ' 7: ow yik. VW • *4.1": / ;..-..j".' a-•• !Ille.' - '.!..°:71 -:._,'7' i i .. . ,,. .., , r. . . ..i5.....,- :,..114„4„;,,,ir ,. , -1: , . , , r • , Dade Blvd FM - COMPLETED: Phase 1 - NEARLY COMPLETED: I Phase 2: ., 2,200-If of 36-inch water main & 5,200-If of 36-inch water main & , . 3,500-If of 20-inch sewer main 2,200-If of 12-inch sewer main 2,600-If of 12-inch sewer main 2 Horizontal Directional Drills 2 Horizontal Directional Drills 6 Horizontal Directional Drills Hazen Scope of Work - �_ K _ .. - .. o- ; p : lira,. .7.1.4._2:#,,,--.! 1 . Installation of four (4) 1 ,300 LF 36-inch DR9 HDPE 1 water mains via HDD, including all specified as- t builting, testing and disinfection. IIW Ili " 2. Installation of two (2) -1 ,300 LF 12-inch DR9 HDPE .; �'-`, .r y force mains via HDD, including all specified as- / :* builting and testing. 3. Tie-ins to the existing water mains and force mains ,: ... , . vigt including ductile iron pipe, fittings and valves along ., # t with restraint of the existing mains and performance i h _ , . of the work during scheduled shutdowns. 4. Abandonment of the existing water mains and force y �, .-- %r mains located along the causeway. �+ ~ __ 5. Maintenance of traffic for the duration of construction. - ;`=" - 6. Restoration of all work areas to pre-construction conditions or better. -4411016 Hazen Project Permitting Owner Acquired: Contractor Acquired: "°� US Army Corps of Engineers (USAGE) Miami-Dade Department of Transportation „ �.. MIAMIn and Public Works (MD DTPW) Environmental Resource Permit COUNTY °s •a' Right-of-Way Permit, Maintenance of Traffic (MOT) Permit and Bridge Load Permit \� Florida Department of Environmental ,.4). Protection (FDEP) Environmental _ RER - Surface Water Division MIAMI-DADE Resource Permit RER Dewatering Permit Florida Department of Health (FDOH) -� NPDES Stormwater Permit yent Water Main Extension Permit ,*,.d. HEALTH Miami-Dade County Regulatory and City of Miami & City of Miami Beach ','ID .r - Economics Resources (RER) „. Right-of-Way Permits, Maintenance of Traffic RER Sewer Extension Permit MIAMIBEACH (MOT) Permits Hazen /1'-•.. ) FDOT BRIDGE No.874465 1 1( VENETIAN CAUSEWAY BRIDGE 5 HDD Accuracy Requirements STA 1 5-CE1 lOFFSET 'SWIFT S'CENTER.I DU L L) OFFSET 1780'R -I ` N:53050/98 E:931934 9a STA Refer to contract documents for details on all information contained ♦ f� PROPOSED 13 T 00 'SHAFT CCE7NTER L OlA HOPE FM&STALLED VIA OFFSET 10.00R herein, content is for discussion purposes only. f '"' / HDD T.O.P.ELEV.I-,BD Ei9J 1 1 ) `\I • THIS PROJECT INVOLVES HIGH ACCURACY tr r�EA aTF 00EVDM -100 TOI-17T.TW ` APPROX.TIP ELEV.1-160 TO I-175' TB7 7,7` TT'j 1101(7 TIPELEV Ills REQUIREMENTS AND LIMITED TOLERANCES -FELl1800 OP 680 1--• 12-OR9 HOPE FM INSTALLED VIA HOD I_ 9221 RELATED TO THE PILOT HOLE AND PIPE ,_,.. _158 3 --- ALIGNMENTS. REFER TO SHEETS C4-36/C4-37 - — 3F':DR9HDPEWMINSTALLEDVIA„� •------ $TA,61.116E AND SPECIFICATION 02320 FOR ACCEPTANCE -► OFFSET 2T4 R CRITERIA AND FURTHER DETAIL. N53044490 E.93194 53 PROPOSED 38 3'O D STA.187.,3.18 NODE WM INSTALLED VIA PC(VERT.)WM NDD TOP ELEV.11a5'--- OFFSET 16 9513 • Pipeline alignments maintained within R/W and N:530498 83 E 931935 1a avoiding existing/future infrastructure. `� �CORNER N.530a95.78 PLAN • Pilot Hole I E 93193a 97 OW PILOT HOLE HORIZ CL ACCEPTANCE CRITERIA,SHAFT 5(STA 187•141 PILOT HOLE HORIZ CL ACCEPTANCE CRITERIA SHAFT 6,STA 187.J • Eight (8) Critical Alignment Locations (CAL) IN�WTMIN•1-1.25-FT PERPENDICULAR TO DESIGN ALIGNMENT CL WITHIN•125-FT NORTH PERPElY1✓=°M TO DESIGN ALIGNMENT 1 FM C.L.WITHIN•h 1.5-FT PERPENDICULAR TO DESIGN ALIGNMENT FM CL WITHIN•I.5-FT NORTH PERPENDICULAR TO DESIGN ALIGNMENT See Sheets C4-36 and C4-37 A 5'-a"--,I • Acceptance Criteria/steering tolerances APPROX. WM T.O.P EL. (-)45' r-6• I FUTURE 4'DRILLED ACCEPTANCE • Pilot hole as-builts are required to verify SHAFT CONCEPTUAL \_ i CRITERIA+/ 1.25' Acceptance Criteria. ALIGNMENT.TYP. 3' 1 , CONSTRUCTION ------_• Pipeline TOLERANCES OF � -• DRILLED SHAFT • Post-Installation Surveys are required for -2.� ; ACCEPTANCE each pipeline. APPROX. FM T O.P EL (-)60' • 3,_O„- J CRITERIA +i- 1.5' SECTION 4-1 ' R/W Hazen 7 HDD Flowchart - Sequence of Major Events SUBMIT AND RECIEVE APPROVAL FOR ALL HOD SUBMITTALS and Requirements l SCHEDULE AND HOLD • Key events for each HDD drill: PRE-BMEETINGBORE • Pilot hole gyro as-built, FOR review and approval REDRILL PILOT INSTALL PILOT HOLE ♦ HOLE TO CORRECT DEVIATIONS • Gyro accuracy required of 0.04° for azimuth PERFORM PILOT HOLE GYRO Pipeline gyro as-built, FOR review and approval AS BUIDLTALIGIT NMENT PILOT EOR • DOES ALIGNMENT MEET PILOT ►I NO HOLE ACCEPTANCE CRITERIA' • Accuracy required of +/- 8" at CALs C I YES • Payment for HDD pipelines are broken down into four j elements: PROCEED WITH REAMING AND COMPLETE REAMING OF BOREHOLE • A — Furnish and Fuse Piping 1 SUBMIT HDPE FUSION • B — Install Piping via HDD REPORTS REE APPROVALHD • C — Perform Pilot Hole Gyro As-built PROCEED WITH PULLBACK OF IPELINE AND • D — Perform Post-Installation Pipeline Survey COMPLETE PULLBACK 4. >2 PERFORM PIPELINE GYRO d F AS BUILT AND SUBMIT TO FOR 1 PAY CONTRACTOR FOR 6L INSTALLED PIPELINE FOLLOWING n- SUCCESSFUL PRESSURE TEST Hazen 8 _. Key Construction Challenges ,\``- . 4 ,' '. "'1 ,. • Bridge Load Restrictions Iliv • Maintenance of Traffic r =!• Public Impacts -" --. . � - b - '44r� Mam. • Project Schedule .. • 480 days for Substantial Completion 'i ' • 520 days for Final Completion __ = 1. II- = - • See Specification 01010 for further - - �`""� J information. 1. . T A .. ` a - §A littik pt .. :.0 1 1k. lit , Hazen 9 Maintenance of Traffic "" ' ." -„' ‘ ?. ''- — • a aa. A:.- :1n ROAD CLOSED ' o LOCAL TRAFFIC ONa_r __ - c a ,rz ems` • Lane Closures !-" I .� ,-. -,'_ • Two-way traffic to be maintained along Venetian • Way , . ,�, ,�v..:„ • Lane closures to be permitted with CMB, COM _ _ :r and DPTW ~,, r • Staging needs to be included in MOT plans for �• _ �� approval • Access to private properties much be maintained at all times ' ''. • Police Officers • Limited presence required for any intersection =t r impacts/modifications/closures k t' r 4 '� 4._ . • Payment for police presence via an Allowance ( ,,y )) ""'' t ' Item r • Coast Guard ` y#'�� • �- ; - �,. er"s�• City and County coordination for Coast Guard for { bridge opening restrictions r Hazen 10 ITB SUMMARY The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ ), which may be checked ( ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. It is the Bidder's responsibility to become familiar with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result from an addendum to the ITB. SUMMARY ITB INFORMATION & GENERAL REQUIREMENTS ITEM NO. 1 ITB No.: 2024-018-DF 2 ITB Title: Venetian Causeway Water Main and Sewer Force Main Aerial Crossings Replacements Phase 2 3 Date of Issuance: October 27, 2023 4 Project Description & The City receives potable water from the mainland by means Scope of Work: of four(4)transmission mains from the Miami-Dade Water and Sewer Department (MDWASD) system. One (1) of the transmission mains that supplies water to the City is located along the Venetian Causeway. Water enters the Venetian Islands from the MDWASD system as one (1) 30-inch ductile iron pipe (DIP) water main that splits into two (2) parallel 16- inch water mains at each bridge crossing. These parallel mains travel mostly aerially along the Venetian bridges on each bridge's north and south faces, except they are subaqueous beneath the drawbridge between Rivo Alto Island and Belle Isle. Similar to the Venetian water main system, sewage is transmitted to the City from the Venetian Islands through a series of sewer main aerial crossings that cross eight (8)of the historic bridges. Each bridge carries a DIP force main that ranges in size from 8 to 12 inches as it travels west to east, located on the north side of the bridge. Similarly to the water main, the sewage crossing the drawbridge between Rivo Alto Island and Belle Isle is subaqueous. The overall condition of both water and sewer main aerial crossings along Venetian Way is poor. Mechanically, all the aerial TR Flex bell and spigot pipes (inspected under a previous service order) have a failed coating system, or are uncoated, resulting in significant corrosion. Air release valves (ARV) show extensive corrosion from exposure to the saltwater elements. Further, water main supports in multiple locations have failed and caused pipe deflections that appear to exceed manufacturer recommendations for the TR Flex joints. From a general structural standpoint, the pipe hangers also show signs of significant corrosion. Some pipe supports are failing or are missing at most of the bridges along Venetian Way. The Venetian water and sewer main aerial crossings replacements have been prioritized in the City master plans due to the high probability and consequence of failures. The work includes the complete replacement of the two (2) 16 inch. water mains bridge-aerial crossings from San Marco to Rivo Alto Island and the 16-inch and the 20-inch bridge-aerial crossings from Belle Isle to Miami Beach, along the Venetian Causeway. The scope includes replacing the existing 8-inch sewer force main bridge-aerial crossings from San Marino to Rivo Alto Islands. The water main route includes about 5,027 linear feet (LF) of HDPE Pipe via horizontal directional drill (HDD) and about 563 LF of Ductile Iron Pipe via open cut. The force main includes about 2,524 LF of HDPE Pipe via horizontal directional drill and about 216 LF of Ductile Iron Pipe via open cut. The Work set forth within these Contract Documents includes the furnishing of all labor, materials, equipment, services, and incidentals necessary to complete the required work described here, including all appurtenant work, complete, tested, and ready for operation, including temporary utilities and facilities as required, all surveying work for layout construction and as- builts, all in conformance with these Contract Documents and City of Miami Beach Public Works Standards. 5 Project Site: Venetian Causeway from San Marco Island to Rivo Alto Island and from Belle Isle to Miami Beach. 6 Estimated Budget: $19,957,000.00 7 Procurement Contact: Name: Danny Flores Telephone: 305-673-7000 ext. 26652 _ Email: dannyflores ov 8 Cone of Silence: Bidders are hereby advised that pursuant to Section 2-486 of the City Code, this solicitation is under the Cone of Silence law. 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(c�miamibeachfl.gov. Reference: Section 0400, Solicitation Terms and Conditions IMPORTANT DATES 9 Due Date &Time for Bid The deadline for the submittal of bids is 3:00 pm on Submittal: Monday December 11, 2023 The due date may be modified by addendum to the ITB. It is Join on your computer, mobile app or room device important that the Bidder Click here to join the meeting download all addenda. Meeting ID: 297 800 359 152 Passcode: GRPfEb Download Teams I Join on the web Or call in (audio only) j Phone Number: +1 786-636-1480 Phone Conference ID: 325 268 315, then # Bidders are cautioned that late bids can not be submitted. Bidders are fully responsible for assuring that bids are received by the deadline. 10 Pre-Bid Conference: Date: November 9, 2023 ® Pre Bid Conference will Time: 2:00pm ET (after morning Site Visit) be held. Location: via Microsoft Teams ❑ Pre-Bid Conference is Mandatory. Join on your computer, mobile app or room device ❑ A Pre Bid Conference Click here to join the meeting will not be held. Meeting ID: 223 055 239 784 Passcode: h2MLZH Download Teams I Join on the web Or call in (audio only) Phone Number: +1 786-636-1480 Phone Conference ID: 277 397 260, then # Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations. 11 Site Visit: Date: November 9, 2023 Time: 10:00am ET Z Site Visit will be held. Meeting Point: San Marco Island East End. Coordinates: 25.790559, -80.166605 ❑ Site Visit is Mandatory. Miami Beach, FL 33139 ❑ Site Visit will not be (Order of Site Visit: San Marco Island, San Marino Island, held. Rivo Alto Island, Belle Isle Island and Miami Beach) 12 Last Day for Receipt of November 29, 2023 by 5:00 pm ET Questions: Questions will be allowed up to 10 days before the initial deadline for submittal of Bids. Questions must be directed to dannyfloresmiamibeachfl.qov, with a copy to the City Clerk rafaelgranado©miamibeachfl.gov. Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations. PROJECT SPECIFIC INFORMATION &REQUIREMENTS 13 Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed non-responsive and shall not Shall apply. be considered. 1. Licensing Requirements. Bidder shall be: ❑ Shall not apply. State of Florida Certified General Contractor with a State of Florida Certified Underground Utility Contractor as a subcontractor. OR Miami Dade County Certified General Contractor with a State of Florida Certified Underground Utility Contractor as a subcontractor. Submittal Requirement: Provide copy of license(s). 2. Previous Experience of Bidder (Firm and/or its principal). Bidder and/or its principal must have been awarded a minimum of three (3) projects of similar scope and budget within the last ten (10)years, two (2) of which must be completed and the third may be ongoing. Projects of similar scope shall be defined as a water and sewer mains replacements via horizontal directional drill (HDD) and open cut methods with a construction cost of at least$10 million dollars. Submittal Requirement: For each project, submit: 1) Owner Name, 2)Contact Name, Telephone& Email, 3) Project Address, 4) Narrative on Scope of Services Provided, , 5) Contract amount and completion date. 3. Previous Experience of Bidder(Firm) Project Manager. Bidder's Project Manager must have completed (with current or previous firm) at least three (3) projects with similar scope and budget. A project of similar scope shall be defined as water and sewer main replacement via horizontal directional drill (HDD) and open cut methods with a hard construction cost of at least $10 million dollars. Submittal Requirement: For each project, submit: 1) Contact Name, Telephone&Email, 3)Project Address, 4) Narrative on Scope of Services Provided, 5) Contract amount and completion date. 4. Previous Experience of Bidder (Firm) Superintendent. Bidder's Superintendent must have completed (with current or previous firm) at least three (3) projects with similar scope and budget. A project of similar scope shall be defined as water and sewer main replacement via horizontal directional drill (HDDJ and open cut methods with a hard construction cost of at least $10 million dollars. Submittal Requirement: For each project, submit: 1) Contact Name, Telephone&Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5) Contract amount and completion date. Reference: Section 0200. 14 Bid Bond Requirements: If the requirement applies, a bid bond that is in compliance with Section 0100 must submitted on or before the deadline for the ® Shall apply. submittal of bids in one of the following formats: 1. Electronic Bid Bond through Surety2000. ❑ Shall not apply. 2. Original or certified hard-copy (paper) bid bond. 3. Certified or Cashier's Check. A SCANNED OR PDF COPY OR A PERSONAL CHECK OR COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID BID BOND AND SHALL NOT BE ACCEPTABLE. FAILURE TO SUBMIT A BID BOND IN ONE OF THE ACCEPTABLE FORMS STATE ABOVE SHALL RENDER BID NON-RESPONSIVE. Reference: Appendix B Bid Bond Form Section 0100, Sub-section 8, Bid Bond. 15 Insurance: If the requirement applies, Bidder agrees it shall fully comply with the insurance requirements in Appendix I. ® Shall apply. Compliance with the insurance requirements shall not relieve ❑ Shall not apply. the Contractor of its liability and obligation under this section or under any other section of the agreement. 16 Contract Price: As indicated, contract pricing shall be based on lump sum or unit pricing in accordance with Section 0400, Terms and ® Lump sum pricing shall Conditions of the Contract. The award shall be made in apply. accordance with Section 0100, Instructions to Bidders subsection 10, Method of Award. ❑ Unit pricing. 17 Alternates: In determining the lowest bid, the City may consider the total base bid cost or the cost of the total base bid plus any selected ❑ Included. alternates (as applicable). The consideration of any bid alternate (if applicable) shall be solely at the City's discretion. ® Not Included. If applicable, bid alternates will be detailed in the Bid Price Form, Appendix A. Determination of award (including whether bid alternates will be included in the award) shall be made in accordance with Section 0100, Instructions to Bidders subsection 10, Method of Award. 18 Contract Time & Schedule: Days for Substantial Completion: 480 days Days for Final Completion: 520 days Project Scheduling Software Required: ❑ Bar Chart ® Computerized CPM using Primavera "P6" software ❑ Modified CPM ❑ Microsoft Project Reference: Section 0400, Terms and Conditions of the Contract. 19 Liquidated Damages: 1. Failure to achieve Substantial Completion: $10,400.00/day ® Shall apply. 2. Failure to achieve Final Completion: $10,400.00/day ❑ Shall not apply. Reference: Section 0400, Terms and Conditions of the Contract. 20 Minimum % of Self-Work Minimum % of the Work Contractor self-perform with its own Requirement: forces: 20% ® Shall apply. See Section 0400, Terms and Conditions of the Contract. ❑ Shall not apply. 21 Performance & Payment See Section 0400, Terms and Conditions of the Contract. Bond Requirements: 1. Formal Solicitations Terms and Conditions for Goods and Services ® Shall apply. AND ❑ Shall not a I General Conditions for Construction Contracts PP y. 22 Davis-Bacon Wage Rates: of the requirement applies, Bidder agrees it, and its sub ❑ Shall apply. the contract no less than the prevailing wage rate, and fringe benefit payments to be used in implementation of this article ® Shall not apply. shall be those last published by the United States Department of Labor in the Federal Register prior to the date of is.uance of the ITB. 23 Local Workforce Applicable to contracts in excess of $1,500,000. If the Participation: requirement applies, the Bidder agrees it, and its ❑ Shall apply. residents by seeking to achieve a project goal of having thirty ® Shall not apply. percent (30%) of all construction labor hours performed by Miami Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Re rT o SSection 0100 S b sec4tion 9-, Preya ling Wage Rates & Local Workforce Participation and City Code Sec. 31 40. - for city construction contracts. 24 Prevailing Wage Rates: Applicable to contracts in cxccse of $1,500,000. If the no less than the prevailing wage rate, and fringe benefit those last published by the United States Department of Labor in the Federal Register prior to the date of issuance of the ITB. Refer to Section 0100, Sub section 9, Prevailing Wage Rates Establishment of minimum wages for city construction contracts. 25 Certified Payroll Reporting Pursuant to City Code Section 31-32, the Awarded contractor Requirement: must submit certified payroll records along with each payment El Shall apply. application to allow the city to verify the wage rates paid to construction workers performing work on city projects. ❑ Shall not apply. All certified payroll records submitted to the City shall, at a minimum, include the name, address or zip code, labor classification, hours worked, and hourly base rate paid for each laborer, mechanic, and apprentice employed by any contractor or subcontractor on the work covered by the city construction contract. 26 Required Permits: PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work, ® Shall apply. including but not limited to: ❑ Shall not apply. 1. City of Miami Beach Building and Zoning Department 2. City of Miami Beach Public Works Department 3. United States Army Corp of Engineers, if required. 4. Florida Department of Environmental Protection (FDEP), if required. 5. South Florida Water Management District, if required. 6. Miami-Dade Department of Environmental Resources Management (DERM), if required. 7. Miami-Dade Water and Sewer (WASD), if required. 8. Miami Dade County Transportation and Public Works: Traffic Signals and Signs Division, if required. 27 Trench Safety Act Reference: Section 0100, Sub-section 12, Florida Trench Requirements Safety Act. ® Shall apply. ❑ Shall not apply. 28 Art in Public Places: This Project is subject to the Art in Public Places ("AiPP") provisions as set forth in Sections 82 561 through 82 612 of ❑ Shall apply. the City of Miami Beach Code, as managed by the City of ® Shall not apply. and/or Dovcloper, as applicable, shall transmit 2% or as the implementation of the AiPP program. The Project and/or and Culture Department on the implementation of the AiPP program, including construction project coordination as required by the project, pursuant to the requirements of said 29 Consultant: Hazen & Sawyer 999 Ponce de Leon Boulevard, Suite 1150 Coral Gables, FL 33134 SUBMITTAL REQUIREMENTS 30 Submittal Location: Bids will be submitted ELECTRONICALLY ONLY through Periscope S2G (formerly known as BidSync) (www.periscopeholdinqs.com or www.bidsync.com). 31 Submittal Format& Bids are to be submitted ELECTRONICALLY ONLY, contain Requirements: all information, and organized in accordance with Section 0300, including: BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION Submit the Bid Submittal Questionnaire — Construction: The questionnaire is an online fillable form that must be completed and submitted electronically via Periscope S2G. TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, of compliance with each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom the City cannot verify compliance, shall be deemed non- responsive, and its bid shall not be considered. TAB 2: BID PRICE FORM & BID BOND The following documents shall be submitted by the deadline for the submittal of bids: 1. Bid Price Form. (Appendix A). 2. Bid Bond Form (see Section 0100, Sub-section 8). If the requirement applies, the bid bond is a required document that shall be submitted on or before the deadline for bids. FAILURE TO SUBMIT THE MOST RECENT COMPLETED: 1) BID PRICE FORM AND 2) BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3. Schedule of Values (Appendix C). MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. TAB 3: OTHER BID FORMS Submit other forms if required in the ITB Summary, including but not limited to: 1. Local Workforce Participation Program Responsible Contractor Affidavit Form (Appendix D) If ITB Summary indicates a Local Workforce Participation Program is applicable, then this form must be submitted. 2. Trench Safety Certification Form (Appendix E) If the ITB Summary indicates a Trench Safety Act is applicable, then this form must be submitted. TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS 0200 MINIMUM QUALIFICATIONS 0300 BID SUBMITTAL FORMAT 0400 TERMS & CONDITIONS (Under separate cover) APPENDICES: APPENDIX A BID PRICE FORM APPENDIX B BID BOND FORM APPENDIX C SCHEDULE OF VALUES APPENDIX D PREVAILING WAGES AND LOCAL WORKFORCE PARTICIPATION APPENDIX E TRENCH SAFETY CERTIFICATION FORM APPENDIX F CONTRACT FORM APPENDIX G PLANS & SPECIFICATIONS (Under separate cover in PeriscopeS2G) APPENDIX H POST AWARD FORMS APPENDIX I INSURANCE REQUIREMENTS Rest of page left blank intentionally. SECTION 0100—INSTRUCTIONS TO BIDDERS: 1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Bidders to submit their qualifications and bid (the "Bid") 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 Bidders and, subsequently, the successful Bidder(s) (the "contractor[s]") if this ITB results in an award. The City utilizes Periscope S2G (formerly known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Proposer who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. Background and Scope of Work. The Project is described more fully in the Invitation to Bid Summary (and/or the exhibits referenced therein). 3. Abbreviations and Symbols. The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site. It is the responsibility of each Bidder, before submitting a Bid, to: a. Examine the Contract Documents thoroughly. b. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance, or furnishing of the Work. c. 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. d. Study and carefully correlate Bidder's observations with the Contract Documents. e. Carefully review the Contract Documents and notify City of all conflicts, errors, or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that, without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. Location of Work. This Scope of Work shall be completed at the Project Site/Location of the Work specified in the Invitation to Bid Summary (the "Project Site"). 6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement Department, via written addendum to this ITB shall be binding as to this ITB. City's answers to questions may supersede terms noted in this ITB, and in such event, such answers shall govern and control this ITB. Verbal and other interpretations or clarifications of City representatives or employees will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Electronic Form of Bid. All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with Section 0300 and must be received on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be considered. It is the Bidder's responsibility to account any possible delay. 8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder shall submit, BY THE DEADLINE FOR SUBMITTAL OF BIDS, a bid bond, in the manner prescribed herin, in the amount of 5% of the total base bid amount, payable to City of Miami Beach, Florida, as guarantee of good faith on the part of the Bidder that, if awarded, it will enter into a contract within 30 days of notification of award. Bid bonds must be issued by a surety company authorized to conduct business in the State of Florida, and carrying a rating of B+ or better as listed in the A.M. Best or equivalent rating guide. a. Acceptable Forms of Bid Bonds. Electronic, paper (original or certified hardy copy) or cash/check bid bonds are acceptable in the following forms only: 1. Electronic Bid Bond. Bidder may submit an electronic bid bond, provided by Surety2000.com, (verified by an eleven-digit code which is generated by the Surety2000 system) and provided by the Bidder with the bid. The instructions for obtaining a bid bond through Surety2000 are below. 1. Register with Surety2000 by visiting www.surety2000.com.If already registered with Surety2000 previously you will not need to register again. 2. Verify that your Surety Broker is registered with Surety2000. If they are not direct them to visit www.surety2000.com to register. 3. Provide your Surety Broker the bond details for the proposal you want to bid to. 4. Once your Surety Broker has confirmed execution of the electronic bond creating log into the www.surety2000.com to digitally sign the bond and receive the eleven-digit bond number. 5. Enter this number where indicated in the bid proposal submission. The option to submit an electronic bid bond is provided solely for the convenience of the Bidder. The Bidder is solely responsible for ensuring that an electronic bid is received by the City in the manner and by the time and date prescribed herein.The City is not responsible for any issues,technical or otherwise,relating to the use of the Surety 2000 system by a bidder. For questions regarding the Surety 2000 system, contact 1-800-660-3263 or helpAsurety2000.com. or 2. Paper Bid Bond. Bidder may submit an original or certified hard-copy (paper) bid bond which must be received by the City on or before the deadline for submittal of bids. Failure to submit a paper bid bonds received after the deadline for submittal of bids will not be acceptable and shall render or 3. Certified or Cashier's Check. Bidder may submit a certified check or cashier's check issued by any national or state bank (United States) payable to the City of Miami Beach, Florida. A SCANNED OR PDF COPY OR A PERSONAL CHECK OR COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID BID BOND AND SHALL NOT BE ACCEPTABLE. FAILURE TO SUBMIT A BID BOND IN ONE OF THE ACCEPTABLE FORMS STATE ABOVE SHALL RENDER BID NON-RESPONSIVE. b. Forfeiture of Bid Bond. The bid bond of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond (recorded by Miami Dade County)and Certificate(s) of Insurance, within ten (10) calendar days after the bidder's receipt of the Contract for execution, or failure to comply with any other requirements set forth herein. Bid bonds of the unsuccessful Bidders will be returned after award to the successful Bidder. 9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to determine if prevailing wages and local workforce participation are a requirement of this ITB. If required, Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix D for additional information and submittal requirements of these programs and the applicable prevailing wage table for the project. 10. Method of Award. The City Manager may recommend to the Mayor and City Commission award to the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB. On the Bid Price Form (Appendix A), the Bidder must state its Total Base Bid, which includes the cost of the base project scope requirements (inclusive of all terms, conditions, specifications, plans, and any other requirement) and the Grand Total Bid, which includes the Total Base Bid plus permit and trench safety indemnification allowances. The Bid Price Form (Appendix A) may also include Additive Alternates, which add certain additional scope elements, and Deductive Alternates, which reduce certain scope elements. The City may consider additive or deductive bid alternates to achieve the maximum project scope within the available budget. When bids are below the stated budget, the City may consider including one or more Additive Alternate, in the order of priority stated, in determining the lowest responsive, responsible bidder. When bids are above the stated budget, the City may consider including one or more Deductive Alternate, in the order of priority stated, in determining the lowest responsive, responsible bidder. The responsive, responsible bidder submitting the lowest sum of the Grand Total Bid plus any alternates selected by the City shall be considered the lowest responsive, responsible bidder. In addition to price, the following factors, pursuant to Section 2-369 of the City Code, shall be considered: • The ability, capacity, and skill of the Bidder to perform the Contract. • Whether the Bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation,judgment, experience, and efficiency of the Bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the Bidder with laws and ordinances relating to the Contract. The City Manager shall also have the authority to reject any and all bids, pursuant to Section 2-367 of the City Code. The City Commission may consider the City Manager's recommendation(s)and may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The approval of the City Manager's recommendation by the City Commission shall not constitute a binding contract between the City and the selected Bidder(s). A binding contract will exist upon the complete execution and delivery of the City's contract. 11. Contract Price. The Contract Price consists of the total base bid amount and the owner's contingency (to be used solely by the City at its sole discretion for the purpose described in that Contract Documents). The Contract Price, exclusive of the Owner's Contingency, includes, without limitation, all costs for all labor, materials, equipment, fixtures, freight, field supervision, supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as- built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom, even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form. 12. Florida Trench Safety Act. If the work involves trench excavations that will exceed a depth of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act, will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied with during the execution of the work. Bidder acknowledges that the total bid price includes all costs for complying with the Florida Trench Safety Act. The Trench Safety Certification Form can be found in Appendix E. If ITB Summary indicates a Trench Safety Act is applicable, then this form must be submitted. 13. E-Verify. As a contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 14. How to Manage or Create a Vendor Profile on Vendor Self Service (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self-Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self-Service (VSS) webpage (https://selfservice.miamibeachfl.qov/vss/Vendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, do not hesitate to submit them to vendorsupport(a�miamibeachfl.gov. 15. Supplier Diversity. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system (Periscope S2G, Supplier-to- Government). These are two different systems, and it is important that you register for both. Click to see acceptable certification and to register: https://www.miamibeachfl.gov/city- hall/procurement/how-to-become-a-vendor/. Rest of page left blank intentionally. SECTION 0200— MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. Rest of page left blank intentionally. SECTION 0300—ELECTRONIC BID SUBMITTAL FORMAT 1. ELECTRONIC RESPONSES (ONLY). Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll-free) or S2G(cr�,periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. REQUIRED DOCUMENTS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. a. Bid Submittal Questionnaire (The questionnaire is not a part of the ITB it is an online fillable form that must be completed and submitted electronically via Periscope S2G.) b. Bid Price Form (Appendix A) c. Bid Bond (Appendix B) If ITB Summary indicates a bid bond is required then a fully executed bid bond must be submitted by the deadline for submittal of bids) d. Schedule of Values (Appendix C) Shall be submitted with bid or within three (3) days of request from the City. 3. OMITTED INFORMATION. The City reserves the right to request any documentation omitted, with exception of the required documents set forth in section 2 above, which must be submitted at time of bid. Bid Submittals received without the Bid Price Form or Bid Bond (if applicable) or with an incomplete Bid Price Form or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any other omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process, and assist the in the review of bid submittals, it is strongly recommended that bids be organized and tabbed in accordance with the tabs and sections as specified in the below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, of compliance with each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom the City cannot verify compliance, shall be deemed non-responsive, and its bid shall not be considered. TAB 2: BID PRICE FORM & BID BOND The following documents shall be submitted with the by the deadline for submittal of bids: 1. Bid Price Form (Appendix A) 2. Bid Bond Form (see Section 0100, Sub-section 8). If the requirement applies, the bid bond is a required document that shall be submitted on or before the deadline for bids. FAILURE TO SUBMIT THE MOST RECENT COMPLETED: 1) BID PRICE FORM AND 2) BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3. Schedule of Values (Appendix C) MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. TAB 3: OTHER BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 1. Local Workforce Participation Program Responsible Contractor Affidavit Form (Appendix C) If ITB Summary indicates a Local Workforce Participation Program is applicable, then this form must be submitted). 2. Trench Safety Certification Form (Appendix E) If ITB Summary indicates a Trench Safety Act is applicable, then this form must be submitted. Rest of page left blank intentionally. 0400—TERMS AND CONDITIONS The following documents identify terms and conditions that together with the ITB, inclusive of all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and the contract, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidder and, subsequently, the awarded contractor. 1. FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10.27.2022), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ 2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting a bid in response to this ITB, Bidder agrees that all work shall be bound by and in compliance with the General Conditions for Construction Contracts (dated 4/13/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Rest of page left blank intentionally. APPENDIX A M I AM I BEACH Bid Price Form MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER BID NON-RESPONSIVE. Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. The city will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates, after the deadline for receipt of bids. In the event of discrepancy between the sum of the items in the schedule of values and the total base bid, the Bidder agrees that the total base bid shall govern. In the absence of a numerical value for any item or division, the City shall interpret as no bid for the division, which may disqualify Bidder. The allowance items that have been delineated below shall be used only upon the City's discretion, as needed. In the event that an allowance is not used in its entirety, any remaining balance shall be reflected on a deductive change order. TOTAL BASE B I D TOTAL BASE BID AMOUNT $ Indemnification of City $25.00 Off-Duty Police Officer Allowance $2,310,000.00 Materials Testing Allowance $250,000.00 Permit Allowance $430,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+OFF-DUTY POLICE OFFICER ALLOWANCE+MATERIALS TESTING ALLOWANCE+ PERMIT ALLOWANCE) $ 'See Section 0100, Sub-section 12. ADDITIVE ALTERNATES (In order of priority) Selection of additive alternates, if any, will be made pursuant to Section 0100, No. 10 NOT APPL ICAB E - _1 DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates, if any, will be made pursuant to Section 0100, No. 10 Tetal Item Deseriptien . . • U /M Unit--Cost • NOT APP ICAB E End of Bid Price Form. APPENDIX B M I AM I BEACH BID BOND FORM Only applicable if checked in the Invitation to Bid Summary BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, _ as Principal, hereinafter referred to as Contractor, and as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Total Base Bid amount of$ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.: Title: WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent (5%) of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the day of , 20 . PRINCIPAL: (Contractor Name) Signature Print Name (Principal) Title SURETY: (Surety Name) Attorney-in-Fact(Print Name) Signature (Power of Attorney must be attached.) APPENDIX C M I AM I BEACH SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. For a detailed description of each Line Item please refer to Section 01025 — Measurement and Payment of the project Specifications provided in Appendix G. Item No Bid Item Description QTY Total U / M Unit Cost (Quantity_X_U n it_Cost) GENERAL 1 General Conditions/Contract 1 LS Administration $ $ 2 Mobilization/Demobilization 1 LS i $ $ — 3 Maintenance of Traffic 1 LS $ $ 4 Settlement Monitoring 1 LS i Program on Miami Beach $ $ WATER MAIN Furnish and Fuse 36-inch 5a HDPE DIPS DR9 WM 5027 LF $ $ 5b Install 36-inch WM via HDD 5027 LF $ $ 5c Perform 36-inch WM Pilot 4 EA Hole Gyroscopic As-built $ $ Perform 36-inch WM 5d Pipeline Post-Installation 4 EA Survey $ $ 6a 36-inch DI WM Installed via 62 LF Open Cut $ $ 30-inch DI WM Installed via I 6b Open Cut 326 LF $ $ I 6c 20-inch DI WM Installed via 34 LF Open Cut $ $ 6d 16-inch DI WM Installed via 94 LF Open Cut $ $ 12-inch DI WM Installed via 6e Open Cut 17 LF $ $ 6f 8-inch DI WM Installed via 30 LF Open Cut $ $ 7a 30-inch MJ BFV 6 EA $ $ 7b 20-inch MJ BFV 1 EA $ $ 7c 16-inch MJ BFV 4 EA $ $ 7d 12-inch MJ GV 2 EA $ $ 7e 8-inch MJ GV 1 EA $ $ 8 Air Release Valve Vault 1 EA $ $ 9 Subaqueous Testing and Air 4 EA Release Vault $ $ Restrain Existing 30" WM 10a and Make Tie-in (San Marco 1 LS Island) $ $ Restrain Existing 8"WM and 10b Make Tie-ins (San Marino 1 LS Island) $ $ Restrain Existing 16" WM 10c and Make Tie-ins (Di Lido 1 LS Island) $ $ Restrain Existing 30"WM 10d and Make Tie-in (Rivo Alto 1 LS Island) $ $ Restrain Existing 16"WM 10e and Make Tie-in (Rivo Alto 1 LS Island) $ $ 10f Restrain Existing 30"WM 1 LS and Make Tie-in (Belle Isle) $ $ Restrain Existing 20"WM 10g and Make Tie-in (Miami 1 LS Beach) $ $ Water Main Severance and 11 a Restraint (San Marino 1 LS Island) -Western $ $ Water Main Severance and 11 b Restraint(San Marino 1 LS Island) - Eastern $ $ Water Main Severance and 11c Restraint (Di Lido Island) - 1 LS Western $ $ Water Main Severance and 11d Restraint (Di Lido Island)- 1 LS Eastern $ $ Water Main Severance and 11 a Restraint (Belle Isle) - 1 LS Northeastern $ $ Water Main Severance and 11f Restraint (Belle Isle) - 1 LS Southeastern $ $ Water Main Severance and 11g Restraint (Miami Beach) - 1 LS Western $ $ 12 WM Certification, Sampling 1 LS &Testing $ $ Abandonment of Existing 13a 30-inch Water Main via 1862 LF Grout-Fill $ $ Abandonment of Existing 13b 20-inch Water Main via 141 LF Grout-Fill $ $ Abandonment of Existing 13c 16-inch Water Main via 2649 LF Grout-Fill $ $ Abandonment of Existing 13d 12-inch Water Main via 375 LF Grout-Fill $ $ FORCE MAIN Furnish and Fuse 12-inch 14a HDPE DIPS DR9 FM 2524 LF $ $ 14b Install 12-inch FM via HDD 2524 LF $ $ 14c Perform 12-inch FM Pilot 2 EA Hole Gyroscopic As-built $ $ 14d Perform 12-inch FM Pipeline 2 EA Post-Installation Survey $ $ 15a 12-inch DI FM Installed via 74 LF Open Cut $ $ 15b 10-inch DI FM Installed via 128 LF Open Cut $ $ 15c 8-inch DI FM Installed via 10 LF Open Cut $ $ 15d 4-inch DI FM Installed via 4 LF Open Cut $ $ 16a 12-inch MJ Plug Valve 2 EA $ $ 16b 10-inch MJ Plug Valve 1 EA $ $ 16c 8-inch MJ Plug Valve 1 EA $ $ 17 Air Release Valve Assembly 2 EA $ $ Restrain Existing 4" FM and 18a Make Tie-in (San Marino 1 LS Island) • $ $ 18b Restrain Existing 8" FM and 1 LS Make Tie-in (Di Lido Island) $ $ Restrain Existing 12" FM 18c and Make Tie-in (Rivo Alto 1 LS Island) $ $ Force Main Severance and 19a Restraint (Di Lido Island) - 1 LS West I $ $ Force Main Severance and 19b Restraint (Rivo Alto Island) - 1 LS West • 20 FM Certification, Sampling & 1 LS Testing $ $ Abandonment of Existing 8- 21a inch Force Main via Grout 1696 LF Fill $ $ Abandonment of Existing 4- 21b inch Force Main via Grout 19 LF Fill $ $ RESTORATION 22a Concrete Sidewalk 171 SY Restoration, 4-inch $ $ 22b Concrete Sidewalk 30 SY Restoration, 6-inch $ $ 23 Concrete Curb and Gutter 665 LF Replacement $ $ 24 Concrete Driveway 25 SY Replacement $ $ 25 Concrete Crosswalk 170 SY Replacement $ $ 26 Asphalt Trench Repair 675 SY $ $ 27 Asphalt Milling and 6386 SY Resurfacing $ $ 28 Sodding 90 SY $ $ 29a Exfiltration Trench Repair on 1 LS San Marco Island $ $ 29b Exfiltration Trench Repair on 1 LS San Marino Island $ $ 29c Exfiltration Trench Repair on 1 LS Di Lido Island $ $ 29d Exfiltration Trench Repair on 1 LS Rivo Alto Island $ $ 30 Storm Drain Modification on 1 LS Rivo Alto Island $ $ 31 Miscellaneous Restoration 1 LS $ $ 32 Landscape Restoration 1 LS $ $ Total Base Bid Amount $ Line items herein correspond with specifications provided in Appendix G. Rest of page left blank intentionally. APPENDIX D MIAMI BEACH Prevailing Wage and Local Workforce Participation Programs 0 Iv . ••I . •I- - -• - I v • '• B • Si . MEIN The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts, the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Monica Garcia at MonicaGarcia@MiamiBeachFL.gov or at 305-673-7490. II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit (RCA). As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the Contractor shall submit a Responsible Contractor Affidavit affirming that it will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The Contractor shall also affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Failure to submit the RCA shall result in the bid or proposal being disqualified and deemed non-responsive. 2. Workforce Performance Report. Before its final application for payment, the Contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. Balance of Page Intentionally Left Blank LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance with Article III,Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,500,000 for(i)the construction,demolition,alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,500,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal of having thirty percent(30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s)shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code APPENDIX E M I AM I BEACH Trench Safety Act Certification Only applicable if checked in the Invitation to Bid Summar TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE, THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards.The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors.The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF VALUES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Unit Unit Description of Measure Quantity Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form in order to be considered responsive.] APPENDIX F MIAMIBEACH Contract CONTRACT THIS CONTRACT ("Contract") is made and entered into as of the day of , 2020, by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and (the "Contractor"): WITNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into this Contract by reference, for: ITB No. and Title: The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, 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 Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation by reference to the General Conditions for Construction Contracts dated , are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Documents expressly include this Contract, Attachment A (the City's General Conditions for Construction Contracts), Attachment B (Plans and Specifications, Invitation to Bid No. and all Addenda thereto), Attachment C ( Sunbiz Entity Detail and Contractor's Response to the ITB), and Attachment D (Insurance requirements). For the avoidance of doubt, all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shop drawings, issued subsequent to the date of this Contract etc.) shall govern this Project. In consideration of these premises, the City hereby agrees to pay to the Contractor for the said work, when fully completed, the total maximum sum of[ Total Base Bid below + allowance account items+/-alternates+contingency) dollars ($ (the "Contract Price"), consisting of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid $ Total Allowance Account Items $ Total Alternate Items (if applicable) $ Total Owner's Contingency $ Contract Price $ The Contract Price, exclusive of the Owner's Contingency, includes, without limitation, all costs for all labor, materials, equipment, fixtures, freight, field supervision, supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom, even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form. The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time. Days for Substantial Completion: days from Notice to Proceed No. 2 Days for Final Completion: days from Substantial Completion Liquidated Damages. Failure to achieve Substantial Completion: /day Failure to achieve Final Completion: /day Project Team. Contractor: Consultant: Contract Administrator for the City: [CONSIDER IF THERE ARE ANY OTHER POSITIONS TO INCLUDE] Notices. A notice or communication, under this Contract by the City or Contractor shall be sufficiently given or delivered if in writing and dispatched by hand delivery, or by nationally recognized overnight courier providing receipts, or by registered or certified mail, postage prepaid, return receipt requested, to such party's address as set forth in the Contract. Notices personally delivered or sent by overnight courier shall be deemed given on the date of delivery and notices mailed in accordance with the foregoing shall be deemed given five (5) days after deposit in the U.S. mails. The place for giving notice shall remain the same as set forth herein, unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: Office of Capital Improvement Projects 1700 Convention Center Drive, Miami Beach, FL 33139 Attn: Office of Capital Improvement Projects Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Rafael E. Granado, City Clerk Alina T. Hudak, City Manager [seal] ATTEST: [INSERT CONTRACTOR NAME] By: Name: Name: [seal] APPENDIX G M I AM I BEACH Plans & Specifications (attached under separate cover in PeriscopeS2G) APPENDIX H MIAMI BEACH Post Award Forms M I AM I BEACH FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves,their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract FORM OF PERFORMANCE BOND (Continued) 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 Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor 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 Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor 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 Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions 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. Signed and sealed this day of , 20 . Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 . IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s)was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by PERFORMANCE AND PAYMENT BOND FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1)year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature 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. In accordance with Section 6 of the General Conditions, 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: FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 6 of the General Conditions, and the final bill of materials, if required, 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 provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE 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 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of _ 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20 . APPENDIX MIAMI BEACH INSURANCE REQUIREMENTS TYPE 9 — CONSTRUCTION W/ DESIGN AND PROFESSIONAL SERVICES (BUILDERS RISK) INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles,with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) F. Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. G. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach do Exigis Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(ariskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. MIAMI BEACH PUBLIC WORKS DEPARTMENT VENETIAN CAUSEWAY WATER AND SEWER MAIN UPGRADES - PHASE 2 OCTOBER 2023 BID SET PROJECT LOCATION CITY OF MIAMI BEACH _---- �_ 1/}Y . MAYOR: DAN GELBER i j, Hazen COMMISSIONERS: KRISTEN ROSEN GONZALEZ C1���`�TTTI ^ ■T. „ HAZEN AND SAWYER LAURA DOMINGUEZ I 999 PONCE de LEON BLVD,SUITE 1150 ALEX FERNANDEZ J�,� CORAL GABLES,FLORIDA 33134 STEVEN MEINER Oita �� RICKY ARRIOLA PHASE 1 PROJECT C 11II DAVID RICHARDSON (PRIOR CONTRACT) SUNSET t!VII, . ,j 401111r 0 Dippliii CITY MANAGER: ALINA T.HUDAK ROW D WWY. i . 7'/❑1 ❑I CITY ATTORNEY: RAFAEL A.PAZ w,...RGG h1 n tIBELLE ISLE DER d❑❑❑® ❑I PUBLIC WORKS DIRECTOR: JOE GOMEZ,PE `J�.a1r1 ww.v 'r=! 'i : ,"' el im �OI-181 • CITY ENGINEER: CRISTINA ORTEGA,PE,ENV SP SI om m❑❑❑❑❑❑❑i i PHASE 2 PROJECT FLAMER ISENDRu Om 1 J (THIS CONTRACT) O pm IWI mmULl ' 1m COmmmol®m IT,R1I m mmEimm N4 y, m❑❑m ®noon ��� • • En❑❑�����UOT*******-----..‹- - VERTICAL DATUM NAND 1988 TO NGVD 1929 CONVERSION _ w`'"r.,� ��mmm������� ALL EXISTING AND PROPOSED ELEVATIONS -i &%. /-- ,� MI+Pr7I��YM�N111BIM+�1 ��sEw Y i BR SHOWN ON THESE DRAWINGS ARE IN NAND t V\V\�Y 11 Iimm®m"" Gym/ 1MI,UNLESS OTHERWISE STATED.THE 1.56 ,.`II mmmmUldiri. FOLLOWING GRAPHIC ILLUSTRATES 1 two INS �nmmmmD� / CONVERTING TO NGVD 1SAY A — �IIIIII';1I►�� < S.S.O.C.O.F.TICKET#237104173 DATE:08/25/2021 LOCATION MAP o o A PORTION OF SECTION 32 8 33 TOWNSHIP 53 SOUTH,RANGE 42 EAST ENGINEER OF RECORD: a NOT TO SCALE TAYLOR J.BONARITO. Work Order 16 Sheet 1 of 54 Drawing G0-01 P.E.NO.110453 F►vN,--IRA.1.qn...WF.pprvnlu1N11NMpp0U11G0Y16q NO'rS SHEET LIST TABLE SHEET LIST TABLE SHEET SHEET SHEET NUMBER TITLE SHEET DESCRIPTION SHEET NUMBER TITLE SHEET DESCRIPTION GENERAL CIVIL 00-01 CTTY STANOARD COVER SHEET ANO LOCATION MAP S C1-01 OVERALL KEY PLAN _2 0002 LIST OF DRAWINGS 6 C1-02 MO PLAN-BAN MARCO TO SAN MARINO 3 0003 ABBREVIATIONS.SYMBOLS.LEGEND 7 _C1-03 LIDO PLAN-SAN WAIN()TO DI LIDO _- 4 G0-04 GENERAL NOTES S CI-04 HOD PLAN-DI LIDO TO RNO ALTO S C1-05 MOO MAN-BELLE ISLE TO MIAMI BEACH 10 C1-00 PIPE PINT AND PROFILE STA 105a45 TO 173-0 11 C1-07 PIPE PLAN AND PROFILE STA 17340 TO 17475 12 C1.06 PIPE PLAN AND PROFILE STA 17N7S TO 163K0 13 CI-00 POPE PLAN AND PROFILE STA 1tla00 TO 1SBN5 U C1-10 PIPE PLAN AND PROFILE STA 1119.05 TO 1114•20 10 CI-11 PIPE RAN AND PROFILE STA 194a20 TO 1114•35 16 CI-12 PIPE PLAN AND PROFILE STA 199.35 TO 204.50 17 C1.13 PIPE PLAN AND PROFILE STA 20050 TO 20400 to C1-11 PIPE PLAN AND PROFILE STA 231 K0 TO 234.50 t0 C1-15 PIPE PLAN AND PROFILE STA 236.50 TO 241E00 20 C1.1S PIPE PLAN AND PROFILE STA 241K0 TO 244410 21 CI-17 PIPE PLAN AND PROFILE STA 244K5 TO 246E00 22 C2-12 ENLARGED PLAN-SHEETI 37 C2-10 ENLARGED PLAN-SHEET 2 24 C1-20 ENLARGED PLAN-SHEET 3 20 C2-21 ENLARGED PLAN-SHEET 4 M C2-22 ENLARGED PLAN-SHEETS 27 C2-23 ENLARGED PLAN-SHEETS 2/ C.2-24 ENLARGED PLAN-SHEET 7 20 C2-25 ENLARGED PLAN-SHEETS 30 02-26 ENLARGED PLAN-SHEET 6 31 C2-27 ENLARGED MAN-SHEET 10 32 C2-26 ENLARGED RAN-SHEET IT 33 C2-26 ENLARGED RAN-SHEET/1 34 0030 CONNECTION DETAIL-SIN MARCO WM 35 C431 CONNECTION DETAIL-SAN MARINO 1YM 30 C432 CONNECTION DETAIL-SAN MARINO FM 37 C417 CONNECTION DETAIL-DI LIDO WO FM REY MAN ROT TOM/ILET 31 CI-34 CONNECTION DETAIL-MVO ALTO VIM S FM 39 C-35 CONNECTION DETAIL-BELLE ISLE SIMIAN BELCH WM 40 C430 CRITICAL ALIGNMENT LOCATIONS-SLEET 1 41 C437 CRITICAL ALIGNMENT LOCATIONS-SLEET 2 42 C435 PAVING AND RESTORATION PLAN-SAN MARCO.SAN MARINO 43 C 46 PALING AND RESTORATION PLAN-0I U0O.RIVO ALTO 44 C440 PAVING AND RESTORATION PLAN-RNO ALSO.BELLE ISLAND 45 C441 PALING AND RESTORATION PLAN-BELLE ISLAND.DADE BLVD N C542 CNIL DETAILS-SHEETI N C543 CIVIL DETAILS-SHEET 2 IS C544 CML DETAILS-SHEET 3 40 C515 MAN BEACH DETAILS-SHEET 1 50 CSN MIAMI BEACH DETAILS-SHEET 2 51 CSO MAN BEACH DETAILS-SHEET 3 @ C541 MIAM BEACH DETAILS-SHEET 1 53 C5MIAMI10 M DADE COUNTY DETAILS-SHEET I P.E SEAL 51 C5-50 MAIM DADE COUNTY DETAILS-SHEET 2 SI a ENGINEERor RECORD ENGINEER OF rre �R�o VENETIAN CAUSEWAY WATER AND Fr u.aW4an 04AadaMIgMIBEACH -MANAGER NuoAA 'RECTOR 00052 PE DESIGN ENGINEER ACA NSrAc4 SEWER MAIN UPGRADES-PHASE 2 AEN.o •,aa conveNnorS+ceN vvOa"owve uuN aewcr nnl3e CON ENGINEER CRIS/1.ORTEGA.PE,ENV SO, a1 MO M21 TGAPE N 2 ww�R SC0 LP.u TINE LIST OF DRAWINGS FNM 6sO Pna� WAN eYA NO. REVISION APP9.w ,crwr.m� PEpN0 aGL57G GALE sir TO SCALE Gros oCr2023 SLAMS M51 G44.4.a TO Pam ClominamnpwmuponrwarEIGEI e NOTES: DESCRIPTION MMEVIATMYMUARONYMS DESCRIPTION MMEVWTOTEIROOMS DESCRIPTION MSREVMTOIEI ACRONYMS DESORPTION AMMVMTIONSIARORW DESCRIPTION MSRESMTCO IARUTIYW AMMO MAT, DEGREE DEMON• IRON PIPE • REINFORCED CONCRETE PIPE RCP WATERTERMCE t EM. ARE{ AC DIAMETER DM.W• WAND IL. REVISED REV. WEST W. AOOTOM UM. OILENSIO. OM. UWIE LN RIGHT WEST LINE Mt ADJACENT OR ADJOINING ADM. DISTANCE DM. LATERAL CAT. NON ANGLES NA WON NI NOW AID. OOVN a. LEFT LT. RIGHT OF NW SOW NSW MTTOUT WO ALSO KNOWER' MA OFNVANG OLYO. UTIE EN RIGHT O SNP ME IIMIL WYE COMlECTTOM IC AIMACI. N0. 0511 HOLE ON MINT LT NM ELEVATION NM CITY.MMSEAOL CLM APPRMCMMAS APRA. OIOVE M. LVING LYO RPANAN ROTS RP.RTE. EMEND EN APPRORWTS APIMOI.W LE MAMN IRr ARMY. OLE OM ROM RO MOMENT.DIRECTIONAL M NAL WILL D ARC LENGTH DUCTILE IRON DI MNNRJM me MEMO NE R MD NIE MOE COUNTY WC ASPHNT AWN MOTILE IRON PIPE ON MENLOERTO TONS. MMTMVLNE ENE AVENUE AMWAV EASEMENT EAOW MEC"RNCALJONT NJ WNW,IAMMOE MAN MICR.WNW C MST E MINIMUM WL MOON SECT. NOR OF MORMALY MN MST UM EA. NIMES MMf MINCE SERV. WE UNE EL•M. EDGE OF PAVEMENT SOP MORE OR LEIN OIL NNTMV EEWER SS EMREING EMI. ELECTRICAL ELECT RNI OSC WO EO WALU ME SELL EMT.FNLECOMMMICATNYM SECS ELECTRICAL MAN OLE ELECTMH NAIL L RASHER NMI ELM M_ SEC"WM M ELECTRIC.PULL WAS E1ECTI9 NON REINTORCEO CONCRETE PIPE MAIM SWTH I S EWEEN MIT. ELEVATION ELEVATION NON NNW ETET TSAR EOUIN ME SR M•CANE MC. ETMEDAIRENT EC. NNW E MTIITTEM SELL TEEM.* SST TRAGIC STEEL MEMEL ME ENSTNO EMT. NORTH ME W. STATE MAID M NO. MO SIE ESPRF•WAY EOMR. AM ASSESSED WTH FMaM STATION STA. MUMMY MYRY. ERTENOED EXN. OU TSOE DIAMETER 00 ET mom. VIED OTEICIA EYED. PARALLEL PM. STDRENATER SEWER WE MIDGE EXTENSION WOE STORMWATER UN ETII W ILDINGMOD. FEDERAL PANNEWROIW. STOMMATER MANGLE SON &AMMO MAD. FEET FT W PAVEMENTPAVI. STREET ET. SUTTERFLV VALVE N NW HYDRANT EH PT.ENO pm ETMETUNHT SILT. CAME TELEVISION T TL I CAR FESIT O PO SIMEOM• NARY. -- WAIL CA. NOR.POWER A LIGHT FPL PONT OF POI SIROMMON ELM. CAST IRON 0 FLOW PONT OF COMMENCE EEC 10.000IE WI- CAST IRON PIPE Cr FORCE INN FM PcoNT OF GOMPUND CURVATURE PCC TELE/MIE MNMOIE TEFL CATCH NNW CE FORMERLY MOWN ES wo A TEEM.. PC TTIES NPULLCR TEEM CENTER CTR. FOUND PONT OF E GON PI TEMPORARY TEli. CENTER LAW CL MCA MUM IRON PIPE EMP PONT OF REVERSE CURVATURE PC TE D:NAMI MSCI WWI TM OWN UML FENCE CLF GARDEN CAN. PONT OF TANGENCY PT TERRACE TER MTR °LEARNT. CL. OAS UNE DREW POLWMYL CHANGE PVC TMMACTA TC CONCRETE COMG. GATE VALVE Al PORTION PORT. TOP OF CURS TOG CONCRETE MOW STRUCTURE CM EYEWIENT OUST MOWER POE 19. PE_ TRA TOP Of PM TOP HO YO EII°GSTS MRT CM RIM wMIYR TCHmEMc MpE PIOPFIIIYLM PLRRL T MT COLITOOUS °ONTO. MOM WATER ME MARL PROPOSED PROP. TMRMI TR-FLEA COWS. CENT. NOMAD PIAL SOX A TYPICAL . CORER CM TOLEOLINOWECROA MC MOLUS R. VERTICAL KIT. COMTY CTY. - -1OM ONTAL NOES MIAOW RA WATER . COURT CT MEREST MT. REDUCER MO. LMER YNM MI REY PLAN(NOT TO SCALES GYM AND METER Cie MEW M. REFERENCE REF. WATER METES WM LEGEND LINE TYPES HATCHES AND SYMBOLS SECTION AND DETAIL IDENTIFICATION LABELING SECTION KEY DETAIL KEY GANGING UNDERGROUND STREET MPG. EXISTING HEDGES AND TIMMS DERGROUND0000UMICATONS EXISTNG TREE ���'U SECTION LETTER• DETAIL GENERAL OWNING UNDERGROUND COMMUNICATIONS TELEPHONE LINE IIMSER ,. UIDERGROM LIE EXISTING PALM /E� ��IT�� J� POND OUOWG UNDER UND GAS LINE ARAM SHIM `/ UNDERGROuNO IC LONE EXISTING RIPE PREVIOUSLY AMNION. cP IME SEM // _ RAM G+ADELc GROUND FORCE MN NOEIGWuTD SANITARY SEWER LINE ?()(jM/ PROPOSE°WE TO BE ABANDONED MADAM NITER ERP•RO MMIIII IMAM M LOWED EMAIL LOCUMUNOERMOuND STORM SEDER LINE P.E SEAL u NMUNIUTONS TELEVISION LIE /%%�/i% AREA TO BE N.,F0 AND RESURFACED T.(TIP I INCTON WET. DETLLYEVI PAREWO RIGHT OF OAT SECTION LETTER DETAIL POLE OvERNFAD WIRES * SOL BORING /� SWAN R EXISTING STRUCTURES SECTION DETAIL t DEUL / xIAMER OVER0EA FIRER OPTICS CABLE SCALE INC A SOME:1•1r • AIDE FIMOMO FEER OPTICS CANE MECELANEOIK iv OMMMG SECTOR __ —•—• MOM WATER ONE UT IS MO ORANING NUNIEN FR—FM PROP0.9ED FORCE wlN /v NV TOE NOTE NOTE 9ECTONS SHALL ALWAYS BE IDENTIFIED AS LETTERS IFBETAµ A REFERENCED aLT M PLE TIMES OW— // O MIAMIBEACH mMANA tR ALIwTHUMN ENGINEER OF RECORD E E NE RCAF RECORD Ts NEIGHwI0000 VENETIAN CAUSEWAY WATER AND Fla EEWOIT9 GNA MG o HaZen DEANNENGINEER ME_ JOE GOMEZ PE D DRAWN BY Aw SEWER MAIN UPGRADES-PHASE 2 ....woe PUBLIC WORKSDEPARTMENT OREGA.PE.E009P T TIwO MART Taw own mew n AYLORJ SOVANTO_ CHEWER TITLE ABBREVIATIONS,SYMBOLS,LEGEND Fr Er E A .M.Mom_ Na_ M. LONVEMMxCENTER ONE.WYSFAGL RSDIM CITY ENONEER CMTNA NO. RATE REVISION RPM ST ,¢r!y nr� W PE NO wow WCALEAEHDTED pop. OCT NO SEM.] a Mary roil FM PEP Cw.NWEoSDISLO E-mmi @TIER GENERAL NOTES: Mores. TIER-DREAM WATER-SEWER GENERAL NOTES: 1 ALT APPLICABLE PERSISTS MUST BE OBTAINED PRIOR TO COMMENCEMENT OF CONSTRUCTION St ERECTION OR IwT41ATM OF APPROPRIATE SAFETY AND WARNNT DEVICES WALL BE REQUIRED DURING THE A HOR2ONTO DISTANCE OF AT EDAM{FEET,AND PREFERABLY 10 FEET 1001810E TO W1B0E1.S.L.I.SE ' A W WI BF PRESSURECCTO TESTED N COURSE OF CONSTRUCTOR.CONTRACTOR STYLI PROVIDE MNNTEMNCE OF TRAFFIC OUR.CONSTRUCTION IN NTNNED BETWEEN GRAVITY OR PARE ICI.SEWER APES AND WATER PIPES THE HORMONTH TPIFING MBECFXANSECTON AM 2. CONTRACTOR MAT CALL CITY OF NW.BEACH.PUN.WORKS DEPARTMENT TO OBTAIN A RIGHT OF ACCORDANCE WITH ALL CAI'.COUNTY,AND STATE.EOIAREMENTs. REDUCED TO S FEET FOR VACUUM-TWO SEWERS OR FOR GRAVITY SEWERS THE TOP ' R E WAY PERMIT AND ARRANGE A ME-CONSTRUCTION MEETING Re MOUE PRIOR TO START OF OFPHEASEWERPPE IS AT LEAST{NOES SELOW THE BOTTOM Of THE WATER PIPE WHEN THE ABOVE SPECIFIED a T.CONTRACTOR WALL EXPOSE ALL PIPESANO CONSTRUCTION p. FLRM 150IILALLYR LORVRC AICEWITHCUMENTFDOi DTANDMO NOEXES RA SEREO,RE JTA,DISTANCE CRIIERA CANNOT SE MET OOETO AN RESISTING UNDEROROUNO FACILITY CONFLICT. MAULED .CONTROLOEWCEB FORSIREETSANOHIIOHWAK.'ANDALLOIHERCRY.000NIY.MO SMALLERALLOYED FORE OF THE FOLLOWING IS MET FORCE MAWSAE THE LOCATTONOF DEWS WITH x. ALL MATERIALS AND CONSTRUCTION UNDER THIS PROJECT SHALL RE IN STRICT ACCORDANCE WITH STATE REQUIREIMENTSTRAFF « SE .E ICED HE VIER PIPES ARE DESD AND CONSTRT EOLJAL TO THE WATER PIPE AND PRESSURE TESTED AT I50 ED PIPING THE CON TR W ACTOR ALL TH WE REOMTEMENTS OF E CONTRACT DOCUMENTS ANO THE CITY OF MAA BEACH PUBLC WORKS PP CONFIRM EAST.CONDITIONS DEPTH 5HMAL. JI. CONTRACTOR SHALL RE RESPONSIBLE FOR INSTALLING TURWG PrBARRIER AT ALL OurFK A LSWIEC0 TO POTENTWt 94 THE SEWER IS ENCASED N A WATERTIGHT CARRIER PIPE OR CONCRETE. MATERIAL,DIAMETER.RESEW)*STATUS ETC.) DISCHARGE DURING CONSTRUCTOR.SEE FOOT INDEX E 1 W.CONTRACTOR WALL SE RESPONSIBLE FOR FULL . A THE CONTRACTOR STALL ON NWT.A CURRENT APPROVED SET OF CONSTRUCTION PLANS ON OM KNOWLEDGE OF HI APP...REGULATORY REQUIREMENTS AND CORRECT ANY SILTATION OR OTTER DAMAGE TO LITHE TOP OF THE 9EWERISAT LEAST IS INCHES BELOW THE BOTTOM OF THE WATER PIPE J CON TRACTOR IS RES...id L FOR OBE.. THE PLANS METOBEEUPON RWLE TO THE ENMNEERING INSPECTOR OFTECITYOARAM THE DRAINAGE SYSTEM DISTANCE OF At LEAST I2 INCHES(OUTSIDE TO OUTSIDE)WALL BE MANTMIED BETWEEN ANYALL APPUCABLE BGLn OR HIS DESIGNEEUPON EWESi D TO.WArpRNG PFRua MAW EACH C/UONG BUT NOT 33 MTIGENLPoLLUTND TOISCHN WORK MUST SKTELYFOLL E0DUANAGEMENTPw CONSTRUCTION CTION FOR MAINS WW1 SEWER PIPES CHERAR CMDITY HOER WATER VOWS TIE WNWW _ S. IT 0500OMAPPRDEPARMENT U BE AL.PERMITTED NGINEROFRECOR CONTENT OF 9EOMENTANO MDEROSOMWORK MATYSIRMOTLY iOLLOwEODURINGMDAFTER CQMSIRUCT. NREWLED TO WATR ER AN.THES DROSS MG IRE LL BE ARSE 0 THAT TY Au. ARO MOT _ _ A. MF CM OF ARAM BEACH DEPARTMENT OF PUBLICW.KSORENGINEEROF RECORD. VERTICAL THE ARE AT LEAST BELOW FHE ROM ALL JOINS THEAVITY AND PRESSURE RANOEOIPESIN IN WATER CLOSURE REQUEST MMTUST PIE off Twof,OF INALei)FPROR TO ff. NDARNC.SNSHNEXCEY OF FEET COMPLY ESANOD TRENCH SAFETY ACT ASPER IN NpE REDUCED EAT 3FEE FEET VMULANAwTSINGRAVITYN T PRESSURE SEWER PIPES MTANCE CONSTRUCT.PRECOM T H,.0 I ION AND PRE {. .GCSREFER TO LAMENT REYO000-06 OTTO OBLISHE VALUE OFSAOOATORAL NOMOMCPRS.RULES0{IAPM0P INSTATUTESTNE TRENCESAND ORCTO BTOE BE PROTECTED IN FEET FORV EXIST0 UNDO GR UND AOL T MOVE CIFIED SMALLER DISTANCE GEOOTIL 9URVEV MONUMENT A-SY IP.DARpxI wIMAPUBLISHEO VALUE OF{IOW FEET. ACCORDANCE WITH RULE 2N b.W FAC AND BAT015DI OALLOWED IF ONE FTHE DUET. IS MSTWG UNDERGROUND fAGUtt CONFUCT.9MALLER SEPARATORS ARE MACBw{BEEACHH MEETING y WORK NT RA TRoCTU AT E FOu0WIN0IS NET LEAST 2 WEEKS PROP TO CONSTRICTION.R T. EXISTING BENCnNARKS LOG TED WITHIN THE LIMITS Of COMTRUCTON SHALL NOT BE GSTURSED IN N PROTECT.OF ROADWAY.UNITES AHD EXISTING LANOSCANNO. ER PIPES ME...ED ARO CONSTRUCTED EQUAL TO TIE WATER PIE AND PRESSURE TESTED AT 150 ME EVENT THAT TE ENCHMARKSME DISTURBED OR DESTROYED.THEY SHALL SE REPLACED SHORING AT BE REQUIRED FOR TRENCH ANDS AND CONSTRUCTION.THE CONTRACTOR STALL PROWOEA PSIA TREE PROTECNMORELOGTKAN UPON COMPLETION OF THE PROJECT. SHORING SUBMITTAL WITH SIGNED AND SEALED CALCULATIONS FROM"H A FLORIN LICENSEDS.FNL ENGINEER q HE SEWER IS ENCASED IN A WATERTIGHT CARRIER PIPE OR CONCRETE. REOARELENTS,ROOT CUTTS.TREE TO EW COMMENT AT CITY FOR REVI APO COMME AT IRE PRECONSTRUCTION MEET..TOE COST OFE 01051 SHOVING WILL BE RELOCATIONS.TREE PR...EL MO TREE { THECONTRACTOR SHALL PROVIDE ACCESS AND ASSISTANCE TO CITY OF NAY BEACH INSPECTORS. INCLUDED IN THE OVERALL PROJECT COST.DEWATERING MAY N REWIRED AND SHALL SE INCLUDED IN THE OVERALL LAIR RELEASE VALVES SHALL BE PROVIDED AT..PORTS OF NEW FORCE MAIN SANITARY SEWER. MNNTENVCE WALL BE N ACCORDANCE WITH ENGINEER OF RECORD,OR HIS DESIGEE TO MAKE INSPECTIONS.NECESSARY DURING PROJECT COST CONSTROODON ALL APP rAu c EWATTORS MO CITY OF MAY) SAN «POWER POLES ARE ADJACENT TO ANY PROPOSED UnUTY.THE C.TMCrOR SHALL MOVOE PROPER SHORING AONA PI ON PIREwTHTKSEC Ns MR�rtD jLE FJI TIIAnaNLIuiE DOF�GMNTYNSAF AREA T SSEWERSc�� �FgN WNLENAttORMHV�WITN THE { INSPECT ALLF CITES IN ACCORDANCE WITH TINE APPROVED PLANS I.TREE >5. OR OTHER SUITASLE SUPPORT DURING CONSTRUCTION.THESHORING MD.PPORT MET.OS SHAL L BE APPROVED BY LCwiRUCTED IAA PUBLIC WELLFELD PROTECTION AREA SHALL BE. WABOOFI LOGE OE ORDINANCES LHAPIEILAL ENGINEERING WILL REQUIREMENTS SAL L BE IN STRICT ACCORDANCE WITH THE THE UTILITY COMPANY ENGINEERING DEPARTMENT THE COST OF SHORING SILL OE INCLUDED IN THE OVERALL PROJECT wREMOENMILAw LAESFMTY Ip1 OALLDNSERINCH PIE DIAMETER PER VILE PER DAY.THE BASED.A ARTICLE S.OWISI.x. MINRMEONREMENTS OF THE AGENCIES HAVING JURISD.TON COST MUM TAO RI HOUR TEST NAV.A MINIMUM OF TWO IT FEET OF Rosso.HEAD ABOVE THtE CROWN OF ME 10 THE CONTRACTOR SHALL BE RESPONSIBLE FOR TAKING NECESSARY SEABURES TO PROTECT T. A PLANS AND0PECIFHGTIO0 REOMRE THAT COMPACTED MCFALL SE PLAGEDAL000STORE OF AND OVER ALL MOUSES. �E,RESIOENiV1 W101* 1WENtt H ALTH SAFE,MO WELFARE OF THOSE PERSONS HANG ACCESS TO THE WORK SITE. THE CITY REQUIRES TEAT COMPACTION TESTS BE TAKEN TO VERIFY SACBFLL COMPACT.P RESULTS OF TESTS ei WI GALLONS PER INCH APE DIAMETER PER ALE PER DAY,MAOONA 11 NFORMATION SHOWN ON THE DRAWINGS AS TO THEIR LOCATOR AND CHARACTER HAS BEEN EOUNEMENNS.SUCH.FELTNE TWORK VIIILLBHE WORK BEE E)MOVED.REPTLACED.ED MD RETESTEDT AS DETECMEET TED BY THE ENGINEER MMAMiWO IxI FOUR TFIi INVNGA WNW.OF TWO(O FEET OF POSITIVETH OXEN HVE IEADASOVE TE CROWN OF E DO (PREPARED FROM THE MOST NELWLE DATA AVAILABLE TO THE ENGINEER:THE ACCURACY OF THIS AND AT THE CONTRACTORS SOLE.PEN. u AN OBSERVED LEAKS OR MY OBVIOUSLY DEFECTIVE ANTS OR PIPES SWLLL SE REPLACED EVEN AHEM THE INFORMATION/5 NOT GUARANTEED.THE ENGINEER/5 NOT UNKNOWNS THAT ARE DISCOVERED DURING CO.TRUCTOx LIABLE FOR ANY UTILITY CONFLICTS M TOTAL LEAKAGE ISBELGW THAT ALLOWED O JT ALL DUCTILE IRON PIE Y SHALL CONFORM TO THE NAMUR THICKNESS CLASS SPECIFIED.THE CITY OF MAN REACH PUBLIC WORKS MANUAL AD PALL SE NEIC COATED POLYWRAPPED 1MAM...PE WITH AWWA COS AND THE CITY Of TRAT.N RATE OF GRAVITY TAMP.SEWERS CONSTRUCTED OUTSIDE A PUP. 12. THE CONTRACTOR SHALL CONTACTWNSHNE STATE.E CALL OF FLORIDA.INC DOA SUNSHINEEBIT MAW BEACH PUBLIC WORM MANUA STANDARD DETAILS. EDI IW1 GALLONS PER INCH PIE OANETER PE008 KS TWO GI/OGRESS DAYS PRIOR TO ANY EXCAVATOR rO°ETERS.UNDERGROUND UTILITY IRO(x)HOUR TEST HAVING A MPS.OF TWO(2)FEET OF POSIVE HEM... LOCATORS AND THE LOCATIONS OF RECENT ADDITIONS TO THE SYSTEMS NOT SHOWN. b. SHALL BE INSTALLED N ACCORDANCE NTH CITY OF MANI BEACH PUNS:WORKS ANAL SPECFIGTON CROWN OF FN.AN OBSERVED LEAKS OR MV OBVIOUSLY INFECTIVE ANTS OR PIPES SHALL Y REPLACED REQUIREMENTS. EVEN WHEN THE TOTH LEAKAGE IS%FLOW THAT ALLOWED. 13. EXTREME Gun.WALL BE EXERCISED PI THE CONTRACTOR TO ELIMINATE ANY POSSIBILITY OF DAAGE TO U TATES DURING CONSTRUCTOR.THE LOCATORS AND ELEVATIONS OF WISING INSTALLED WITH LESS THAN JO Of COVER AS PER CITY OF ARAM MASH BAMTARY SEWERS CONSTRUCTED.IAA PUBLIC WELLFIEW.0 MOTION AREA WALL SE MET. LITOTES CONTRACTOR ON NOT.APPROVED HE C.DFPANS ALL BE 5IEL VERFA DEPART...THECONTRACTOR THE fB BEACH CPUN.WORKS IAA.STANDARD DETAILS PIE IRON COW AC.HOE OR REINFORCED CONCRETE PRESSURE SEWER PIES OCCUR SO ME ENGINEER OF RECORD OR HIS DESIGNENY DISCREPANCY OR VARIATION FROM THE APPROVED WINGS ORECAN MAKE THE APPRLOPRIATICT THAT E DESIGN T NI PROvIDE PIPING REOUIREMENTS.AND RESTARTS INACCORDANLE WITHGTYONAM BFACNPUBUC wOASMANUAL 6ELIfIGTOH RAEO AMT.RATE OF PORCELAIN MT.SEWERS WWL. CHANGECHANGE/5HDUC,LE W..C{W N.C.HOPHPE MD PVC PIE THE ALLOWABLE LEAKAGE ATE SPECIE.N AM ERICAN WATER KI. .RUST!LOCK NOT ALLOWED UNLESS SPECIRCALLY APRON.SY THE CITY OF MIAMI BEACH PUBLIC WORKS RO/AMAMI C500-ex AT A TEST PRESSURE OF ISO PSI F.ROAM.Of NOT 14. ME CONTRACTOR SHALL BE RESPONSIBLE AT ALL TIMES THROUG HOIST THE DURATION OF DEPARTMENT NARITNG.USE MEALUGS OR CLASS f1B STNEEY STEEL RESTRANING RODS LESSK*AN TWO(21 HOURS GA CONSTRUCTION FOR THE PROTECTION OF.6iING AND NEWLY INSTA_LED nuTIES AND PROVIDE HALE 012)THE ALLOWABLE I FANA.RATE SPECIFIED NMA A.0.2 PROTECTION FROM DAMAGE DISRUPTION OF SERVICE OR DESTRUCTION O. ALL RELATED HARDWARE FOR RESTRNMNG RODS TO BE CwSa1/STAINLESS STEEL REINFORCED TEST PRESSUREL Of 100 PSI PRESSURE PIPE CIF NOT LEY TIAN TWO(2)HOURS. U OBSERVED LEAKS OR AN OS OUSLY DEFECTIVE A EVEN WHEN OR TIES SHALL BE REPLACED EV WHEN THE 0 SEb MAI 5 ARVDAMA0 PUBLIC OR PRIVATE PROPERTY BY THE CONTRACTOR SWLLLRESTORED TO CONTACTOR SHALL BE RESPO.BLE FOR NTAIN N NG UNTERRWTED WATER SERVICE DURING TH G E CONSTRUCTION TOTAL I FAA.6 BELOW THAT AL LOWED LOWED PRE-EXISDNG CONDITIONS OIL BETTER AT NO EXPENSE TO THE PRIVATE PROPERTY OWNER OR THE OF THE TEM CONNECTION OF ALL PROPOSED TO ANY WESTING WATER SERVICE LINES. CITY ABANDONT SHALL NOT OCCUR NIHE PROPOS WO ED KS MEN HAS BEEN APPROVED AND ACCEPTED FOR OPERATION M THE CONTRACTOR SHALL VERIFY NATURE,DEPTH.AND CHARACTER OF POST.UMDERGROUNO UTRITA PAM BY E OE RECORD PONE.OF CORD AND T CITY OF MANI BEACH PUBLIC WISaKS O .INFRASTRUCTURE FRASTRUCTURE OAS. TO START OF CONSTRUCTION. •5 ENSTNCGRASSEOMEAS DAMAGED AS A RESUL T OF CONSTROC TON ACTIVITIES SHALL BE CONTRACTOR STALL RE0.51 FROM 0,OF MAN BEACH b HOURS PRIOR FOR WATER MAIN SHUTDOWN PREEXISTING CONDITIONS OR BETTER AND SALL BE THE M HN NO CASE SHALL A CONTRACTOR MULL UTILITY FRIES.CONOArS..SLES.ETC N THE SAME TRENCH... APPROVED IN THE CONSTRuCTION MANAGER AT NO ADDITIONAL COST TO T.OWNER TEES OAWGEOORDESTROYED DURING CONSTRUCTION SHALL Y REPLACED INAINDOR ry ..ISECTWI TO V.1,1151/E OF PINE AND f)MATE..ORATE IF INSPECTION NC00ES NOT OCCUROSAN EXISTAI WATER OR ER PIPE EXTENT WIERE THEY LRO55.VERTULLCLEARANCES BEtALL BE PROVOEDAS AN ARE MISSING.THE SHUTDOWN WILL BE CANCELED.THE CITY CAN,AT ANY TIME.CANCEL SCHEDULED SHUTDOWNS DESCRIBED IN NOTE x. •T WHERE PANNE.DEMOunON IS REQUIRED THE CONTRACTOR SHALL EXERCISE EXTREME CAUTION WE TO INCLEMENT WEATHER EVENTS ARDOR SPECIAL EVENTS. 70 PROTECT PAO PREVENT OAAGE TO ADJACENT VIES AHO PAVEMENTS TO REMAIN.LINTS To IF ANY AR.OF THE WORK SI.IS FOUND TO CONTAIN AIRED SOLID WASTE MOOR GROUND OR UDUNO WATER OF PAVEMENT DEMOLITION SHALL BE PERFORMED IN A NEAT.STRAIGHT LINE BY SAW CUTTING. 45. VALVE TO RE PRESSURE TESTED AT tp PSI FOR TWO I2)HOURS BEFORE TAPPING.FOR ATER MANS TAPPING SLEEVE VALVE THE PRESSURE TESTED..PSI FOR TWO EA SHALL FOLLOW AL.APPLIGASLE SAFETY REQUIREMENTS LEG..OSHA.ETC)AND e MANHOLE COVERS.ELECTRICAL BOOS.VALVE BOXES.METER BOXES, ]).N.BEFORPLY E TAPPING NOES. OMHAGE STRUCTURES.ETC WITHIN PROPOSED AREAS OF IMPROVEMENTS SHALL BE ADJUSTED TO NMENIA.M]NOi1OUNG AND RESTORATIONG..ON(ENRDI.PIE FARO CAI GRADE ELEVATION.UNLESS OTHERWISE NOTED. b T SE WITTE/MET BY THE OTY.W2EON•„.TAPS ARE NOT WOWED UNLESS APPROVED BY THE OTT OF H CONTACTED AT MO.JIxe,W IR KEY PLAN�R TIG> F _ YAW BEACH PUBLIC WORKS DEPARTMENT IN WRITING. SOBS ARDOR WAD SOLID WASTE MATERIAI 6 FAA/ATE°OPP.CONSTRUCTION.TEN 9SHALLUTILITY BOXESCOVEA DAMAGE°DURING CONSTRUCTION. T.LOCAL.STATE ONTRACTOR SHALL.TE THE CONDRON OF WATER METER BOXES BEFORE STARTING WORK Nr ANNES BETWEEN EXISTING AND NEW WON(SHALL BE OER..BY GTv ADVISED TEATTTTEENLANOFILL DWNEROERATOR IS TrHiE FINAL AUTHORITY ON DISPOSAL AND IF REGULATORS DISPOSAL WITHIN A MAW VIDE COLA, METERS ARO BOXES AHEAD OF CONSTRUCTION TO DETERNNEIWHETHER REPLACEMENT SINSPECT PERSONNEL MURDER NO EXIST. SHALL THE CONTRACTOR'S PERSONNEL OPERATE ANY SUCH VALVE OWNEDV.ANDEILL.C,ASS 1 LANDFILL).APPROPRIATE MO SELECTED.PLEASE CONTACT THE NAMED. NECESSARY ALL WA TER METER BOXES DAMAGED DURING CONSTHUC TON SHALL BE REPLACED W. b. CONTACTOR WILL OE RESPONSIBLE TO COOROATE WON THE FLO.DEPARTMENT Of HEALTH IFDON FOR ME COUNTY DEPARTMENT OF SOLID WASTE MANAGEMENT AT 605151148665 FOR INFORMATION. CITY ISSUE°WATER METER BOXES AND PAD FOR By CONTRACTOR WATER SAMPLING AND BACTERIOLOGICAL TESTS AND FINAL CERGFIGTON FROM FOCH. CONTAMINATED 501.TAT ARE A NOT RE TURNED TO TIE ORION.EXCAVATION REQUIRES PRIOR APPROVAL OFA SOIL MANAGEMENT PLAN FROM THE ENVIRONMENTAL WA TORT.AND ES TO.TON OR ON e0 CONTRACTOR SHALL EXERCISE CARE WHEN WORKING NEAR EXISTING CLAY PIPING. b TIE NEW MAIN IS PLACED IN SERVICE.ONCE I.NEW NNE IS THE EMRD CAN BE CONTACTED AT MOO*MOO IN SERVCE..OLHYDRANT SHALL SSE IN AND TTLMLIED WITH A SIGN IND.TING'OUT OF SERVICE UNTIL R IS 31 MORTO THE START OF CONSTRUCTION, UCTION,THE CONTACTOR O TACTOR SHALL COMPLY WITH FLORDA STATUTE REMOVE O BY THE CONTRACTOR PUMPS ANUS T COMPLY WITH THE AT..ELECTRICAL CODE NE.)EOUREP.F S FOR CLA551.OLD,D. sJSs FOR THE PROTECTION50 CONTRACTOR SHALL Y OOV.NED BY THE LATEST APPUCMLE PORTIONS OF THE F D O T.DES.STMGARDB, dVI80NILOGTOWIEJLEOSON PROOF). R ET SWEEPER AND WATER Wu..OTHER MPROVEO AND THE f.D 0 T BTANOMO HfCIF1CATI.S FOR ROAD MO SRO.CONSTRUCTION AND SUPPLEMENTS THERE TO IF THE CONTRACTORISAWISED TEATATREE REAEOVAURELOCATIOR PERMIT MAYBE REWIRED PRIOR TO THE EQUIPMENT CONTRACTOR Of LONTROEIIMG AND REMOVING OAT. NOTED IN THE SPECIAL PROVISONB FOR M9 PROJECT. REMOVAL...OR RELOCATION OF TREE RESOURCES.PRIOR TO REMOVING OR FELOCAONG AN TREES.THE JJ CONTRACTOR SHALL PROTECT MATERIALS MD EQUIPMENT ON SITE FROM WEATHER.DUST.AND ST MACH RED CONTACTOR WALL HOTIFY THE TREE ANO FOREST RESOURCES SECTION OF DERM AT DEBRIS AI ALL TIMES,AND AVID THE CREATOR OF NUISANCE M rALARO IN THE SURROUNDING COORDINATE WI EP.).DETECTABLE DEPARTMENT FOR APPROPRIATE COLORAND CONTRESTPFAC l30.5)37285TN OR VA EMAL AT.TERSgMwMOCDE GOV.OR CONTACT THE MURIOPAIUTY AM TREE 0RDSMMOE AREA JURISDICTION TO OBTAIN ANY REWIRED PERMITS.THOSE TREES NOT INTERFERING WITH TIE CONSTRUCT 52. ALL SONW AND PAVEMENT AARGNGS INSTALLED AS.RT OF THESE PLANS SHALL CONFORM TO THE LATEST EDITION SHALL SE PROTECTED W PLACE AT ACCORDANCE WITH THE PROASIONS OF SECTION DAM.5 OF THE MLASSOME N ALL CONSTRUCTION DESKS SHALL BE PROPERLY DISPOSED OF OFFSTE AT TE CONTRACTOR, OF THE FEDERAL 110..AMMSTRATOR(FENAI MANUAL OF UMFORM TRAFFIC CONTROL DEVICES FOR STREETS CODE. EXPENSE. AND HGNWAK,FLORIDA DEPARTMENT OF TRANSPORTATION DESIGN STANDARDS.ALL SON PANELS SHALL SE FABRICATED TOCOMPLY WITH THE LATEST EDITION OF THE FEDERAL HIGHWAY AND ADMINISTRATION STANDARD A PLEASE NOTE THAT THE DEAOLITCN NC EO REMOVAL.POOR OSTURME OF STN N GROM G DER UTILITIES 0 EA D CLEANING CLEAN DEBRIS FROM AREAS OF DEMOLITION LEAVING AR.SUITAE H.A.S.6 THAT COWAN ASBESTOS CEMENT PIPES(ACP)ARE SUBJECT TO THE MONSOONS OF NO CFRe1 SUBPART IA _ FOR WORK THEREFORE PURSUANT TO WE CLITWVISOH OE b CFRW1-TM A NOTE OFDEYOUTK.N ASBESTOS P.O.SEAL 53 MATCH EXISTING PAVEMENT MARKINGS AT THE SEG..AND THE END OF THE PROJECT WITHOUT JOGS OR OFFSETS. RENOVATION FORM MUST BE FILED WITH THE AIR OUAUTYTETCOTSENJI WAGON TAGN0I OF OERN.AT CREASY TEN A MATERIALS RESULTING FROM DEMO,.WORK SHALL ACC.THE PRO..Of THE ITN WORKING OAK PRIOR TO STARTING OF MY WORK NOTE THAT THE SAL1011.UNG AND WRAI OF CRUSHED CONTRACTOR REMOVE FROM SITE AND DISPOSE OF THESE MATERIALS N A AMER AND LOCATION N. ED/THERMJPWTIC OR PANT MARONGS OVER ASPHALT PAVEMENT WILL BE REMOVED BY STUNG AMP WOULD CAUSE THESE LOCATOR CONSIDER.TO SE CONSIDER ACTIVE MPDSAL SITES AND SUBJECT TO APPROVED BY LItt MO MAN-OADE CO.,REGULATIONS. MO REPLACING THE ASPHALT PAVEMENT AT ME CONTRACTORS EXPENSE PIE ENGINEER...APPROVE AN CFR-61....AND.CFR-61161A TEMPTER PROJLCT COMET. ALTERMTE METHOD P R CAN BE DEMO«ST.TFG TO COMPLETELY REMOVE THE MARKINGS WITHOUT DAMAGING THE EXISTING STANDARD OPERATING PROCEDURES AS 21 ANTIEACH01 nY ANY GOVERNMENT ASPHALT REGULATORY CRITERIA.MAT SE FOLLOWED ARO IMPTEUEENTED TO NIPIALIEFEDERAL. POTENTIIALL RELEASE of DEFECTIVE AGENCY WORK BE IMYEDATE v REPAIRED BY THE CONTRACTOR AT TIE CONTRACTORS CONSTRUCTOR ACTNTES.THE.162 CAN BE CONTACTED PERMITTING 55 PRESSURIZED PPE SHALL AVE AUTOMATIC AIR RELEASE VALVES ON ALL H.I POINT. VIA EWE AT ASP .1APALL WRAC PROJECT A EPA... cc J OR aW aT:{Ns. A WORK PERFORMED UNDER THIS PROJECT WILL NOT N CONSIDERED COMPLETE UNTIL ALL REQUIRED CLOSEOUT 013CuMENTATON HAS BEEN SUBMITTED AS REQUIRED SY ME CONTRACT DOCUMENTS AND CITY Of NAM BEACH NM.WORKS DEPART...ENT M PART OF CLOSEOUT,AS.r DRAWINGS IN ACCORDANCE WITH CITY OF MAW BEACH PUBLIC WORKS ANAL SECTION a SALL BE PROVIDED iFW MIANTIBEACH DIRECTOR NGINEEROF RECORD EN ANN ROFRECARD TB MEO eORDOO VENETIAN CAUSEWAY WATER AND Fr{�.S�H.O.LG.G a CITY MAMlER.ALIHA i.HUDAK { n�/r�■ NGEER ITS__ .TORE MNFZ.PE 2 HaZe i ORAw ENGINE.,L� SEWER MAIN UPGRADES-PHASE 2 Km.R,LW.e. 1 RIG CONVENTUBCE ORKOFJVEAw...METBEACH.EL S],f9 CIVENOEER.CRSTMOATEGA.E,FLN BP + DATE WDEET H PE ..EA. rvEGET L5 TmE. Fr%.A.Id_ INBF�- VIAL aHBr WW1 NO, SAID REVISION APPO BY F N NJD.00LSJ,o SCALE ASNCTED GENERAL NOTES ON.K 0P�i..x,sH OBtSWAM- WSN EN PAN C1e.AWn..Pw.NuaOo.6.121625 FOOT BRIDGE No.11.63 F DOT BRIDGE No.6r101 FOOT 374100E No.WW1 FOOT BRIDGE N0.E71171 NOTES: VENETIAN CAUSEWAY BRIDGE. vENE TIAN CAUSEWAY BRIDGE B VENETIAN CAUSE.,BRIDGE 2 VENETIAN CAUSEWAY ORRICE ID GENERAL NOTES, FOOT BRIDGE so MM. FDOT BRIDGE CAUSEWAY FOOT BRIDGE CAUSEWAY FOOT eA GE MCADS BFAYB VENETIAN CAUSEWAY BRIOiE3 VENETIAN uuSEwAV BRIpOE3 VENETAN uuSEwAV BaIDIEe VENETIAN CAUSEWAY BAOGEE VENELWN CAUSEWAY BRIDGE I I I SOIL TERRACE'S. THE REPOREDrvGEOSOIAND FOOT BADGE No.B7WM _. TERRAFON.ITRE REPORT OF GEOMEOWIK VENETIAN CAUSEWAY BAOOE 12 - OWLORATON.ISSUED ry TERRA... ATTACC Tnam Barn ACTOR Ax -0LOPRIIW DKTPENs y. :¢ tO RATE CONTRACTORAwWGt. NSITV LEVEL23 e.d{t I,R--i a ." ALL PwxGroOE Pea OR RESTRAINED. 6'PATd SUNKEN 20'BUT- 'r R35TMLED WITH SE MOM.COMM/SEEM HWLOPHIW WOKEN NUMEROUS SPONGES ..ie0.e _ R 1EvO1RERwiE.FWR6N M3 FITTING •DENSITYLEVELI PRESENT.NO CORALS OR � � 3 BEwnSC NE9ouRfE 9ANE`/IrEM ACRE SHOWN ^- MIAMI BEACH �• IN KEY PAN.Nor T MODES 6.K.S.6.2.A1 MTURAL SAN MARCO SAN MARINO DI LIDO RIVO ALTO [-V BELLE ISLE ,:-,'" AEsp1 IMRE RcEs Di+oBC EAR DTwcrns.FnDsulva ISLAND ISLAND ISLAND ISLAND `R9e A L..RF uPONRE salwoN spy p� PAVEMENT,CORM..SIDEVANA. Ke,,,, _- -- -S2MR 1 __ _- _ 1BR-to-2ER --� Spa.�v>•3E N•l air' '''',Q; A IMOBMW.EASMEDT COM. __ _.... __ MR._' G7�, air' CONSTRUCTION SHILL M CODE cowrvs ror r t> C 1-06 AANDARD3 C1 7 C1-08 C1-09 1-10 C1-11 Cl- 2 C1-13 C1-14 C1115 Cl 16 REMOVE WNSMALL TAN.RFE SIM TO EQUAL E S.LAMED TO.LANCITY DSCAPING. • • -pi DWON G SHALLREPLACEMENT MOOR MIT.LTION K ACCOMANCE WITH CITY OR COUNTY SPOIL ISLAND I SPOIL ISLAND 2 SPOIL ISLAND 3 SPOIL ISLAND 4 SPOIL ISLAND 5 NALDPauA DKOPTE ' i 1 PENDING ON MIRISDICT62N RMTOR IS EFOR PROCURING -DENS.LEVEL 3 �.-'� a.,,.R 1 '!' REPLACEMENT PERMITS.ME LOUT.OE -6PATCH }��}''R�-•}�}��}}II-.99 4'N - RELOCATED OR REPLACEMENT TREESWILL BEM 94•<R21$ 4' ,.,-:1I 1 DETERMREon THE cmORwLl3rv. ,1:: OUP.OF ALL EXISTING UNLIT.SWAN ON MESE PLANS KEY PLAN AM SHOULD SEAL BE M.rvTHE CONTRACTOR PRIER TO COAMERCEMENT OF SCALE 14400. CONSTRUCTION ACTmnEE. HOD-BELLE ISLE -- --- ELEVATIONS HOD-SAN MARINO ISLAND I TO MIAMI BEACH _-_ D INAPO DICATED SOuc GIME ME TO DI LIDO ISLAND 36'WM - 36'WM,SEE 1 I' APPROXIMATE.FLUCTUATION P THE OBSERVED AND 12"FM,SEE SHEET C1-03 SHEET C1-05 T"""'1" - •-. ( DUE ro AVAIVR LEVELS SHOULD SE `ED SEASONAL ,Es RIWFAL VARIATKDO,CONSTRUCTON MTNn TIDAL CO NDITIONS AND OTHER FACTORS.REFER TO :.iFF GE �1 mAcww REPORTS FOR MORE E t. - . .I i E AERIAL IMAGES WERE DOWNLOADED FROM THE MOT AERIAL PHOTOGRAPHY MCHNE.AERWS AIM..JANIAARY 2021 ANO MAY NOT REELECT SAN MARCO SAN MARINO DI LIDO RIVO ALTO BELLE ISLE MIAMI BEACH D• "" RECURRENT NM COMMONS. ISLAND ISLAND ISLAND ISLAND B COMPACTOR DUMMIED NOTE THE CSPRO,KT . CO _.• •._-. SECRK)M DIDtO.EG..SwTOWN pXNMORE.MOT RESTRICTIONS AND BADGE LOAD RESTNICMIO S. IV CONTRACTOR BHMLLFI1LlLW1>fHEYrERBE1IESTPRCnONS FOR TIE VEMETWN CAIAflINYN\ w9ccs WORK EFVHLL aE PLANEDWORDERroNDT ExcEED THEPDs1EnwEOHrREACTS.PLAN(NOT 106GLE1. CMB PS No.7 CMB PS No.8 CMB PS No.10 ^III HDD-SAN MARCO ISLAND ' HDD-DI LIDO ISLAND TO RIVO -- R '" TO SAN MARINO ISLAND ALTO ISLAND 36" M AND 12"FM, PHASE 1 HDD-NOT PART W 36"WM,SEE SHEET C1-02 SEE SHEET C1-04 OF THIS CONTRACT --_ - CMB PS No.s OVERALL HDD PLAN t' SOIL BORINGS SOIL BORINGS L, o 1Hi BORING N SOURCE BORING# DEPTH GRAG�EELLEV. NORTHING EASTING SOURCE BORING# DEPTH GRADE ELEV. NORTHING EASTING � - 1•• LEGEND (FT) (FT.NANW9) (FT) OFT.NAMOY) `\ I BORINGS PEaFDRME05T500 GLAND TERSACON-MQ1 62 5P WA 530661.66 93E79E,72 GEOSOL-9G0/14 BR-7-2 IN 5,14 530516,72 -033421.77 �- RRACONGEOTECHNCAL REPORTS ARE SOUSE TERRACGN-S7121 67 55' WA 530702.03 9354190 GEGSGL-W3O14 BR-61 M' 4,56 530595.12 63331.7 ..... MAN ATTACHMENT TO THE CONTRACT DOCUMENTS. GEGSGL-E30Y1/ 6R4-1 W GOO 570430,41 930615,45 GEGSGL-Y3G1/ BR-8-2 W 5.03 530651.67 933650.94 P.E.SEAL EXISTING CMS WATER MATHS GEGSOL-91]OH4 0623 W 5.27 530171,1E 930026.72 GE050L-9GG14 BR-9-1 W E,72 530667,2 934520.98 ENSTI.IG CMB FORCE MAWS GE050L-900'14 0164-1 W 5,16 530407,37 931045,49 GEGSGL-973G14 111R-62 W 8.32 530733/9 031721,62 ---- PROPOSED HOD INSTAL/AEONS GEOSOL-W3G14 081-2 W 634 530175.09 037270A1 GE050L-9F5G14 6R-101 W 6,17 53006912 031950.5E GE050L-000.14 0 4.1 W 5,6 530513.53 9319.32.5E 0E0501-0/30114 60.162 W 7,72 53075211 635317E1 0E050L-WW1 111662 W 5.25 530551,01 03213003 0E0501-9730114 64-11-1 W 6,43 530751701 035519,6E 0E0801-0030114 0466.1 W 5,41 530563,77 932342.19 5E0501-9130114 06-11.2 W 4.30 530731.73 935775.56 0E0801-9100/14 11R82 W 5.06 530550.40 932361,00 5E0001-11/30114 04-18I W 3,62 530601.2E W6967.31 0E0601.9730114 0167-1 W 5.27 530613.71 933209.96 0E0501-973014 66-12-2 W 2,44 530909.04 937E55.95 Sot p"1tl t1 a MIAMI BEACH • s ENDNEEROFRECMO ENGNEEaoF RECORD.Tb NEARE0IMOOD VENETIAN CAUSEWAY WATER AND .N..aB.,.D.DWo 0 MMMOER'.KIxI,T.RuONt A R7i�/rU■ DESIOM ENONEER.3B� o TOR JOE GOYF2.PE 2 iiPW�/Vii n.Aa SEWER MAIN UPGRADES-PHASE 2 SMWPIE,M,.e 2WillIIMISMIIVEll P.M.IP.M.FP---- RM.fib- rah arr. PU BLIC RKBDFPMTMEMT mENo.3EER cwBnNA ORTERA,PE,EW BP 1000LT BID 6w BET T2N 0A ER U OVERALL KEY PLAN 1200 CONVENTION CENTER ER CAME.NAM BEACH,Fl12R3F N0. GATE RREVISION - KKR ry «Tyr,.m N 1 PE NO E0653 TO SLICE.M NOTED Dr: 90.1212_ o.c l EIIS 0A.RIr9 C1a1 FN Rap,ClOrnM.PmMusa onalm10131782E NOTES: HDO NOTES: ," ) 4t/ENTROX.DRIINT CAUSEWAY CAUVESEWAYTIAN II +- Tw naO2arNNTxxE¢nwAxuTAcr l 1 APPROX.DRILLVENETIAN .... SAN MARINO •� - REQUIREMENTS noLRn®TnsrrcEs aEUTEn BRIDGES AUSEVVBRIDGE 4 -' :111EJOT IOLEAND PPE AUGMENTS.REFER • y _. OSMOPa2A10 BPccUTUTTON mIm_ IrANCE CMI9MANpn2RTTEa OETAR")"` l'; CRITICAL ALIGNMENT ISLAND - S RUIw11Ea TM ORRE PVE,x,«E --- - _ LOCATIONSIAND 2, __ __". ____._ APPR BORE UN.TFE PA0OUCT yn.LED �/-__ OX.DRILL SEE SHEET 1 AN EXIT POINT : - 1-0� C1-07 C1-OS J-_.- _ - _- -__ _ - _-.. , l MD PORTICO OF THE PROPOSED NOO SPREE E LOCATED ON PRIVATE PROP.,01100E SAN MARCO / BBRa: BeR,I -- _- _ ... RrmwF..r. ISLAND __.. - - VENETIAN WAY U¢Ra2 s NOT NccEPrr'NEM 1AG1irwlACMI POINTS Enr F FuvE APPROVED MR RELEASE VALVES 6 ,,SUF.FIG.C1,,ENGWEIL.„.LERSGRSHAL,....L BE PROVIDED TO AVOID " APPROX.STAGING • T T-AREA,11,000 SF I • r ER WARE SHALL¢E INSTALLED ON TEAT (45'X 240') APPROX.STAGING \ VALVES CFR ° 1 DRILLED 1 PIPP.AND ER --I. --- -� SPOIL ISLAND 1— AREA,12,000 SF ¢. OO GEOMETRIES slLOWW w THESE PLANS - - I/ (50'X 240')-- MAINTAIN ACCESS TO APPROXIMATE.cwTRAcroRs FINAL GEOMETRY c SUVEcrro THE MIR CON CONSTRAINTS BENTsIED HOMES WITH SOLE ACCESS IN THE CONTRACT OOCUNENTS ANO PERMITS. P I 1 I \ FROM VENETIAN WAY OEDD.°AL.N ENTS WERE DETERMINED T.FUTURE GROW APPROX.1,294LF OF PROP. DRILL PLAN REPULENENT PROJECT. 36"DR9 HDPE WM INSTALLED B. AL PIPELINES TO BE RAL.ASTEO Dub,PULBACK VIA HOD,SEE SECTION A SCALE 1.607 STAGING OTES: CONTRACTOR s NALI1 MAINTENANCE OF MTNAL UPING UNSTRucmAIx ACCORDANCE VENETIAN - VENETIAN _ wIrRAL aT.town.TIRO STATE. • I CAUSEWAY CAUSEWAY • REDMRF"Nor VTS SAN MARINO BRIDGES BRIDGE 6 .._ I z. wSTR. AS MENT SLUE AGNG IT IS T EISLAND ' • I - APPROX.LAYDOWN SLANDI UDO - EmsnNCsENExsFOR srAGIxc lrcmEI OF PIPELINES PRIOR CONTn.C ,O aESP HCC00rro sECLRE F.o01. STAGING AREA ON PRNATE __.., >S: PROPERTE DEEMED NECESSARY FOR • APPROX.DRILL TO PULLBACK CONSTRTION. AND • EXIT POINT 1 I a AT — — — ,.�.______ __.._—__ . PDWrIO ENNwE TIE¢AFErr OF DIE C1-08 crAGINC AREAS cwlE RALLY11.RESTORED TO iP ELOM,RNC ON CpMR D6 \. . _ _ VENETIAN WAr _ S. IAT.MTe ONETNMONS MALI WAGINGNREAS TO _ E EIOY®N THE cONTluc TON MD _ __-s---- - --- --J _ �R„ -- MIRE.¢ cooROGR,E°E.,NMOT FSAM. - 1 T 1 - - - - j RFlRWI(NOT>o KNEI I 1 _ ...se 1 APPROX.STAGING ' I -_— I .I 1 • AREA,12,000 SF • MAINTAIN ACCESS TO SPOIL ISLAND 2 - • I ~" - - ---I /N •;.(SO'X 240') HOMES WITH SOLE FROM VENETIAN WAY ACCESS -_..-_ I I I .^ l; ..I R, 1 PULLBACK PLAN fE 1 se WATaMAN tllC1101111 Oft DATA�MUNPL) ^CALF.E.. - `. p �11I, OMqa1101 ¢NLTMN/DW10T [BIVATq. ' \ - T fN1RY•1K' NN', M.M0.0.BY 25211io COTS V� III..- WLCl[MD'ID 171.22912.WL '(")16.0 \ PER2T0 HOPE PSE ` '1s1\I wn 12).5BA2,1E19R HES $ �\A STEEL c°RE HewsRT.GTH \ 1l11•WQ(1ODD R) 3 1).19R 116 \ ::: +'I I rra(1mOM 00,LII,I 1')ED \i/ \ P.F.SIAL _ _ VPn la 62.11.6R 1-12115 \NS' HORIONTALBORE HOLE FLU.WTI VPE?IMITICAI PrpN11 0,CLIR ANM BENTONITE AS OEIENM.EO IR:Al. PO !ANGER! BY CONTRACTOR W LIPC,HOW. ,w,_Nun,raxru vaxrOG r+xclxr 36'DIPS DR9 HOPE WM SECTION MkNTS v M I A M I BEACH 2 - NOINEEROFRE0000 ENGINEER OFRECORO rle MyA.DRNDD° VENETIAN CAUSEWAY WATER AND PrN..MIOa¢oyc+muw Tr MANAGER.ALIw.T.NOOAK N n A/��■ DEMON ,AGJ ENGINEER iMfJV i SEWER MAIN UPGRADES-PHASE 2 s,.WFR.r.e. DIRECTOR .oE npEz.PE 2 pRAwN ar _ PUBLIC WORKB DEPARTMENT ER.CRI¢RMDILTEGA.PE.ENO EP ,Ol2B2l BOBET 1JNMW TANLOR F.BOWHBTO. CHECKER'. TIRE. FDA RPy1T P . . WUEOkM TOO CONY n°N CENTER DRPre.wr BEACH.FL 22u¢ "T`'EN°WE DATE RnynN APED¢r OF,KF N„ N P.E.NO.WU SCALE LIDO HDD PLAN-SAN MARCO TO SAN MARINO o- NO N.. U. OCT Mb NNM B PIN ...a C112 FY PEA C.1,010WnpRespbonz.z.2,2R15 MAINTAIN ACCESS TO APPROX.1,282 LF OF PROP. � - HOMES WITH SOLE ACCESS I 36'DR9 HDPE WM INSTALLED HDD SAN MARINO I VIA HDD,SEE SECTION B I I I ' I I ` REMAIM��bl MID�"�IrD'Ir ACCURACY OLERANCES �o FROM VENETIAN WAY ISLAND I I - i VENETIAN -----------I DI LIDO _ I —-- rorr,:rani NDIe AND�urrra.BeEcn ` 220 , VENETIAN CAUSEWAY I ISLAND •__ i FOR ACCEPTANCE� 'u, EMT. CAUSEWAY BRIDGE 6 I • BRIDGE 5 """ APPROX.DRILL aCDNT IM6CEttXI SHALL REEF DECRu rME.DE ENTRY POINTS IMO PIAGE TIE ERMI PRODIcrsruaEo m. m 2 FNaGOOT PLAN AND SPCA.HMG..S.LL SE IN AND 02415. C1-09 C1-10 C1-11 ACCORDANCE w"s.ED.umNSEtmNso:iD \ A NO AT SHALL BE/ / OGTO.P TON Of THE PROPERTY PROPOSED.0 I— 1 i "': VENETIAN WAY PME-1 7—— — —-7 ESTABLISHED UTILITY EASEMENTS AND - -___� _ — R _J s THE OM WILL NOT ACCEPT ANY LOU,M.POTS ..� /..__. _ .- __- __._ __ OFMTHETCOULP S.I.0 ALL..nEGH POWS GN 1MEN RAVE APPRO./EDAM RELEASE VALVES. j :T — — — — — — — — — a SUFFICIENT ROLLERS SHALL BE PRwOeD TONIC. AREA,12,000 SF IMAGO.PIPE o"GROUND (50'X 240') APPROX.STAGING i T TRACER IMRE.MLL BE IaTALLED AN AREA.'2,000 SF I -. _--- DIRECTIONALLY MILLED PvwANO TERWNATE AT / L—SPOIL ISLAND 2 (50'X 240') - --- -- --4 MAINTAIN ACCESS TO I"L"�OM EACH voE of cRAssuc APPROX.DRILL S. NDO CEOL•ETwESbr.w"oN TNEaEnuarc EXIT POINTS _I I HOMES WITH SOLE ACCESS IPRomp.,.....NTE co"rwNcroRS FRML CEa•Erats- - I FROM VENETIAN WAY ECT TO nR NN.AM COSTRAI.aNTRND APPROX.1,286LF OF PROP. CRITICAL ALIGNMENT OPPOSED HODD AU RENTS SEER DETERMINED LOCATION4SEE ' cowDINAnONwrTTIE Furore aROCE12"DR9 HDPE FM INSTALLED SHEET C4-36 "TP0.O'�T VIA HDD,SEE SECTION A CRITICAL ALIGNMENT DRILL PLAN aroBE aAIr.NbTE.DINNO PIAIRNCN. LOCATION 3 SEE WALE r-.w SHEET C4-36 STAGING NOTES: N ACCESS TO 4 r. Ca'n cioRrr CON1laNDTIIM E«A•rETx rRAFEC Ouwxc ca•sT6ITION.ACwm9NCE / HOMESIW WITH SOLE ACCESS wD ALL OM,COUNTY.AND Sure. I SAN MARINO • REODIRErENM • I - FROM VENETIAN WAY I'• .- VENETIAN S CONTRACTOR WWI uru2E RONraFAI0T09 • I' , ISLAND FISTING FASCIA..FOR STAG.IT M RE A -� VENETIAN VENETIAN CAUSEWAY CONDUCTORS Re .sRUTY TO SECURE BRIDGE 5 AODIrONAL suOw AC ON PI•NATE „ CAUSEWAY APPROX.LAYDOWN CAUSEWAY - -- ". _-_-_I I I I P..Tv F DEEMED NECESSARY FOR BRIDGE 3 OF PIPELINES PRIOR BRIDGE 4 I - I coNsrRUc.KA+ TO PULLBACK s rosooLLE.0 5000 TYE ESTry�TMAREAs.r �\ C1-08 J C1-09_ TAGNG AREAS SHJNL SE LLLOxbD A KWAA.rpBREbrOR D,A I - __ — VENETIAN WAY eeR.a-z _ eeR+r _ _ _ _ r — 5 coW ATRIANFo sy MOT CONTRACTOR""°Ews.o SAN MARCO I _... ,'ll_�.— _ AIRsr BE O ERNNEo IT DE ISLAND / 2LL +— ..n�, _ --__- yP., TTO )SPOIL ISLAND1— ( X240) •I I -G,(I EXIT POINTS " • . III(i i I I 1 I . I ,Ilu 4a>:11''-i PULLBACK PLAN A -1t. r` iPWAI9MMMOp[C110111.gRlWMIA1lRDK,I IS'rQ1a hum 0BfCTIDFML MTa�MFBmL) E OD.By.OV'o .q'O D.By zB.xre'LD.DRp , -\� O I • �1 • I*9OBPr.N I STATION/0M2 (6INATI =OrMOA STAT.N I'Ef MANIA 9PE.TIBHUPE .r1D .OT.1Z IRM)aD%I.R LA ENT�IS OBTAIN TT II 1m \ \\ PIPE ,,,N MDPF PIPE I.I wc1(m3Dq I6N6.W,um Li nay wa(W9 us.2SAL27WR 113.6' �O f A3a6 Arc COPPER cuD iTl/ I NOT II'�•['111I VAN 1P.ui2a6•R (I6' WTI vb.PC;DmR Ilaw �,�� STEEL CARE woN STRENGTH �/ " �1 WO NOVA i INTNAL NNAVa FIAT WO ISO R) Ia1.126G NATI HMCO RACER IRE GREEN, -Er vnNE e_�E MITI I6•MABi.6NB ()6' Wn OMDA,SIN'S 1'/6,m �, APPROXIMATELY DN. \` N WO MOON MANN P.1SR (-I SS MAO I60OIS NTAAJA X11e NNW \/� ` ��SORE HOLE FILLED BENTdaTF AS DETER PETTED \ O�` SEAT AM 1196.LL3aI.ITR 1-1nL9 WTI 1..fORNAR I-I9Om SYCONDUCTOR �_ .i i 10.51m A.TI. 3A NO19m*l 191.P.1a32.1VR [NON - ......, .,- onoPI10XaNTELY 3.'DN. FILLED WITH I. DI ROONTAI0TANA.UN is NO 193.1B55,TUTS (-)aw "NTON"ITTE W INTERLINED NY 237102I IOW Or COPWAYORE WO(NON 19M31.93,me! Iinw BY CONTRACTOR w1.VENOM PONIOI TANGENT NOS 19..01).16,SLUR HP 6' MC•HONOONCAI PONT Or CUR2Anru a0urII0' .%al 3m I 12'DIPS DR9 HOPE FM 36'DIPS DR9 HOPE WM N.r-NORIZOOTAI PON110i TANGENT NOBZONTAI DISTANCE.1261E SECTION � SECTION 0 NTB o NM oil 0 WO WO MIAMIBEACH °n�"�AER wINNT"DDAx u7j�N ENCREEROE RECORD ENONEEROF REcoRo_ NEO as Noon VENETIAN CAUSEWAY WATER AND SN.N Aemsaanaowc a A 1 a _Ill DESIc"E",Ow,"EE" _ SEWER MAIN UPGRADES-PHASE 2 'RECTOR ICE CAMS.PE DRAIN By 0^•r11616.0 2 RIN IN*NB_ !� maOAr+ CITY ENAREER:GRMTINA ORTEGA.PE ENV SP BNms WO SET TAYMW R BOMAR CHECKER Ls TITLE HOD PLAN-SAN MARINO TO DI LIDO P.Ir 10 CONAN,.CENTER"°RYEAWAN SEACH.,2212s NO. DATE REVISION APPO.IN ucLrLr m: IE NO WNW]TA SCALE-1zOp OCT Ors y,�I D•r IN 0.I1nr: IM FM P.a R.0N4.,.P........14.M22I72LS APPROX. 1,239 LF OF PROP. NOTES. I 1 36'DR9 HDPE WM INSTALLEDHOD -TST A. DI LIDO 1 -- _ I —_._—_1 I O MAINTAIN ACCESS TO I 1. TLM PROJECT.WOLVES HIGH ACCURACY• I APPROX STAGING • VIA HOD,SEE SECTION B I RIVO ALTO T REaA1IEMENTSAr LrTEOTORERAIm RENwTPO _ • _HOMES WITH SOLE ACCESS TO.E PILOT UMEMENwLEuo PIPETED TOLERANCES REF. LIT AREA,12,000 SF 1 - VENETIAN VENETIAN 1--• ISLAND FROM VENETIAN WAY VENETIAN TO SLEETS CNWC4-32AND SPECECAT1N INm ISLAND �.. - FOR A�PTAE CRITERMAND FURTHER PET. (50'X2Niry) I -. - CAUSEWAY CAUSEWAY --__.- _ 1 - .-- CAUSEWAY x co.nunMSIWLIFEP THE ORAL PeENrLE APPROX.STAGING 2 F1ACour RAN*.WO.LlNalc S.uL�N BRIDGE 7 BRIDGE 8BRIDGE 9 I /41 A AREA.12,000 SF BORE SOLE I2NrA THE F.w PRODUCT a PULLED ^.,.. --may" (� •�.q , �50'X 240') Prro wvE. / C1�11 • C1-12 J ��11- J/- RLLDRMNCE9.TH9ECiGON9EL 04R120 r' _ , -- +., VENETIAN WAY — I_�? AND DAM r r —___ fr < NO PORT..OF 1-PE PROPO.D HDD MALI 9E LOCATED ON.WATE PROPERTY OUTS. L__ —— J �¢ ——— —As s1 @ ESTABLISHED MGLI SEMEN 1AND ORTSOARMY 1 = ., I —- S. GHATTIE TWUD TRAP IN TIE WRACK A LOCAL 4iAM0NET�,T —\_ _ _ _ _ _ L. — _ _ — I— I OF THE PROPOSED HOD ALL MDR POINTS S.LL APPROX.DRILL I YE APPROVEDAN RELEASE VALVES. EXIT POINTS i S DANBONcr Ma NL SE PROY�TO AVOID { t APPROX.DRILL En vARE SHALL 9E INSTALLED ON 1 -: .__ :._ _.I 1_ ENTRY POINTS T ISt., - MAINTAIN ACCESS TO I -- - VANES EACH WOE OPM.OAw TETrNATE AT vuvEs ON EACH WOE OF cRossNc HOMES WITH SOLEACCESS i • APPROX. 1,262 LF OF PROP.12' I PLANSHOD —CRITICAL ALIGNMENT LOCATION DR9 HDPE FM INSTALLED VIA ArrIECTTOEENW.COsFNN GEO.EFTRYa FROM VENETIAN WAY O THE NMwM mNsnTANTs ceNrn6o 1 —SPOIL ISLAND 3 • HOD,SEE SECTION A TRACT DOCUMENTS AND PERM. CRITICAL ALIGNMENT LOCATION 6 SEE SHEET C437 ___-.„� PROPOSED HDOAurE.IENs WERE o EO 5 SEE SHEET C4-37 DRILL PLAN : PROPOSE 1E9 o 1MLLAS,EDDMRNGFIA.1AaL. SCALE rm STAGIPIPNG NOTES' 1 PRo-nOEM,E1,D:EDE 1 I TT.FFFIC PANE CO.TRUCTON N..1.1.OMCE SAN MARINO DI LIDO %Tn ALL UTY ca»N1Y.AN0 STATE _.__.__._..._._. APPROX.LAYDOWN REDMRERaNrs ISLAND . -._.. ISLAND I f__ -. OF PIPELINES PRIOR APPROX.STAGING 1 1.-- — — I I VENETIAN TO PULLBACK VENETIAN AREA.12,000 SF - --_ -- .1 2 oNNUCTORS REsloaeuTYro ITSEci,TREED KaR • I ..__ --..- CAUSEWAY CAUSEWAY I I. KOMT9».STAGING AR.ON PRIVATE I I ..".....(50'X240') -- PROPERTY Ir DEEMED NECESSARY FOR BRIDGE 5 BRIDGE 6 coNSTRuc1ON • -._. .-_•., \\,_ — — 2 wNr�sL SEES nrAc.� AT i L , • L TIMES ENSURE THE THE J — J 1 i ' C1-11 ".LL NG ARF 9 SHALL SE FULLY RESTORED TO — _ — — _ — — — — — ._m. — — ———— _ S ULT..MFLrORS BALL STAGING AREAS TO .F'.=... ----_-- r~I VENETIAN WAY .SRax T , 1.� IRAN A"O — __ _ 8L m021& caNTRAcra APPROX.DRILL KEY PLAN(NOT To 9CA1.14 EXIT POINTS ' 1 __..... 1 1 I t...._ -..._ __... .....; 1 I I .... __• NI LNI - -..I I —SPOIL ISLAND 2 I__ -_. -.. I - - - ---- I I ccl --. MAINTAIN ACCESS TO A HOMES WITH SOLE ACCESS I I. r 1 I I I FROM VENETIAN WAY 'TI(gip) , < E PULLBACK PLAN o 4 W 16010NALtlSLL TATAI2MRa1Ll 1 IT TOA T MIN OSfCOONAL CNLORTAJARNIOIL)I LASENPI `STATION/0MT NEVAT= OBGeNIM STA1gN/OEESET 62VA1IM1 `AN 2010 D.AY IDW,'LD. `c'.� T20'OD.9Y 2I.22S•ID.ORS V�` '��, I IV CL@(121m RI1TN 2<SSRS.AB'0. 1.)MN VPCAISO I) I9S,D039269PR -192.N `�,/ \ 159 AWN COPPERCLAD LAD '`4// \� I2IMAWG COPPER CLAD \ ` . I II < wT ZINNIA AN, 11W !WTI IDODT.a,RSGR -160m VS' L STEEL CORE HIGH EIGH STRENGTH �� \ STEEL CORE NEW STRENGTH 11Y. 'HPu1sEm R) 2mNxZ/.ASSTR HAS. CM IIWOO R) 2G0.22.02,22.Y R .1saw Y PC2ISO 206.92..sS 221ER 116 MK2 LK00 1D1.10.01.%mR I6O.ml \%,`� APPROXIMATELY M•DM. \i/ N PE.SEAL -. . BIME HOLE F0.LED WITH i—J—y---- \\�� T1000TRECTDETERLMED \� v219 20SMLSSL02 1-1�M' 'IMrs 213441703.H2*R -16am BY CONTRACTOR - ...////// AP90XSMTELY Se DA. FNTToM' ZBN9lA>,CI. 420 WEBI9W'R) 2Os,m.v,M-%R -)SOW ` SORE EER,cn LION HORIZONTAL°STANIE,LmLE NPT3 _AYU 12,2SLR .160m- TaNTwRE AS OETERA�EO VPC.VENIIGlP01NTOf WWIIM VETT 10 2tF24%Z139R •)cOm ev CONTRACTOR V1.11.1011.1.0114 OETAN 111 VPR Y0.241Rl 191TR •I%TA' N•c.w,MmNru AouTOAn2AVATME elnx/Ie � 2D9.21.10.u.s R xm tY DIPS DR9 HDPE FM 36'DIPS ORS HOPE WM WT.ApT2gYMl POINT OF TANGENT INM2GMALOISTANQ=x262G SECTION Q SECTION Q TE v x1 v 0 NV NO 3464 1•=ImLtil S ENGINEER MIAMIBEACH LIYMANA A n DESIGN ENGINEER.OF RECORD ENGINEER OE RECORD T±I NEGIMORHDOD n VENETIAN CAUSEWAY WATER AND M.A.AMONCIS.D.G m DEA ALUM T.HMMK ]I RECTDR 2oECDMEE.PE 2 ii DRAWN BYew -SEWER MAIN UPGRADES-PHASE2 ,S,,.R.NI.e PVNSC WORKS DEPARTMENT 2 IDEB2f SIR SET AOMARI CnKKER IS TTE REM SMA:T�. Pap�_ KA.t PVw L2M 1/00 CONVENTION CENTER DRIVE WAS BEACH .vIn CITY ENOINEERCRanru ORTEw.PE.ENV eP 1 fa M PE - SCALE IAO HOD PLAN-DI LIDO TO RIVO ALTO NO.DATE REWKIN APPO.BY PGA....m, NO 6MSB ODr 55121 •AR-S G..•L , FM P.IA C u,etrM«o.P....s<9....01 ER25 STAGING AREA TO BE N°TES_ COORDINATED WITH PROPOSED HOD NOTES: MAINTENANCE OF TRAFFIC + THIS PROJECT NwLAES NON AC... APPROX.1,321 LF OF PROP.36' • v TO RM oT HO AND NO LIMITED urwEwii.REFER ..� ro > '�R+ DR9 HOPE WM INSTALLED VIA c TOR„EErsc.ac.aTERIA. .T.R wm ,P I . _Tu"i HOD,SEE SECTION A o / JQ FOR AccEPTANCE CRITERIA..EwmEn DETAIL. S MAU MEMORIAL GIBE < gs- ° TONm.T FIN.EEP ODCPRENTHE ..) a A '-''L b MEMORIAL PARK ,0� BORE MOLE wmrNE FINAL PRaoucTRPuuEo INTO P.M "� V � /5 3 FMroui KIM Ara SPOILS NArnaac �Y _ " .ry 3,. MIAMI BEACH AttonuucEwlTN FrEciFrwrw secras® {{ '*' f;R VENETIAN / L -17 'BELLE ISLE 7tIL- s- � 'IL O ./ � ,_,_- ____ _._ _. _-_.. -, TTAL ...IRMEO Mnun.REIENTS AND / MceTSOINAwLv. • — / PIE Off MILL NOT ACEPT MY LOCAL HIGH POINTS / ITR T COULD TRAP NID N THE VERTTCN NGM.ENr _._.. ._ • .13-5 APPROX.DRILL PROPOSED MIDo.ALL NGN POINTS sNNL i _ ) _ -- NAVE ANoVEDAIR RED VNVES _ __ —_ ____ _ _ '� __— �‘ / ENTRY POINT r —_— ice---_ ...;.<-.. ...F._ _ VENETIAN WAY — -� -� / ` oa..w:uirt. , .GLL•E AaED Ta,NtaG T — " , — —�-- .�Ta:. — RE SHALL IIE.<TALLEDON C1-14 C1-15 > «ALL.aNLLnP..GA,GTE..ArEAr C 1-16 < EACH BE OF CROSSING • XI • — — — — — — — — — ° APPROXIMATE CONrRNTORSIMNALE GEOAET ALMS ERV6 BELLE ISLE PARK • - ; sSUB.CT THE IT CONSTRAINTS IDENTIFIED II IN THE CONTRACT DOcuuLNIS AND PERMITS CT PROPOSED NOD AuoaENTS WERL DC TERMS.° la^. •II _. CoowrtAnONNMTN THE FUTURE BRIDGE REPLACEMENT __....-..• .. NL PIPELINES TO SE wiwsOED DURING PIAUACA CRITICAL ALIGNMENT CRITICAL ALIGNMENT LOCATION LOCATION 7 SEE SHEET C4-37— DRILL PLAN 8 SEE SHEET C4-37 STAGING NOTES: auLE.1•yR + CONTFMCTOR SALFAL PROVIDE MAINTENANCE OF TRAFFIC DURING CTsiN INACCORDANCE VII.ALL CITY.COUNTY.REOMREMENTs - - `/ a mmRACTOR BALL uruzE RG„T.Fawv AN A "•� T EMS.NIO EASFYENTR FOR RTApNC Ii6 Lill a ti >;= CONTRACTORS RESPONceuTv TO SECO._ ,Rom • APPROX.LAYDOWN ` .a' - ADpTIOM4L SiEiLINGE I EAONP Nan OF PIPELINES PRIOR -- COIGTwcuaN. VENETIAN VENETIAN TO PULLBACK \ t`•1 S SMALL SECURE SOONG ARLIGA CAUSEWAY CAUSEWAY - \ 1, 1 BELLE ISLE •' - - ALL PUBLIC m ENSURE RE SAFETY OF T. BRIDGE 10 BRIDGE 11 �— 111 -- ...�% � — — A PREE.cooNsr.i.ujc ouco`ar nve. TaREO /\/ REs eeR10.3 �/ �— _—_ _ \ ..... ° D BY THE CANTR.TOR AND apa.gNATEBE OE OMTH WTtAANRBON-61 TAG.GMut-. - — VENETIAN WAYMa /f ` SewTT-e Z ��� KEY PLAII T - — �\• / _ 1-14 TO SCALE) 1 APPROX.STAGING BELLE ISLE PARK II TT_ J�h' AREA,20.000 SF __ SPOIL ISLAND 4 —SPOIL ISLAND 5 (50'X 400')- APPROX.DRILL / ('1 • EXIT POINT - ,t - II ���� jii DMCIIMAL uT,I NI DM p- 1:II II fi ,DRrsIwl_ INSMOR SMARM PULLBACK PLAN - E �LBDM_ 21.13 O. lluws tCKE •� :. ��,...��� A _B ..pro . �31011.E PIPE ,i:• a l Go/M a Tv (MOW cuD RAGS l>mM I-05•� i II• `vWI S.M.S:Si..ss Ham ,,N.' 1PACFR wNEN,TER _-_ 111`I• PR ._R3TA42 mI Ham P.E.SEAL PU I1m'M .1 Ham �� �� .EPa MR.2NBm6 SANan n HMV. ��\\ as.NN(... El n.as WO 6.m-Ma IA Ham TIN OMMATE.SET DM MINED [ORY.IS xNO3.0413.. 1a BY CONTRACT. ix DxruONrwltE•UM! VK•v VANrt l..(IOW.LO. 36'DIPS DR9 HOPE WM vIr•VERMAIPDIMp IN$600 AINor. N.w.I aL LielM1LONIAL IOW I' SECTION OF IA iNI NB v MIAMI BEACH cm wNAOEn AUNAi Nuou Hazen EGNEERot RECORD DESIGN CONER OF ENGINEER INE pR� NEIc„San 000 SEWERERE MAIN UPGRADES-PH AND Ns..s000ala CT.... $ DIRECTOR AE OOLEZ PE S B. E MAIN UPGRADES-PHASE2 S.NNRM..o. +AD CONVENTION CENTER WTRTSBDEEPPARTMmow DEPARTMENT FL.TSus cm ENGINEER.caNHA ORTEGA.PE.ENT/eP T"..1. ...ET TA MAN aJ.w . M YLORA.BOMARTo CHECKER.LS �L HDD PLAN-BELLE ISLE TO MIAMI BEACH NO. OATS REVISION APPO.BY Gp1°N, y.F"M.my,n - RE NO.NNW SCONE SAD DCT ata Snwl.l .. D,aAq.LIM— EN ANN CAN„MFADwp e.A..emnm..Mm1IAs v „ _-- _—� a NOTES __,�\ / W�C t OCAT�NOGE UNITS,DRILLED SHOT L1E f fRIGINAL'"71=CV WI,'" ,-i„ I+-wY+« Sh�'� 5 NA,6 I,PW 13 .� "\ CONSULTANTLwH� �,,,� - SEE ENLARGED PLAN 1, A�PHo WA \`- SHAFTS .i Rirours ` \. y�-�.��cz s 'T' 'S 7gG1' -• .,.,-,..4 SHEET C2-18 y �. o� �' -yp,'� c's/y- ' +' ...,,w—a. ca :;3�"''^• m EATT TT:471!'"""" 141! rAEv ' Camswc THE \ / �v'�-(" z�i-t .+w` ti \ •\ N0, \; M.O..ME GEO%ANS FOR MSTEM1 m DwEs nNADNGPPE sue _ % �,� e �tiF� D TERL�E / rv�y 5,.� ,a' i --� k4y A� �Z usrArwrnm or PnoPosEo c c .' r L- � / / FOOT BASELINE L CALLNwnxmNCE THE0.L / wars REFERENCE THE ROADWAY NLSELVE MARCO EMNO �>r+ sy� Bw-T- �� (� __ s_ '__�` —.0 __ _\ _Z_ E ,g `-4 B- wV.L OE RA.RESTORED EST Down ORM. N •P7w... I oC wEaT. \7' Hpo '� mwumN ro TO aucw4 ORANPrS �� N u r+oow aF cpNTrucT // / SAAB _AT1 / �pRi HOPE w�INSiI JTr�'� (`\` DO▪GRE.rs FOR MOT..0ETML N.VENETIAN WAY \\ F B]075a.B7 , 1.p0 ,ES-1 ' \ B CONTRACTOR MALL AMAJME ALL ANDa1w1 TO RE A.A.IOON NAVEMA NcarR:TAG 1B 1fi9.00 170.0E 171.0E 1 MO AT MEORE AMEREMM NNAVE ACME.THE ,— + - — rc 0900 1 STA <t MAMMY ELM REMOVAL w4 BE rE0Waw 1 OR GROUT PORT INSTALLATIONS. ,\'' ' `\ �/ / w.B� _ / of 1 Mn ° Enour LE0 TO WITHIN 15�miw i T �INMA- BRIDGE RID xwwXO R Nr REMINDER OF 11E J SNE. APPE /— - ER MULL i_ EMPTY • a.RucmN RENOWN OIIIMi MIME \ \ \ .(p LIGHT PALMS AD • I AJOTHM 4' SHP9.EN IF NECESSARY FOR IOH rtSEmn E.N TIE.TO%LST�APP %ENTRY POINT MA BCI - f'� 3 M , ,,,2)B7 IPAY REM IMI / E _ -- \ ' ABANDON EX.SOT WM / ti fa1 \F VIA wauTru / / ` w ;. �i — N .. PLAN-SAN MARCO . :ITAIII STA 170.5E. APPROX.ENTRY PONT ELENA. f A, ENTRY MOLE r AVATPA 7SAR0. F.-w ..„...,. -10 .,20 -10 m : SEE ENLARGED PLAN 1 FOR -20 WM PROFILE,SHEET C2.18 -20 KEY POMPON TO SCALE): -30 \"°�vE Ny ws7 a 30 %1 .// . t .. i..„. , 50 50 U -60 f70 viA- -- PF SF,, -70 -70 -75 -75 169.00 170.00 171+00 172+00 173.00 PROFILE-SAN MARCO .GALE HORIZONTAL.1' SOLE VERTICAL. 1,10 5�T ID - a .....a'''''''.... N250FGEREEORO.*±5 NE�OHSORH000: VENETIAN CAUSEWAY WATER AND r.N.,..RrPo0E$CT-E.owc m MIAMIBEACH 2 E MANAGER, E �GNEENGNEER 5�_ DRAWN BY Aa SEWER MAIN UPGRADES-PHASE2 ,..BR..... SUCwoRRDRNF IMTMENr ' CHECKER LS PIPE PLAN AND PROFILE 'We Wm.= .n. RBr ov.."" Clry ENGINEER CRISnNA OH,EGP.PE.DM .10 SET UMW AYPE NO 60453 O ,m. EOO.noa-EN RORIVE EflhTACH,n7B�n° Nc. DATE REVISION Y ,A,�„,,,, N P.. BMn SCALE ASNOTE0 STA 168+45 TO 173+60 D.. OCr A27 Sm iB aS. o-...N.Call_____ Fr PM cup,,.I,.a,.P..A..+w,,J.n60217ea NOTES. FDOT BRIDGE No.874461 FDOT BRIDGE No.874463 VENETIAN CAUSEWAY BRIDGE 3 VENETIAN CAUSEWAY BRIDGE 4 1 FUTURE BRIDGE LINTS.DRILLED SHAFT LOCADONS.BASELINE MD MY ES PASEO ON SAN MARCO ISLAND Pod UPDATE TO THE ORIGINAL FOOT CONGER,. PLANS DATED APRIL 2021,PROVIDED MARCH BISCAYNE SAY APPROXIMATE OP ELEVATION OE SPOIL ISLAND I EL.I-00 SOT-IFS APPWX I ESTIMATED LOGiaN OF 2 EXISTING ES N nOPROFAE ARE SHOWN FUTURE MILLED SHAFTS LYP. P' IAT THE LOCATON AND ELEVATOR CROSSING THE RN LINE__ ___ ___ ___ ___ __ -__ ___ _ _-_ -_- ___ __ _ RAN LINE ' BASELINE.UTILITIES ISEE NFORMATION MANS FOR EzsTwG c[NnnuuFs ALONG PPE APPROz.RIw LINES trP.� tD ABANDON 00 3 CL STATION,.Of PROPOSED PIPELINES IS o VALVES ABANDON EX.a•wM ,-A3NNooNwPLACE Bx. o SHOWN FOR U.LLOUTS REEERACE T.ROAM.BASE N. A- 1 VNGROUf RL AERIAL Y HOPE _ . • 7 • i �.L�frI 1 I 13a CONTRACTOR SHALL ASSUME AG EXISTING 1. PROTECTIVE SLABRE LOCATED .—EROA...SLAB REMOVAL WILL BE R 1 ��1 f p V �I iAUO uv sA I llI BBNl3] eR+ FDR r,ROur vDRr trios1 YJIrIAM BR OABuiuENiSr 'ITABANDON Ez.T. FOOT BASEL I II n IWI 'SEE NOTE 6 VM GROUT-FILL YN P m w s BE ABANDONED SMALL BE1 ���� � 1IS Ia 17,00 1lSWB �,S�NC 1N''. ! +ill � s1E E5om 1 _ N I 'I � -1 Nardi _ Ito OEE[IS.NG rLU T1. ul I'' i- II I — — II —T 1 REMAINDER OF THE _ � - - —{w••tIINWAY I .. '- BEEMOTES 1 { Z S FOAMY FTR AtER Z ...TERM/FRO PIPING INCt uDING AL R. 11.1 . v J � �..-. 1 1 N��1 0 REMOVE.OURREBR 1 RECD P b I !_.� ! -a L L __l Q x� ff�� 8 I it ~ E. N AERIAL 1ete•GPMU ABANDON NPLACE OC BAOO _� WMAT000o Tapp �-- -L — S.Op ABANDON Ex.Is.WO RAY LINE INSTAL-CEO VIA HOD RAN LINE V OROUT-FILL E A.03IT3rTS.T K IHOM¢I WM CRITICAL ALIGNMENT 1 n•1s m OFFSET I;,vR LOCATKK4I SEE �ST 1TNI WM BISCAYNE 811Y oFsi.A9Brn N. P3asPPa1 SHEET C436 E. E.MEP PI PLAN-SAN MARCO TO SAN MARINO SCALE.1'.W ' .. .. -8-�F-II--0--8-�t-�I-ter -&-.=fir iF-iH-0-�F--Ah-0- .. I I 4T---ip u er' i-I i i .,.1t+ --L.$ I -6.4 6JF,w -70 ". �{` _ EAST.woGEAeuNEoNrIn. ,\ -10 1 r 1 1 r— lBTa1 - I 1 �w" .------Na, SEE MOTEL / -20 A OX.MN BAY BOTTOM _ _ KEY PLAN ISOT TO SCALE) _ J/ EXIST.BRIDGE ABUTMENT TYP. ELM I-IT6 El APPRRILE TIP ELEVA-N OX 1-110 L '� S e6'NR COVER 8 S kRE TP\EVAN. i, .,;1 BELOW BAY BOTTOM i.1 ROX I-1 •11 N•Ore MOPE WM MITA/LED WM MOO I`J -50 - _ - - - _ - _ -_ - J -50 \J ��P -' P.E.SEAT• -70 -70 -75 -75 174+00 175+00 176.00 177+00 178+00 PROFILE-SAN MARCO TO SAN MARINO SCALE HORMOMTAL:1135 II SURF VERTICAL. I+O sue I-20 MIAMI BEACH unMANAGER ALINATHUBAX ENGINEER DESIGNENGINEER OF RECORD'T.ENGINEER�_ NLIc BDRwo VENETIAN CAUSEWAY WATER AND w.r�oBLBnmBRa Oa DIRECTOR AOE aoMME:.PE ' Hazen E er Aa SEWER MAIN UPGRADES-PHASE 2 BM.NR...e- Puauc Waua DEPARTMENT P c c ER.u H,E PIPE PLAN AND PROFILE P.N Beek 1!'— wr-.1�— W....l4w I MO CONVENTON CENTER ORME,NAM BEACH.EL.3313P CITY ENGwEERCRISTW.ORTEOE.PE.ENPSP 1 �PAO ODSET Ton-u M ArPOR BONARITO No. REveaN APPo.Br ,mekN m, GO. SCALE NI<TEO STA 173+60 TO 178+75 0.. OCT.3 N..I 1E EN P.C VIN11.INA,MI..MNN042.32111125 FDOT BRIDGE No.874463 —VENETIAN CAUSEWAY BRIDGE 4 IENESPP I EE ENLARGED PLAN 2, • ..UTURE BRIO.OMITS.o DRILLED SHAFT ED ON — AS ORIGINAL FOOT CONCEPTUAL SAN MARINO ISLAND ' HEFT C2-19 `A carul)L µme, POD BY M.BUSS YNE 8AV \ * POINT wM EL j-RB ro 1-1T5. • SHAFTS VEANAMRORBATE TV ELEVATE.OF ROPOSED DRILLED ES ANTED LOCATION OF � 5�56)B31 Po EXISTING W.I.IN rK MON.NE hCnN ' //-RITURE DRILLED SHAFTS nP. II ♦ E ' AT THE LOCATION AND ELEVATION f%e&NC THE BAS DNE SEE ENLARGED MANS FOR ERETUG __ ___ ___ +- .rHNoo EF.,S L_iI±i; ALVESO FITTING STARO !Y w .. _ _ SAN MARINO S,IONM FOR REFERENCE �TPDNT MSHALL BE FULLY D PPESAn NTGOMERrREMOVE AND r. o RESTORED T AAR.O .f ALL BR.E AButwors.I ABANDON EX FNECESSARV FOR ONaiRSICTgH�Y NS)t%a ea APPENDu THE CONTRACT W' SEE NOTE6 PI -, x,1•WN FDOT BASELINE I I DOLw NTS FOR.01110NN DETAIL. vA OFOUT�ILL VENETIAN WAY _ 1 N W Og i � ; 180.00 I" I 1B1 H10 I - 182.00 1 e 18T+00 IR __ _- E/) 5 TRACTOR SHALL ASSUME ALL ERSTw,C W _ I . -- -- I WN —' .�_-c _Z�W ANO)P rau is BE ARAFnOAB WEIERE auTED • $ Y ' j I S ABANDON I ix.a .•^� ? FORGRW SIAS REMOVAL WILL BE REBORED 2• I 1. 1 I... �2 11.00 ��fB•ORB Nov M !� IATIONB. V t y•iN.�. I.. (1'1 '. YL E..�+�-- VENETIAN WAY I D U a AL..BANOON®WMa BE V ABANDON N PLACE Ex. I Y 1j`' 'll {3i+ B � ., / ✓.—)s I • -..I�w.oroLoewrTlea .i 1- Q T> N,ssT OFEmTBc ____n__,--___A�Ay.�,E �_ .\ ` .� TELL tael �, sNUL�iE nrt w®Na LaTT Wes= _d"6 I At. Ts. / LPE `ABANDON wwwcFouiF 1i /7/ __ __ _•. T- I ...TR.nONRErONAL aRuc BImOE ATE AND u_ • .E, )ERA\ of i EAU Of EACH PROP.TEE THN I ___ _ _ __ _ S111 �NM ro6EVERANDE.E% IE AND / __ I w 1BA•ol.)) --\'-CRITICAL ALIGNMENT E a)Ie) /� RESTRAIN Ex P ALI JOINTS W / LOCATION Z SEE EXP OF Ex cnou OFFSETT279AJ SHEET G.JbSIOnclisonmur NSTALL,t RfsTRAINEO RUG iN - -- BISCAVNE BAY • - SIOE OF Ex,2'xB cvo55 ryAr TEFL / E E a)11.w.R2 :f}; I Oz.EnT PgNTiA AAS .71 PLAN-SAN MARINO SEE ENLARGED PLAN 4, / —SEE ENLARGED PLAN 2 FOR I SCALE, IS SHEET C2-21 l WM PROFILE,SHEET C2-19 ji -=T + ..4.40 U V Fort A,2OLE MATER MAIN) i3 ii 10 'i 3 qq 3 i -iD -20 L.1 Ld SEE NOTE •O w -20 v. ti � W ICY PLAN OSDT TO SCALE): • -30 BEL�o MN w v�eonw q \_Ex ELBY,EN • -30 I � Avvnax.r,Ix. wM ws'^^`Lj / _ �. gEVEV.APPROX. .0.AY BOTTOM •7 V n • B HOVE �,�,�.�������]] 40 • -50 _ SO • �FAI/AA/A,� O -60 PE.SEAL -70 -70 75 • -75 179+00 180.00 181+00 182+00 183♦00 PROFILE-SAN MARINO n KALE NORMONTAL P.M SCALE VERTICAL. SuaN - N MIAMIBEACH CIn MANAGER AI« *MUD. • Hazen ENGINEER DFRECDRo ENGINEOESIGNE OF RECORD ENGINEER"E—Le HEIGHBORHOOO VENETIAN CAUSEWAY WATER AND .N..�,a aaoW DIRECTOR nE GOMEZ.PE j iiM+<I�rll erAa nnE SEWER MAIN UPGRADES-PHASE 2 A A D.� NA .,00 coA.vNnolB+PUBLIC WORKS Ev'`........co.a.v,n Gm ENORreER.CRIS,NA DRTEGA PE.ENV SE MD SET T B H TAT ,RT0 c«ECNER Ls PIPE PLAN AND PROFILE — No DATE REVISION r ,N,.NL.,,,,. .Ban SCALE AS NOTTo STA 178+75 TO 183+90 o..M oLT 2S23 snow 12 a.SR A,r t•SA PA P.cmmNu..IRr,MwEwRP:WMm212Ms — — — — — — I NOTES FOOT BRIDGE No.8]4465 VENETIAN CAUSEWAY BRIDGE 5 Iw10 DRILLED SHAFT PRIOR TO SEVERANCE.EXCAVATE ��� AND RESTRAN E3LYYMJONf$ • CONCEPTUµ CI 04135LFOF IX.TBE I P•AIB DATF➢APRIL A]..PRWOED 1100]O]] i MIAMONEX 3YwA1 SAN MARINO ISLAND ESTIMATED GROUT-FILL I BISCAYNE BAY LWNBC CONSUT.'PROPOSED DRILLED VIA SEE ENLARGED PLAN 3, ouTlw of cwiw roils APPROX./ATE TIP E.EwrxN3v ] FUTURE DwLIE09MAER TIP, 3 SHEET C2-20 I Ni E,oenNcuTu,lE$n OE PROFILE ARE SI,o.w _�_ 'i RANI LINE AT MELOGTgNAxD eTtwio]CRgSING THE F—— ._ bTA.la6ws.9i/ ' ——�OORTANIT tE E% ___ ___ — _ TWu ivIFSiN�WMEMMGEU REIIRTwc NERT,I WN CENTERUNE6 ASANOrn3 ET'.,T.BTI _IP WM .. E%VALVE x� N 30502.. nCPFM O 3 0.ciAnp.NG OF PRLMIffDPPFin9Es6 n ABANDON15140.FOR REFERENCE ONLY.ALL FITTP4C GALLOWS REFERENCE THE ROADWAY sAS, N _ — T --r—s ---- r — ? . ERNITMnoN TRENcnfso E 1 ... +1YMTNwr3lY U, \ ... .. .. i1r P� �I t*E>!'G wncR ARE IMPACTED DURING ,or AN LXN,T POLE IF NECESSARY ECESS s. III j WALL SE nX:F REs*oRisEa�ow`w E �E OAR C o �� w I FOR CONSTRUCTION _ I m APPENDIX OF THE CONT.. IX Ts wu J JPESGAINING W .. I ROUT-FILL ____ /-I ABUTMENTS Al „ IW DOCUNE NTS FOR ADDITIONAL DETUL V. R W II - I 186400 O 1 �� ; 1E8400 _iSEE NOTE - `�i^'18g�(i W BRIDGE AB W_w:1R BANDbN Ex. S SEE No _ • __ VENETIAN WAY Z irpD OUT I• 8 `I yyV AERIAL Mr PUCE ErI u... �Z AWHERE� OGTEDNTTMN rn. J ����i 3YDR9 HOPE MAIM6ALLEC u-_ NOTE ti Y—I (_.I c,P ADM FOR GROUT PORT LOT IATIOMSMOVAL MAE REOu6E0A9ANDON gRD� mEPIAV sua vEI-k oN __ _ _ 1 /�. I 4 __ U o SnNGP,PF O INTR.15ONEDSIALL BE XISTH I ' -� ouT-HLLED TDYI, pDSTNG.......o...,. ....„.._., __....„___ Q A 1+00 x�u�s •: 2 ..:� ��` lS I k C BRIDGE ABuiNENr THERENAaoER OF THE N ...E ��pp ...-- `' ' Al INsi / _ \ _ - __ �.�� �.,�.:. " - TERwARD PIPING.INCLUDE.AERIAL. `. -i Ex vAL.m. a --- _ _ —_ µHNENT6 5HAU CUTS �LEFT F — E 7 1 �N 1eA' �- RESTEROUT-FRAUNEU PLUG I {i6�(./EA RM1V 11NE ' r` A STA,ee.T OFFSET 34.17•R \.I IN DFF6E Sr4,AT.22,F OFFSET 3305,1 ZSEM PI — EY 1rXa'TEE MAY REM 1.1 P,. ^ PC IgNL'FM N ENCE u9Psrwe -1; - \ e3 l5 ]wT9e90 EBISCAYNE BAY E e0'S'Aa REIT:C.:EL:PE'120t"'1':E:;:, oluut C - I Y \ AOI E IFUG a Pam{;�j I�. E.93,Bu 53a]n u BE N ug fPR \\--OOCa91T5T0,, ,p X CRITICAL µIGNSENT i LOCATION 3 SEE SHEET CA36 • • SEE ENLARGED PLAN 4, —SEE ENLARGED PLAN 3 FOR PLAN-SAN MARINO SHEET C2-21 WM PROFILE,SHEET C2-20 SCALE,.p' I IIMMIWIMMM=1= ISIBISI.1.SI SI4PI _ - -,C- — _ T __—_' _ 1 1 — rl rl `——Y ——— 0 D `= AEBBO L tr I 1 11 MT MOLE 4r---n-- 4IL- I-I YI � \ AAPROX.IS. A U u I — I I ,, -+ Y7-- EIO ANGLE }� I I 1 1 'ld u (FORCE IAWI S1� A6UTNENTTAD. 10 '''!"1414111141 IF Y11, 8 ExrsT.sRIOGE 1 1 r / -10 �� I RF eAF I I -20 �t U \ U~cEE NOTE, -20 \` KEY PLAN(NOT TO SCALE): AR° EX PRE TIP ELEVATION EXLEN SAY BOTTOM �. 9DD APPROX u,a $ $ $ e 8 30 52$ �S$ BELOW BArcRonoN Aiz$ FN_S -30 S 2� -40 6t8 a �y: kt: n8° �0 - a --SEE ENLARGED PLAN 4 FOR \\� 1-,___.,,,1 FM PROFILE,SHEET C2-21 rDA WIPE Aw BiTALL®YMNOR • MIIIII -50 \ \ R559 — — — _ — _ru0 V SO — — N N 4 Tr I..HOPE FM INSTALLED HOD �B ��C VLA\ — P.E SEAL. -70 -70 -75 -75 184+00 185*00 188.00 187*00 188*00 189.01 PROFILE SAN MARINO MIAMI BEACH A ENO0EERCFRECORD E NNR DTRECD#D:, ......IDIDDD: VENETIAN CAUSEWAY WATER AND a W..NIIIIBPn custom. CITY MANAGER.ALMA T.MEW S DEMON E-- DwECTOR 3oE ooLcz 11E ]' aY Aw SEWER MAIN UPGRADES-PHASE 2 Su,Rw,.e MAUL VARRc DEPARTMENT ], CRECK F --- r 4000TNENTwBCENTER 0RNE.LRTM BEACH.FL.»,]a cm ENGINEER CRISnNA ORTEGA.PE.ENV sr oA Bro eET T�AM1 N AYR A.NARITO ER.Is TITLE PIPE AND PROFILE ,r a.A= nlsr,86—__ Na REVISION APPun MEW I.all P.M NO00P.E. Dan SCALE.AA NOTED STA 183+90 TO 189*05 ...: xTm9s s,,..„ ,. ......CM Fla Pa.CTAICO 905 RI SSA...1 004]10145 NOTES FOOT BRIDGE No.874466 FUTURE BRIDGE LIMITS,BRRLED SHAFT B jeY VENETIAN CAUSEWAY BRIDGE 6 of LIDO Is 000 ES BASE ON O.NigsF,uHOPE 2BY NLIC CONSULTANT PROPOSE D � SPOIL ISLAND Z BISLAVNE BAY I F • Es4 `" ESTAMEDLDUTONDF R D.FII I NED EXISTING PELEVATIONDF FUTUREauusD s,«Frs TVA ,«E PROFILE ARE SHOLw - , AT THE TWAT...0 ELEVATION CROSSING THE Y —RAN LINE ___ __ — / I A SEE ILARGEO ATIS FOR ERKTWG � BANDON iN PLACE Ct AA GR S WOU ER, CENTEPUNFs ION ALONG FIRE WE—, �PROr RAY LINES WASECW FM DIP YnI ANC RAVINES TAP NCE ONLY.NL FITTING • __ J cAuours REFERENCE THE R°NOINNY BASELINE 5 . 4__-l- Ph-F--I: 'It:. :=•It.;'!ill:::`i'Itt."::ll rl::'•111::, 'i 1D::: ill:.:"111:;:"ll!.;':11..:.'l11,... /..,•^•a.F^!N� - I - SS ° APgNF LL%QTAH WN�FC�O�P110Pp6F➢PPEl1F5 K • LL ASSUME ALL.5TMO le i-I 1'I "; M l!!.}tTw.�':f' vovn 3 TINNAMLAM M..FRET NC°C TEED WITHIN MEo TO FIE ABANOON NAVE A CONC. • I CUT AND CP EA.PIPES AL I VENET AN WAV s ypE��, OOOwwAr RS N 0 .HIS ALL MODE NUTME11Tt_ • _ II I y ABANDON IN PLACE EA J NOTES ABANOpe j�U� i... ••� I OR GROOT FORT INSTAUABONS WI �% FOOT BASELINE NM IgTEIe - IZ �� -y MN.IF•CIF WM I-'I ,'E YAL - Iw R W�} 190+00 DON EA ir WM ABLE t9`m t�2ry0 t99M0 •� 191.ao I s EYSnMO LYE mBE wBAEfO _ 1 1 — OROF/isilLED mTMTT.N I __ AABUTENT.THE RyxINOPIZI FIL . N. I1C,EENrBBIwLL BE O PIPING.INGLUDING AERIAL • f• .. . .. .. ... .. ... .. A • • :J.03 ]� Bepa-z 7iJ � 13O.F� ICI B♦r.•--�i-E.� _ ___ • _ .'1 2 B DD • —__ S'� -OR9 HOPE WM NS IND I.W —"�-- I It ._. L� ‘L., STA ,ns.,e - - --- -- - -Ww«sm., -- im-- --- ,IS�.I LJx n ' 4 6 Eo RAV LINE B 7 OFSERrz �p AnaR,WM IZ ORS NOW FM INSTALLED LVD•RISBVIA p OD FTIHORI HFM PC I NSJRSv 15 eP OFFSET.MM.NrIOFFSET E�wB255t,. E JeI3 ut sc.,.fF,roB.SB E.9323e3.e2 .1612 M 9u6J2.Ai] / I STA tSJ+,e ss " 2Bi WM BISCAYNE BAY HORR.t WA -OFFSETCRITICAL ALIGNMENT OFFSETTz2»'R N.Sbe,2,2 NR SHEETON3 SEEN. . E.W2A,.rx SHEET C438 I E.932031.35 PLAN-SAN MARINO TO DI LIDO 1-2_II BfAIE:,•-m _ -IL4---H--1I--✓ -0--iH-ii--0--,--0- -�tti� �f-tilyka �i----1 F-,IL�-I--=- , � - - rtc ---- 0 --i 4---- -f---- - ' +_-- - `-i,- 0 lit- --+,1F i-! I-/ aF+-Yr-- I u u 6P BB3 I I 1 1 ' 4..1 U 1 11 -10 - „I 4 I I. -10 • i' M. w ✓_MCI -20 \.... uI -SEE NOT:I • 3 -20 EXIST.ERODE ABUTMENT,FL_ Al,ROX MN BAY e0,ok. KEY RAN(MOT rotxaLrEc ELEV-I-MS • • E S 8 $ EN PILE TIP ELEVATION $ $ -30 Sii I�; 01t 5-LB$sq xNCOVER 1Sp APFRD..HIE a1..x2 $ -30 _I 41 aELOW BAY wTng_W a W X. -00 nY� AK°N`'E° �Y° k`jO aK° m 49 - s or MI MOPE 3BU11aru3m,AAIm r— R y _� _ s -50 — _ _ 1 S NPN _ _ -50 V AAA b0 I2• H.- FM I 1-TALL..NM ADO �� bD �\ �•r _ _ — — _ — — — — P E.SEAL • [ , -70 76 -75 0 190*00 191*00 192+00 193*00 194.00 PROFILE-SAN MARINO TO DI LIDO 7 SCALE HORIZONTAL. Sm3,->P L M MIAMIBEACH wL wMZFE A Hazen ENGINEER RECORD ENGINEERD REcoRo_ NCHeORoc VENETIAN CAUSEWAY WATER AND FIN N.I.x030019 ,-TLOMO DIRECTOR A NA HUBAR 3 1 iRLI{.rll �wM.wNBENGINEER A— SEWER MAIN UPGRADES-PHASE 2 PUBLIC IVORIES DEPARTMENT No sET TRAM CHECKER Is 'I'L' PIPE PLAN AND PROFILE I*ems 4 A ,roo LOM'ENrFION CENTER ORIVENw.ROACH.FLniv u.v ENGINEER CPIsnNN onTeeA.FE.Env BF NO. OATE REVIsoN AFFO so ,AF.M..N., M RE.No.HFSB su7E Ali NOTED STA 189+05 TO 194+20 oc,1023 Sr..,1. En SE a N rL'B s Me P.C-OAAMAIDEM nMAgon.rezWOx,iMe _....�_� I I I I I — — _ — NOTES. I z- WNW,-SEE ENLARGED PLAN 7, t FUTURWNW,LIMOS.DRILLED SHAFT SEE ENLARGED PLAN 5, I I I I as B o: 1 SHEET C2-24 LOCATIONS BASELINE MD RR LINES RASED ON SHEET C2-22 - e Iwi Wm_ $ ^"csAN >°"�L°mx'°aa'oE°N `ARuP'm BAS SER 30'NRN �� • EXG AV TETTO TO N.sJBSl1.ENTRY POwTMM YPOIN rn. 0 1No tIST ROC AN ANT.OXPATPROPOSE0PEELED v U RL \ VER6Y11MT 1Y E:BJJDOs tLBR \ AN APR9OLRNTE LP ELEVATION OF TED ]e6B.b NN I , PT S�YES�63 M t. "Cr-. --1 E ---• lt_ E BMW Je -, - W 1 I CONT I 3 HE LII.CATIONUTILOIES N TIE IATON ARE so.cSIAI T ip \\ .. Rne(pRTp{I{GVniE i° THE LOCATION AND ELEVwMIN CROSSING i,4 I El_ ___ ___ �___ _ ` EaRvT NT Tr AND e'WYA E BASEDRUMNESEEEMMOEDA/VEWRE%ISTSD . 1 oNVECTEn Te3vwu I UTMTES,,„.g. NTDN ALONG PPE .. .. APPROX.RAN:NE`.r.e. ... c ABANDON E%6'VN / ABANDON E%VALVES .-_ ..` . N 3 CNTEISJ,E6. O ; \ ABANDON E%.3PWM _ vN GROUT -s-� . ,�, . Y- v GROUT-FILL - ! BWN FORK D PROPOSED ONLY ALL IITTWG LNE ,_ [ALLOWS REFERENCE DIE ROATVAT SASE 0 R .. 1 / \ I L7 A MICH ARE N DN CONTRACTOR TO LI 1 3 ' iBA3ELNEG - _\ut_=1 --- ----- � -- -- W IE raAcTEVct6—, , ° DK.IL 1 Im.N i• v. Mu_SE mcn _ • y9.OR9 MOPE WNt BTAM$tVN3D0 MS MONTGOMERY PALM AND SHRUBBERY I • 1 -�� NOD S U I Ic NEcbssapv FOR cousrnucr oN 3 �: U 6 EMS,NC PiPt TO IN ABANDONED SH.A.EL BE 1:-�01�p17.t�[.� oo�..-..7,; __—_____ �dY°R9 oPE EirTIOLLegu MO FAA_ __ y15�MriWYi'. FM. Fw. .M • _ la _ F —+ FN TREE PROTECTION FENCE \ RT SEVERATDEE I00 / �.�., ..-EM.. .,. .. �j• M 1 "� AROUND PIWI rABEWN I0r N ESLIIAM�lAc 4P IA 1 NovC DURINGED AND p o . ` ITRW Rlf 1 STA 105.016 \ : TOM FENCE J I ON6 R ov irE++Ta dTrw .I E.BJ339,6ZzP -T_ -i _Ex5 FN OINTS WITH 0.OF TBA M _ A TWDL°CATDNS,PAY \ \\ L I p \ AEDNOVEREPUCe LIGHT ECU MPRO EUIRV POINT GM 1 N. O NOa AWDCR Ex RN GROUT-FILL = • WRTLE IF NECESSARY NSMS lIE % wM GREA it. 1N OFS,CROSS v+r 1 Ct `..0:TGsfvEFnNCOEN$Fxcnv: ; ;! .DPI Rr.•Fu CONTRACTOR TO CANOGA PRIOR TO SEVERANCE TR \ ~ '� AND pESTRAw E%.90'WM DpIiS APPROX ENTRY POINT FM I SJO56 1 ;Tun DI EXCAVATE ANDRESLFWN \ L WM.95LF OF CAP ji 51M5. E93J09N.Ji R I ^A...,,.-� PR/OR EEMP��N `CLIP PSN..T nN.ALLPP9TMNED PLUG NW T I TIE.IN TO ExeFM IPAVI101tSBI I 1 b' -_ '�I.�SFE� ( bIOEOF ELIX TEEI(4 EMitinir SEE ENLARGED PLAN 6, SEE ENLARGED PLAN 5 FOR PLAN-DI LIDO --SEE ENLARGED PLAN 7 FOR \ SEE ENLARGED SHEET C2-23 WM PROFILE,SHEET C2-22 EPy=.t.-la WM PROFILE,SHEET C2-24 PLAN 8,SHEET C2-25 lwArROMNCHI :E..• �y NTry R 3 i 4 APPD%.,. W mho 2;W 1a � � ;�R°µ15. E aaW -10 BOR._MAIN `ORCE I „LC 5 .'.,Et Y. PE -20 B I / \ 11 q o -20 KEY PLAN par TO SCALE): i RIMS n° -30 -30 6 DR'HG°°WNWSTN`L.E°,t J i y$ LJ u Q 9ya. e 8 \'�.. R.,`• -\ -50el • K3LJ5 A u N M y -50 v �v O / SEE FM PROFIRGED PLAN 8 LE,SHEET C2-25 FOR `T '�9•i1i7j`.'-60 . —SEE ENLARGED PLAN 6 FOR -60 A-- FM PROFILE,SHEET C2-23 E SEAL -70 -70 -75 -75 195.00 196.00 197.00 198+00 199+00 PROFILE DI LIDO SCALE NOW°NTAL:ANNI SCALE VERTICAL, ANAS S..N I 3D y� MIAMI BEACH ENGINEER ENGINEERO RECORD Lx NEICHBORHooc VENETIAN CAUSEWAY WATER AND Fa.mow.80s.TscR-9.D.0 CI CIiV MAwMSER.ALMA i HuOAR 3 DEMONENGINEER.Mg__ DIRECTOR BOE CA PE 3 ,� SEWER MAIN UPGRADES-PHASE 2 sNN.3RNre WE WORKS oEPARJMENi c ER u '.L.- PIPE PLAN AND PROFILE F..* L P+E OM OW.YE" .,DO CONVENTION LEMMA ORIVE.,ML.BEACH.FL.33130 COY e...1.ER CRisn"n OR-EGA.PE.ENVSP RATE LID SET TJYpoar N TAYLOR J.WNARITO No. DATE REVISION APPD.. ,N[.P....,�, _ PE ND E0453 SCALE A.NOTED STA 194+20 TO 199+35 OM.. OCT OS3 Ow*15 0,54 Drowns o1-n FR P.m C IAT.V...NRA I..,y.w.AM021 n35 FOOT BRIDGE No.874471 NOTES VENETIAN CAUSEWAY BRIDGE 7 ' AND RAN r•iEs wEo ai AN lsoArc TO THE ORNNrl root WKEPTMEL DI LIDO ISLAND VA NOG CTEO A WL TANT.P PROPOSED OVD ORILLEON DM BIBCAYNE BAYS SPOIL ISLAND 3 EO GWFTS PAVE AN APPROXIMATE Tr ELEVATION OF ESTI.TED LOCATION ELNRE DRILLED SHAFTS TYP AeAruoN N PUCE EX. \ \ i EL.I-MO TO I-ITs'. AEnru le-rs wMANo I /V Eoenw LAMM.NTIE PROFILE ARE SHORN e'C•M AND NEX FM RAV NE Ar THE.,SEE MAR.PLAN FOR POSTIG AeAinori Ex.3awu t ` _ NTHELO SEE EN A..ELPu•a wRsso..THE ABANDON Ex / • CENTER NFasumNArnc PIPE AA BrtoursEi `_ ABAteioN ABANDON DI.e"FM -APPROX.RAY LINES.ttP. 3 46TAnoMN(•Of PRpwEEo PPFLEE• FX.VALVEVIA ORON EX. � SHOwMioR NEF F PROP Pi•.ALL NTTNG - •--TTT/// IT riu.ours NEsaeTCE rrE RnraNr•easE..c F ir 3 I , - aM , ._� ,... ,....:-v.,•..... .....v,,N.X.:.,,,.... ,,:3P....;t•::•:..v.,•%.X.M, ,x•.,,,,. rIr I MO TOOBEi Lo.VEnACOMC 7` a > ' M CA SEE NOTEIS MEW , I� - (TII 1J AND GPEA.POET �• I 11' I� IDa ONWrPORT,eTNlAig1<��REL / 1 aoAownv.srAE REMOVAL EX w 1 " �,� naANoos c MA 4 coor�seuNE G ABANDON-FILL M , W w1 n I_ I 1• w . N E ABUTMENTSM ORo TSI w -_ 201+00 SEE NOTE.113. ;:II — 20.00 20A+00 I Itl N ED.. �f APE O tEMANDOTOF MAG T -- VENETIAN WAY II TE II W e�EN OF T. + 8 f AERIAL yI sEE4a N� Z RML ATTACHMENTS.SHELL SEE CUTCw PANG _ Ili o .J I '1 J S EMPTY [uiwcnorlREiWALMNG WOOF Er II % •I r U r _, .�; �.,_.__- __• M .B ry ik. a • ,�A in _� s.� oR„cPE N S', o., „Lo H ,o00 ... -�-> 6 00 7+00 �FM STATOM FM �' RANUNE eT-24�_ ___ ___ __ n.At.N INSTALLED VIA MOO " -- PTryERT,IEM 3] DPE DM OFFSET STA.iW+]3.03 OFFSE'T)♦_A A RC IMONi.�WM --- N.S3pSTAt6N PC IHORIL,FM N Sps)E.II OFFSET AT.ITN E. 0 OFFS i�N'R E.331.19.0. BIBCAVNE BAY STA_13 pFN E.9300 -0050000 0. OFFSET 2606A MOBIL; -". - CRITICAL ALIGNMENT OFFSET:1600W ��•n -.+,.:' - LOCATION 8 SEE SHEET CA-07 E eilan.9s PLAN-DI LIDO TO RIVO ALTO _IL-IF 1F--0- 1- f--B----0--iH-VI-'t -iF-ifr--aI- I .AI-÷iL....a- h1 F ., l ,. 4r- -rr-+$-. -I .I 1F+-Yr—rrt in--Yr-+a1 u u NJ'! I I I I '-`,-''. u LA u 6J' I 1 I 1 �/ ENIST BRIDGE ABUTMENT TP/ _ I -t - Exlsr.emocE wSunEMmr. _ -10 -20 /M.r.. U SEE NOTE 1- J �N." / �' -29 PFaaXr�LEVATNIN_ �ELEVO%MIN.BAYeOTTOM I�rRµ(IpT7bOGlF — ' -30 8 S 8 LS IAN.covERo 8 8 3 003 !E$ 41$ 326 BELOW BA M 42431$ ";$ EN PILE reEYATN)1 -30 C _ ;yyy1( .'ti W�qqd W ''AL; ANNuo41-In _ •••_ Ti die RTo RT V. • -00 zt' Wt, a1z° L;t°»R.- .2, *_ - I I' 36'OR.HDPE WM INSTALLED HOD— S r • ``'i � -60 _ — MI�sE tz DR.HOPE FM NsrALLEO VIA NOD -60 �� ,•;i.-. - — ` P.E.SEAL -70 -70 • 75 -75 200+00 201+00 202.00 203+00 204+00 PROFILE-DI LIDO TO RIVO ALTO SCALE HOWD.TAL:NNW' 4 ROUSE 00*136wL' S,.+N I 20 L MIAMIBEACH DIRECTOR R ME aaMEzv NBN Ro RECORDDEMONENGINEER OF RECORD TA ENGINEERW. NE,B„BOR o0o VENETIAN CAUSEWAY WATER AND „oW, S 1 iiiLArll ENGINEER F WN Br,tov SEWER MAIN UPGRADES-PHASE 2 AS PEP/ATME9T PE.ENV3P 1 ,Srma MID SET rxeleAw AVLOR v.w.uano 0000 eN.Ls .Ills PIPE PLAN AND PROFILE Ww Dom,MA 3.00 CONVENTION..ir nDRos.+*BFAO„.r33.39 cm ENONEER.cwanwoRrecn. No BATE REVISION APPn.er ,AAN,,,,ra, " P.E.No emu SCALE Mil MINE STA 199+35 T0204+50 r s,..I Ic a ms. awns r-,i FN Pen C.nornmen-pwWwwponaa,moitn]s L__$EEENLARGED PLAN 9 RDX Fo pYPDIM NOTES FDOT BRIDGE No.874472 — — -y — — g IF"AP �B'� soESA: VENETIAN CAUSEWAY BRIDGES SHEET C2-26 REMOVEUIDREPUCE SAND e- EBJetal FM I FUTURE BRIDGE uwT3.ORBLEO SHAFT RIVO ALTO ISLAND MONTGOMERY PALMS AND SHRUBBERY , .:O XEMRV POINT WM µ ROMS.BASELINE 4WD NW LWF9 BASED ON • IF NECESSAAV FOR CONSTRUCTION BxltF,b 1 ATE IO THE TED�•L�' FOOiCpA'FPIIIAL CONSULTANT.PROPOSED ORll3) BISCAYNE BAY \ E 6 M,IEANAPPRDMATE TIP ELEVATION OF EST"''''LOCATXIN a ASAMOx W PucL F. ] EC W.TO 14>s'. FTIiIRE OrLLLC-0SHARS TAP. AERMl te'CIP wM AuT ABANDON V4.OUT+ILL I MOS NG NRIIEi IN THE...ARE S.W. AT THE h NE M — EVATION CROSSWG THE MBEuxE SEEM ARDED AND�v A s WO COMMCTO CT VERIFY Nte' 7 CENTER...INF°IOIRTw ALOFZ PPE 2_':_..._.- .:_AMN00 NRe T SHOWN FOR REFER..ONLV.ALL FITTING CV VLA ORO i� T SREVRAMIA _ AJUGJ WM - t __ _- __ S. GL STATIONING OF PROPOSED PIPELINES IS 011 ASAN S �� �. GLLWrSREFEL...E HEROADAMV0.ELK. v r ,� >_ d,,: .S,r „c • - .. ... R>bED., - Dx.RENCHEsm,RNDALrDeLAFo R IXF,RAR 3 „. �«� °Ex DMA w.�HwA' [WRNS n CUT AND CAP X PIPES AT � 1 .BR�e I 1. i • TEM,OOI ° REFERRESTOREDrO OPGwu ❑. 9 y SEE NOT ALI E b ABUTMENTS. J II hr _ -— DOCUMENTS ADq 0.L DETML INCLUDED IN THE APPENDIX I%THE CONTRACT W 71 p 207+00 20B W0 F°OT 1t++ll�lll"' _�-.-ett__ i to N HE _ — �J_. {�1 — — w ��t^I�.� w+-'f.a- _� S. M[WMrO SE ABANDON INVEOFC. P ROW n VENETIAN WAY YI4 WST — I �� Z Y v ///ABANDON Ix PLACE EX. Y-1 -• - 6 • -: ,I „i00 M.°P HOPE • Qi { • Ow,.�61N REYDIM;LOCATED E°RFYAAuNEO 0 1 ; f AERIAL IS•CPVM . I;� • ' I L6- - ,Z+OO 'y.a , FOR...PORT IxiTKIA,gFi. U Z Y. I. N „ - FMH .. ___. .. 5 OAR.PIPE TO SE AnANDONEEISHALL BE . .4AtRE 1._.)T F34RW0.0 I T1 { .. am' �`I�' GROUT.HLLfOIOFRFIRx,3-FT-FT DE E16nc 6 , r���"�"-y F '". IHu 1 BwDOEAWITMENT THE REMAPnER OF THE _ - +4- 'y—0 1 __—_ __ __— _ D!1 • TERMwm w,w BCLDgNG AERWL2 BE CUT.CAPPED_ __B+OQSORO,�.R¢TAlIPY1F'�F 4M ���+� ..... -\- _ - SiA mi.ez / / SB. IENT°!i I EYPTVATT.If rEN�nEMOVAIgRWG BRO. AS Ex VALVE OFFSET `TmJ \ • -- -— - - �v r IiE I F IEcowmucTaN. F_---- ___ - -_ ILv—si INSTALL WEST J / j _A - Bc „E:.>Eq.MAND,rIaPEFMTIE+�w,LLxD, srA ms•vePLe N wl:sr s�oF E / -a:{¢ �— REouRE RFSTRAINr of r.�Ezsrie MA.aRM'LINE - x IHdbil Fu \ _ EE IPA_ t - _ P swc4 EnsOFFSET BF.WR wRl `OPC FFSETr]].3+0 PRIOR TO SEVERANCE EXCAVATE hExCEMp11�N T6NTO IX.te'q WNrRn PtPPi:SRESTRNNED x:Se204 30 - 'FM IONS / P020 08EBUA1PAv ITEM 70E1 STA 3W n.OBBISCAVNE BAV _ iD.aP 205 Eos x]s sowlTluN taLFFw OFEx iEER /, 1 1WM • SEr• WT Flel B B�OBrJ l / NOFFBE T.yR_ EOFFSET03371 CRITICAL ALIGNMENTLOCAPII/T6O w 74,SSOSSe.01E.STS]et SHEETNJN 6 SEEI [If WM x,s E. SHEET C4.37 I EIVIOF PROP' SEE ENLARGED PLAN 10, PLAN-RIVO ALTO SEE ENLARGED PLAN 9 FOR SHEET C2-27 1 SCALE,•-- --" WM PROFILE,SHEET C2-26 -II--*-B A--F-- --�C.-u-rH-rl-rl-�F- -bL-..Ie -1�_. _ '�-1f- i T -- T' --7- — tyhly - _ _ -! N ENTRY ANC. ...B p 04 I I 1 1 / y1+ U I., 1 i�/�I• 210 gORCE1.00 2. L-.,,,.F !I n: / Ht NINE �[ / / '� lo,'gA3413pT TO'ME): ELEV.EI,3 / v 2 8 $ 8 $ $ 8 $ -30 ^$$ 7 ad$ eeiowanvmno ER �'� �; :LL$ ; $: xR n-30 .-..,. do AP' §1W 1e papa gg•gg g; ° • -40 6E° mK°a8° .s° 6Y° nY°' TALLEO v,A.00 / �k° 2ii s5, u �0 "�'�' - '� • SS'p3 NOPE wM MS _ SEE ENLARGED PLAN 10 FOR '1i — — — —• — RBW FM PROFILE,SHEET C2-27 -50 \/ \ rP. ova�.. a,,,y O LO l BE — n q+a HOPE FM IHs, .60 �\ P.E SFAI 70 -70 -75 75 205+00 206+00 207+00 208+00 209+00 PROFILE-RIVO ALTO SCALE NOn n ZONTAL;+N . 1-1 SCALE SEPTIC.' So`.1->Q MIAMI BEACH 003800RDC RECORD DESIGN ROFNEGORO ,R NMD.D be]OC VENETIAN CAUSEWAY WATER AND Re w.Bw°a,Ect nD DWG CAW MANAffR wINA,HDDAA Bin q EER.,,E_ DwECTOR ,DE GOMFz PE a.ncl SEWER MAIN UPGRADES-PHASE 2 W...r R.r.e BO Pusuc 00980WORKS OEPARTMExT v® MO SET 1411.2 AVLORI B012.170 H ER Ls TN.c PIPE PLAN AND PROFILE Fol..Fol.. P.B.WA 8M.ow.N. 1 WO CO0VENTION CENTER DRIVE...BEACH.FI.]J12s .'ENDINEER.C1.7'NADRTEG.PE.ENV BP d REVISION APP9 BY N P.E S NO r".n., .ND AST u,E AS NOTE° STA 204+50 TO 209+50 o.r. Tg sn,, 2.2 12 M Co..Gins Fw P.C..0582 npWrgv...021.32 - - - PRIOR TO GEBN NOTES. ISLANDS AVENUE • .a, EXCAVATE ARO RESTRAIN + +cr. EX]P NM JOINTS WTW- - NTIA•*WOE UWTS MILLED SHAFT 1 ` ,. R w ; 10.E FMW OF PROP.TEE 1 AN UPDATE TO THE ORIGIRV.FOOT ES BASED ON H TOO 6 • - .SIB_5 S _ �i— 1- G ALA PPMS DATED APRIL MET.HOODED OF SEE ENLARGED PLAN 11, `� AL AN APPRO. ' [ _ afuElsLE ` 1mD-roll _ SHEET C2-28---_--_ SPOTTER FUTURE FPL BORE B ERWIN.UTwTES IN TIE PROFILE ARE SHOWN PUMP STATIONJIS !± RGEOTIES PC(VERT.I WMNES .14 NO.S GMT,,9� OFFSCE.936W)WIFERENCE ALL FITTWL. CONTRACTOR SHALL AnUME ALL ISTING 16- . qHERE WITHII •PE Wm meTKLEO VOA-+- DJ T THE RETANNOER OF'M • ~�D4 J AnACwENNIPPY FOR UTER REMOVALDURING SREGF EFr 0 1I �. W ., / 6 AO[POW.WENT' UDUTIES BASED ON FP PLAFS Q_ DATED NOVENIER BM YAR WOW DWG No PPIA]B.PSLUSSM6 MELD VON FPL ATOM, / \ M RE .. APPRc%RAV L,IBit.ePlT"F•.:"= _ '.. '' I m PLAN-BELLE ISLE ETA.2.33,3.E1 APPROX.EXIT POINT OL EIEV.1.50 - - b .10 u.ROOL NS -10 SVATER mW) -20 ..... -� REV PLAN(NOT TO iQAln • -30 SEE ENLARGED PLAN 11 FOR " CYO' \ � CR: WM PROFILE,SHEET C2-28 [�[ -40 \ SSW -40 '�G -50 -SU U HE P.E.SEAL 70 -70 75 -75 232+00 233.00 234+00 236+00 236.00 PROFILE-BELLE ISLE a SCALE NDNIONTAL:INNS CAL:SCALE YERT +b M I AMI BEACH C LANCER A*TA ENDNEEROFRECMO DEMW.ED+ .ESME Ta NNd.a•am• VENETIAN CAUSEWAY WATER AND .N..NBBBN»c+. T NUDAI E Df94N ENGINEER DIRECTOR JOE GONE.PE ° ,,,,� SEWER MAIN UPGRADES-PHASE 2 .Boo coTNCNCoNN.ci nS DEPARTMENT CLTT3B AITM ENDwEERCR,snMAORTECEPE.ENYn I TOOODBB BID SET SWIM R AYLOR SONARITD `0ER.Ls ,,,,,LE. 'LE PIPE PLAN AND PROFILE I+IF sa..T I +P� .w+mr F� No. REVISION Awn BY Homo,.•., easD SCALE AS NOIEO STA 231+50 TO 236+50 D,.a sn..l 10 r 6A o-moil.c+-IA EN PRP CssmMsa•••.••••vtl.aABI BBBS NOTES: I 'CRITICAL ALIGNMENT FUTURE fPL BORE nP OFFS, - , BELLE ISLAND L TION IEEE OTHERS) T C43] NTR SHDOE URNS.ORS1F0 SHAFT BTw x]T.aau FOOT BRIDGE NO.874481 LOCATIONS,IMMUNE MO w.LIMES SASE)off ABATOCN EX]a'WM FN LROSSNG DETNL I AN...MATE TO T.ORIGINAL FOOT CONCEPTuAL MAIM DATED APRIL ROI PROVIDED MARCH 1023 aRarrfwl_ oFFEET.3+.s+v VENETIAN CAUSEWAY BRIDGE 12 Aoasu Su W.I. A.x3e.z,v FsnwrEa LOCATIONS �veRTpWv F1IDC CONSULTANT PROPOSED DRILLED PC INOIDLIVPM PT IE WM -UTURE ORIUEp aH.FTa L\ EH1Fl0 HAVE AN APPROXIMATE iP ELEVATIONOP OFFSET 312xL- OFFSET-M.1St BISCAYNE BAY Ea3220tw N-.53a886.93Po N ELI-IED'ro1-)rs. It 5311164.24 N:SPoM0.N I a OUTING UTILITIES N THE PROFILE ARE BNORN PLUG IN FAST INslNLYTMSTAR,ED E.MM. E.CPoA.3a E.a�3WPo \ A THE LOCATION AND ELEVATION CROSSING THE I3ro..WYE NAY ITEM OF TIE, APPROX...LINES TER - \ I MfllRMATION ro M N6 AMOEN PlA FOR EXISTING UTO. ONG PIPE 'uct .._ .. .STAL vIA HOD 6.00 T+DO CENTERLINES. • a oo �� Nm���— ACAM)rNOON cwvu cum.ours ORE �Ra viAseL.E. 3.O ��� s 13 y.1N ) I k_4-N I.' - I j PROTECTIVE WM NAM NLETE LOC 6.5.0011 ATED MT�NM THE 17 Q B 4045) I B I I I ll!Jy I I >(] F00O r sw REMOVAL VILL OE WOWED L. WMrtum.O mu OFFN sw xs _ D 'I v v J /J (y I 11, FOR GROUT PORT NSTALLATaols. w FEET5WEUNE a E 530*55 E I {. m ' -I ••,"•.. fit. - _I y- } i._ ( zaowq z^l ril GROU.fSLcnroFilmN *OFmr5w — RE - — l- -- -- -- — tNETPWWAY T w MUT INATERIMPAD H. .REMER TE� 'L ±i � CUT RECTOU6uTTES TEASED ON FN.KN. R,WLINE A81Hp(. N Pl.10E Fx. _ ___1LJ 2023 CONFIRMED INTENT UT NOW EX PIPES AT AERM Y TOPE My ALL BRIDGE ABU MEN SI SEE NOTE .TALL IV RESTRAINED PLUG I S- PRIMTOSEVERANCE. \NTH3.i�NDFLUSHING -. f_�--1� EXCAVATE AANO RES TRAM FY AL'h OUTLET MAT ITEM ttFI YORE HOPE..r - I ,IONia WrtnN PPIOR TO sEVERANGE. - - MONIED E�YIMMO AIM - 2aFENEOFEX.wrE @ CAVATE ANORESTRAIN EX\ BISCAYNE BAY OF EX.VALVES WITIPN 65lF \ PLAN—BELLE ISLE TO MIAMI BEACH FM CROSSING DETAIL 1 SU.LE VFW KM --------_ —7—- __----___ I r ______---� --_--- r ------ L-T --,r—+ t-# i' t' — — * k t • U U ,>1' I I I I I I I I I I EXIST.S.D.ABUTMENT 1SP "1 I. I I I 1 I I' IY .10 I I FA ALE TIP ELEVATION - -_ - , I -._ 20PRDX, F ��SEE NDTE, a -20 REY PLAN(NOT TO SfXEI- �— II�N..,s, NV OTHERRS)�E \ -30 2;W >b,5 5 -30 1-�-�"s • • •KK° bGT 4. �- '� I] /-00 nL 'L A IILMeWBOTOM ^1 40 -v--_—_- iI [ • 11 -50 if / EN __ O o ww -60 WON N OM NM SA NC INSTALLED WA O -GO {Ilb\ P.E.SEAL • RM. — — — -70 -70 75 -75 237+00 238+00 238+00 240+00 241+00 PROFILE—BELLE ISLE TO MIAMI BEACH ` r i SCALE HORMONE.,l-�' SCALE YMCA: 1,1r Sow+.=ter - MIAMIBEACHDIRECTOR�RA 3 1if;LArii ENGINEER OF RECORD ESNA EGI RECORD Ts EaH Soo VENETIAN CAUSEWAY WATER AND F.Y�.IOEDauc,-mowa m SIGN EE.A�wen 31[_ SEWER MAIN UPGRADES-PHASE 2 >•E..r Mr,NR.. AE GOMEL.PE A wN CAC WORXS DEPARTMENT ER cwaTNA ORTEGA.PE.ENV,,, TR.. MD SET rrMRw 0SOMAAIn. Ccoos03 IB TITLE PIPE PLAN AND PROFILE FRMEo 7M Pa.Nam— S.n4Nl:M TOO coNYENnora.CENTER DNYE T,uA BEACH.aa513a cm ENGINE No DATE MOM AR RV ....TT * PE NO ewn SCALE NE NOTED STA 236+50 TO 241+00 or. s..w T a H o-,..0 ms EN PNm c1.^.+A7m vvvvrePP.E.reo2,2Ms / '!`� NOTES. `�' , NTULE MIDGE UNITS DRS..SHAFT S p Qyyyyy LOCATIONS.IMMUNE ANDR.N LNESBASED ON OV 1 M m AN UPDATE TO THE ORIG.-FOOT CONCEPTUAL l�]5o0�BR1wslz.I SON F mJ'DETAILM CROSSING C �CN� PL�DATENNM.mH PROVO.NM.mzs FUTURRA DDRLOC8sTF CRITICAL ALIGNMENT EnDrBl6sx MIAMIBEACH o fart T\ is r LED BNxFTi TMAPPROKW.TETpT.PROPOS.�ELEVATONa f DRILLED SHAFTS ttP LOCATIONBSEE MIRE FR BORE \ - PE WM WS.PLLE ELIIFY�I-03. _ SHEET U-3T IBV OTF4R5) ABANDON N ',P y 20 O� T. *NOM 11.11EB N ME PROEM ME MORN FA VUVESwMn,eDn 9 / / AT ME LOCATION AND ELEVATION CROE5INC T. ______ /; _ -/ Da.Dan aO uTiuTIMMuNE.iEB�xFnawTv+D RAM iunND PIPwER E,LsrNo MR- ua Mi e.ae---'WL uu 1 - CENTERLINES. 3.00 N M'ORv HOPE PM AILED VM HOO --: .__., ,,....2. -E / NR'E'E 1. a MOWN rA RDFRENCE FaOPOiFn.ALL PROMS L _ s o� , uuauTS REFEIErcE nE Ruxw.AV MSELNE Ff. .. I fi - -•.a, au.zp AeAnoDN Ex m wM ���� siP...^��`• ENS.*,r APPROX R.LINES,TVA uu o rAKz u+aursu - _ �P� eP i OFFSET ss.ssL .R...THE 'y� NOON N t vucSO'/Ex,S J `0 PROTECTIVE SLAB K`LOCATED... RECS.. l ��I ABANDON le CI EEE yrsLL rn 2V,.O0 .....--- La TOR CRwTPORnaTuurws i 1 242.00 _- 1 ""'J"„ - �— s EnSnrG PIPE rO BE ABF�NOUCO SUMLL BE EMINDER OF T. w __ _ - _ -_ - `•"1"" cRDur.aLeD roanTnN isF,of MISTING 1� 'ENETIM!WA' • s'l• /' BMhnaAR� nuc INCLUDING AERUAL z V V Y 3 -I I-I �- ' ' + \ �1ENrs_YMLL BE Cur CAMEO AND LEFT = I= ) e P %/ LMR. -TER REw+u DURING MIX' NSTRUCTION U _. y FOOT BASELINE p2E ER UTILISES SASE0..PLANS COW..INTENT CUT AN. M Pk DC .PIPES AT / ` Yon TOPE RN PLACE J �ViMENIS. a DON EM CROSSINGDETAIL •4 EIEY:iBiS1 AERML ALL BRIMS OFFSET zs.Dn - - FOOT BRIDGE No.874481 VENETIAN CAUSEWAY BRIDGE 12 1Br L PLAN-MIAMI BEACH FM CROSSING DETAIL 2 SCALE:,•W Mrs 16--Ir-,1-1--,,==s�c7cyyxss==.Jt . .�t�t�t-.--o-�I--ii--ii-4-jI S ---r _ I - - i-- ti i-1 o ---i-1 -- + rr I I I I MOPE MI ON IE to 1 Ir / D .."aEv""�°°1 • --- _ 1 - -- — 4 KPIE nPELEvx,nON / Bs+- -20 \ Fug EXIST BRIDGE ABUTMENT TNT "PPRox a+ -20 .. ,. I�AANOpT TO SCALIEF APPSOK INN MY BOTTOM FUTURE EP.SORE ,�� / LEY.ppB I.OTHERS) I -3a E 3O FM CROSSING DETAIL 3 El . .... : '---4,, SCM.IOPE ERE F{��e. y -50 - -- -50 --..-- MINIM, _ Iv .. w.arP.aa V • WALLED v,A IW _ .. _. _t O O Y•ORB TOPE SODA �— -. - BRR 40 - P.E.SEAL -70 -70 FM CROSSING DETAIL 4 —• Nn 75 -75 241.00 242+00 243+00 244+00 • PROFILE-MIAMI BEACH B g • BT.ILENOM20MfAL:-I+ri l.. i .DA EVENTRAL ,=Br MIAMIBEACH ...TEEM'RE CORD ENUwEEROFRECORDT'B ...M ooD VENETIAN CAUSEWAY WATER AND s.N..aMoou C1-+Euw CITY MANAGER:ALIM T.HUDAK E Nr.NEER A� 'RECTOR AJE 00100 PE B 0 OW SEWER MAIN UPGRADES-PHASE 2 c SI000 DEPARTMENT cmE MOM NO CET rAVBAr CHECKER. _ NTLE PIPE PLAN AND PROFILE '^ �= So.'rM ••. "1L . ,700 CONVENTON CENTER DRIVE.MIAMI BEACH FL.BB,]B NDUNEER:CMSnM ORTEDA.PE.ENV SP a PE BN53 SCALE NO. DATE RONSION APPnw ,vw.,�, NO. AS NOTED STA 241+00 TO 244+96 O.a OCT mp Snve 10 ME. a_.v LiT-I. Fe 0.0 C,.m. AmOnt.Mw.Rm2,rus / / NOTEB. T i u xrNSaGELIN SDIALEDbN LOIATIgab.BABEGNE AMDww LNES BFISED OM V EryryLBOPE AN VOATEro THE OPK],MLFWiCONCEviu.YL ISr DTNERbI PSYNDIC IAW OCONSUL µARTPR PROVD DRI rXN OF LLED ---wF rnrTa MANE ANIwPRDX Et.LIES TD I-IFS DON V oRrosEVFJu \\_-L} '`M , AVA,AND RESTRAIN ] ELETMG UiIuiIEbMTrE aROrLE uiE b�awM 'y� TTFLLL wu ITS IN PRIOR TO TIE eT MElOG,10NNID RflMTgN[RosGMG ttE C p �'IP0. y=LAZ' .TEE EXCAVATE AND RESiunlu ' u E'SEE "F,O` Gv1u5'"OR EXISTING O Ex. ]ONE 1,1E UTILITIES INF ... Of e.,.._. /TEE i ] sIES CLBTATIOMNG OF PROPOSED PiELINFBIS �' .. �Y .*�• CALLOUTS REFERENCE T E ROACAN iSHOWN FOR REFERENCE LO S NOCE .� . CONTRACTOR SHALL ASSUME ALL EXISTING IV •_ _ U l8• roo- 'N eFB.A ara� a A n s. _i. 1 ABANDON LLEo Fhrb '1 TO RE LOCATED " ROADWAY SEAS ouRTO 44 OD I — E TO EXIST xaCIWM FOR GROUT PORWHO.THE T NSTALLAT°RS O _ I � SW TRV POINT WU 5 SHALT BE w I 2<74ao E.b] D° ABANDONED OF E O NF EXISTING T w siALLzaRESTRAINEo 1II` -- BRIDGE ABUTMENT THE REMAINDER N PAY ITEM 1101 IN WEST SIDE OF EX 1 W ,LS.00 r .. - �nroAGHLFNrb.bHAL,aLRWARD PIPING, I�T VAµ. W tN TEA / • _ _T I S z.b•]Bm ,/. �13. -T— E.Vry FOR LATER REMOVAL DIMING BRIDGE -"_ J I (110132.115.1 J/ , 1 RECONSTRUCTION P S b]096b1�" — �DATED NOY9ISE�OR 7aa wR OM AFL PLANS --- S1nIDI1 __ _._._. - _, �+' `-''"�.ee" M&PP1.S DI&CUSBIONB HFLDY.IM PL L�nwRr Q _ ` - _ MO com.OED INTENT. I e - —' - ^ \ r. REFaIrosIEETs waANo MAX FOR DETA,s `p j REGARDING SET MENEM,MONITORING AT THIS LOCATION • STA.3 ..IS PT NEAT.)MA OFFSET SAM N.b]WN.]2 E:nnm.bx �SEE ENLARGED PLAN 12, SHEET C2-29 PLAN-MIAMI BEACH ENTRYSCALE VOW ANGLE IwATRMNNI -10 e1_ BvL aT.ceol -10 v APNrox.ENTRY PaNrwM 6 CI-Euv.3.m �LG _20 / 6C: -20 KEY PLAN pot TO k o° i e N. -30 ss oRs ROPE wN,m / / / 9 g o -30 /1 _. ! .. 11 SEE ENLARGED PLAN 12 FOR ` I WM PROFILE,SHEET C2-29 ao A0 • .r❑� -50 -50 • u _ H[rp� O OL -60 -60 • P.F.SPAT -70 -70 -75 -75 245+00 246.00 247+00 248+00 PROFILE-MIAMI BEACH SCALE HORIZONTAL-VFW W SCALE VERTICAL .IC Suk I zo N MIAMI BEACH M«AGEP ALNAT b wMEEROFRccoso ENDIMEERaFRECORD T& EG�R o+ VENETIAN CAUSEWAY WATER AND FMN.,...DOSS.CI-I.GMG o NUOAx • rta en E °OEMYNWM ENGINEEA.IL_ m 'RECTOR CEOOMEZ.PE S i iMLI�I SEWER MAIN UPGRADES-PHASE 2 SM.w...vs c WORKS DEPARTMENT 2 HRcxER a "TEE PIPE PLAN AND PROFILE M.,.aft,N'A ,NG CONVEMTPUIITLEUTERD DEPARTMSEACHn I]I]L CT'ENCNEER CR18nNFA ORTEW.PE,ENVaP , aIO 4E'T TJMSAw M AYLOR]SOMARITO S FNESr IL- P.m w GATE REVISION APPo ev ,cE.M..IT„ PE NO.BDu3 GALE As NOTED STA 244+96 TO 249+00 _GXe $I_11111_ s,..L i, a r c,...,z E, r FN Pao CM,..V.Mnpw...PgwI.* 213125 NOTES \, . CONTRACTOR SHALL PROTECT MST \Na .�\ ' - �.,--- - '. 4 EXIFILTRATON TRENCHES FROM /\ OA..AND RESTORE AS LOACTEO ' w \ . TA T. ROTA61 TED SENOCtSe ',pya�R- Ro 401. .ss.vT /OFFSET fee PC OFFS., ZATL \N E9.WSX •6FF�211}M} E poffiJIN ----P ‘:',. ARVVAULT AR t ;'arIRFP61MFe, TESTNO-0 \� o� / 301 OW ESN �� M SSOASTAH POINT WM j' MCWASD E.uloaS.B I ,) .CAP AND S ETER I IXfirILL VAULT \ c<N......,....: 1.MAW.T.P.NENLARGED PLAN 1 -SHEET C1-06-SAN MARCO ISLAND SEE CONNECTION DETAIL FOR SCALE:,+,a WM PROFILE,SHEET C4-30 a 2aW `6k@6' o r\ --- --1- 0 \< - -- - \ \\ AEA IN AN POI TO SGI E) \ \ \ \ _10 \ 'o \ -10 • -MOPE W ADEPIENI -20 \ -20 SEE CONNECTION DETAIL FOR \ WM PROFILE,SHEET C4-30 \ P.E.SEAL \ -30 \ -30 cMle r•s PROFILE a or SCALE HE DDAL. .,-.,a IMI r Fnmx:SCALE V r.e rNr:r.,a A A A A BEACH _MANAGER KNAT HuoA« ENGINEER ENiNEEAOFREco.D ue N�aR�D VENETIAN CAUSEWAY WATER AND raM.MODEM D uw.c Cl DEWGN ENGINEER _ >iRECTOR .uE mMEi,PE = HazenRE— ....... SEWER MAIN UPGRADES-PHASE 2 Sun.RM..e En •.00coNVENnor..W°NTEnAEDwve—...WAY H.n.Ta�n CRT.ENWN...CRMnNA ORTEGA.PE,ENV SP., T, SHEET TAIMW M ATE.J M,MARITo C''''R.I TITLE ENLARGED PLAN-SHEET 1 REAM*ILL _ 1....NM w.o la+ NO. GATE EOM. APPO.eV «�« >rn P E HO.eoas] SCALE K NOTED D.A. 00i Na] FM ENE C,errs1.33N LWAADANNEADC}RTe,! • r. M.M.Y RG N D.wq fP 14 NOTES. . - - STM TNNSA ARV VAULT,MVOS 1 • -_ STA tp.]1.65 -. RE CO aw 1111 TRACTOR •SWYL PROTECT EIDST NV�d]1.n BEND sp y-� •�'• -I CONTRACTOR rECVCR,REI, FROM OFFSET 3fm I _ AM RESTORE AS IMPACTED N.a p56O.)e I . STA 1e AS �,. { • RIVEN 1'MM .+;);;4 , fly - - OF]DNate R C 0 D _. ARMOR POINT WY .. 1 _ I E,u106a].M F 182V00 _ E.plps.p 153.00 SN.N �l A I ]6'M9MOPE VA]NSTFL]EO VIA EDO � _ ,�- _ I■Sr DAFTFE -STA.Iprt639 66.a5 ]e•It1Y DIP TEE1 `fY dPITw.I _... ._ SNSW OW REDUCER OTATE 1175' SAMPLE I J--V 1 _-_— SAeo012N I l0'DPlrn.l .63003OOFFSET1]Y "PO Kr I I E:WNW, I E'p15TS.N POWTJJ i�_.._�. -�•. ♦♦ ..- VENETIAN WAY , NATaANEOPLW '• I e'dPIrvPI r_ -__.. Da WEST SIDE OF 1 . - uze Ross CUT CAP ARO PAY ITEM A; E_ - GROUT E1 \ ENLARGED PLAN 2—SHEET C1-08—SAN MARINO ISLAND SEE CONNECTION DETAIL FOR SCALE' m WM PROFILE,SHEET C4-31 P5, "6i >C� e p S gsiu pgap ty <t,<l ;0 k 7t k%I; kls I :hj / —. 0 LOPE ACADAPTER /.....1. / i 0 /= ! Y KEY PLAN INOT TO SCAM): I, / TDJ.ELEV OTA ,0� ]O'OW MEP.) 101 it / SEE CONNECTION DETAIL FOR kG WM PROFILE,SHEET C4-31— - /_p0 20 / P.E SEAL 30 / 30 III rr:r•s PROFILE SCALE R E.1•=1 SCALE VERTICAL IDE f�'.'•P IWl MIAMIBEACH CM MANAGER NEW r NNW NdNEERaF RECORO oa„a�FN a� rx NEw„ed woo VENETIAN CAUSEWAY WATER AND w .wNmDEn DsxdRD ] 11L<L�Pii E LW, ER SEWER MAIN UPGRADES-PHASE 2 o DIRECTOR JOE GOLEZ PE . arnFSWYNs- PUSUCYKNNSDEFMTMENT cm ENaNEEacgsnNA ORTEDA,PE FAN aP 1 Iwma MO SET aJ.eouN+ITo c cEaIs TIRE ENLARGED PLAN-SHEET2 NMw 1l� Ps.}®—_ N.ONK NA Iqp CONVEMTK]M CENTER ONVE.NAY SE]C„.R.]]1p MTE RFV LEDA APPD Pe PE NO EOM SCALE AS NOTED ,csv r nr, DEW SINt DI OIPIhE Lt1S F 4 Pam C.rnsNann rnaapmdum211695 N wauc'nYTNaE 'A+c Texwe.xd r==r-, - 1 ! 1e0w0.xB • .r"...°TEE ' __- ST RJ VAVLT.AINi ROTATE new / D M' OfFBET-SOIL ' y T N. 6x1.1 CONTRACTOR S.,PtOTECT EXIST b EXfALMA.TRENCHES ERON _.._. I . Y WAAGE AND RESTORE AS NAPALM sTA i _ sr,,awE.a - ,- I _ Mrtq 1. / APPROX.-D D YaP1411'IEND ..#A1 D - --� --U--p __C�c�, OFFSET 11 } (/l\O �a N EMT POINT MA OFFSET.S tR ) N.51elY,eS y E l`'�TJ DMA. PO E.al6a.Sx I �E'.exlex0.a 1 •.,r E.a1fl1EM "-J� 1E000 1MA00 r�=a.s:=� C�'RI CUT WAND srw a.64.29 p it D.rtw Sr aPinP.i GROu Elu 30,1 aP TEE STA lawt9] I ERNAW'TW. ROTATE rt25' •SNAP E� nars1660E,. POiSA61P4E r ' I._x.R®GCER _,�IIIt -_ E'.at 1S.M PANT , .6]060.1a mow.,..-y_� --— SEE CONNECTION DETAILS FOR * -...... . ._ WM PROFILE,SHEET C4-31 Di IttP.� 451146E 12'REST... oc a moss sloE OP Ex. 1 m ,: (PAY ITEMna L_______i______ . , ,• , „-- : , .X1 ENLARGED PLAN 3`SHEET C1-09-SAN MARINO ISLAND s IC 8 X41 8V= !pPe Pi Pi 63iu:giu Cfld 6..M,-; -TO P.ElFN.4N e.v lam\ 3 \ \\- MAE N]ADAMER 0 \ `` KEY P,AN(NOT TO SCALE): TAP.ELEY.b»— -10 \ AF.„_ 'g,10 -10 SEE CONNECTION DETAIL FOR \ \r"'ws, $a WM PROFILE,SHEET C4-31 \`P,,,4, `i -20 \ \ 20 \ v.E SEAL, \-30 \\\ ` -30 PROFILE r BONE WAWA,AL:I, 6GHEVFATIUI. 'K' MI AMI BEACH Hazen ENaNEEROERECORD ENaNE RO RECORD.us NEW�O NOOO VENETIAN CAUSEWAY WATER AND f1.N.a...wEL1ADRID m NAGER:AL]w.T.NuoAN 1 l ueyGNER OF EER.I� ECTOR ATE co11EZ PE x DRAWN ,e, c SEWER MAIN UPGRADES-PHASE 2 ..6Ftr.,.u. .m coNVEN MS— PUBLIC WORKS RWERTMENTwcM a]]uF clnENaWEER.cwnxA ORTEe c.ENva + ,arm] rD EET TAYSAW N PR]SONMITO CNECAER:V ENLARGED PLAN-SHEET 3 R.N.l� ��— �Onbc P NO DATE NEWS. APPD a1 aF,! m ONO SAS] SCALE AS NOTFO r . Doc NUM_ Ikea s Dr.na FAN PnA ct6mal..nP.NNR.ao„a.rmxlTexs NOTES SEE CONNECTION DETAIL f0 R _R -- -FM PROFILE,SHEET C4-32 - . • FMAau 5,105.05.Be •??n;2CKSCfc7lSl57GrW I oIPmP ,�aPPLDL,Nw.,�E I NSON,1a E-w,as r0R9 HOPE FM INSTALLED VIA HO -- ���AAAAA _- I \ sT nr 3,030 'Siw 7901ZI ' -,r .eE c J � _ siA res.ie.Sz EXIT POINT FM OfFiET 1i R'R �SaET.3]OYR"O • SAN.SEWER - / �-1 F9ET'n.1BA N bt'BM Ev31593.. 1 E.036011.9E 79.97 E B - • 9 /] E:Sb16].76 .01 __ ___ _ __ --_ -- ENr A L IN A P I • ENLARGED PLAN 4-SHEET C1-09-SAN MARINO ISLAND 2? Rif. 02W _l 646' wkD 1 - STA.163.71.00 APPROM EMT POW \ . .19091771511 1 KEY RAN MOT TO SCALE): ,r or Rw. I SEE CONNECTION DETAIL FOR -10 FM PROFILE,SHEET C4-32 \ \ -20 \ \ P.E.SEAL -30 \ \ -30 PROFILE SCALE 3109120113M 11 .091 WA,FYERrICAL ,-5 Sye I.-rE LI co MIAMI BEACH c wNAceR A NA HuwA S ENGINEER aFREcoao ENaNEERaFREcoRo TS Nuo"aoRHroo VENETIAN CAUSEWAY WATER AND FRNN. MOP..u:.uc o oN 01961 uEAr 7151 PE • B i 1LiL/V11 DER�- _ _ SEWER MAIN UPGRADES-PHASE 2 m DRAWN e.till__ ,terms c WWp"o DEPARNT = CHECKER.a TITLE SRr t!— Py.KaL won Order N/A ,,..LONYENnot,,, SE.c„n»ua GI,ENGINEER CRISTMA ORTEGA PE.EPA,SP 5.. NO SET rx9Aw " TA J. TO ENLARGED PLAN-SHEET 4 aT:m NO. OM RP/OM API." PE.MO SOE.53 aGLE,P.O,FO Diu atiM a Y,crcrr,„, - Gram,Cl, PM PMn C.wmMNenF06105•0005,01•151021 Nis NOTES , R CONTRACTOR TO EXCAVATE ' _ - •_.. 4 i TO VERIFY THAT tY lM.WM A SI TESTING CONNECTED TO RI NM 1 - _�_sr - a' -t • • _ • - STA.t%K1N •CUf.LN MO • FdPBN FXts'gv TEE GROUT-EU CO WMOTOR SHALE PROTECT EXIST E SMITS.03 ROTATE 21F E BveTa14 .m roPTSEr.i1,T .. T •EX.WAN NO EKFLTMTKN TIENCHEs FROM GeIFRiEAw RESTORE As EEACTEO N ssesee.se POINT 14 EOM= STA ti ..• —— rtIVELT,WM \ i 7 1, PfNlT.)WM .. __. RATS TEE • I I EWx w CUT AND GP WO STA,%•%.ZS . nPP WE,Nrtgv POINT wM BUM.I NORTH OF i0'X FOIP II.2S-BEND N SI E /1� I __ — SLEEVE(PAY ITEM,1cICONTRAL,OR TO VERIFY END OFFSET '. E.SotmB�Nl „� OF vRroR NT N SMYt“q,. —�_ ■ — 185.00 E M... IBAILEE I • I 1 II POINT ST, . TB . ER / I — --R�� - OFFSET,COIL • • _-. N SJ I.M •.,eee� A, xxxxX oxx 6e9C ENLARGED PLAN 5-SHEET C1-11 -DI LIDO ISLAND SCALE MOO w SEE CONNECTION DETAILS FOR w yiB � g g'b�0 Lz WM&FM PROFILES SHEET C4-33 SEE CONNECTION DETAIL FOR WM &FM PROFILES SHEET C4-33 —T.O.P.E.EV.SIb N 1 i i 0 1 ,; 0 • v ....- �/• \ KEY PLAN(NO T TO SCALE) / `F�E IrvPI 0 .l5 / OP EEEVgN iib lit/PE AU ADAPTER -10 dr Jjm�� WL�54>ti EOF mP -20 / -20 / PF.SEA( /-70 -30 E. —sue'° ew.r-s PROFILE 9GLE HORIZONTAL:,-=,a ar VERTICAL. I-s MIAMI BEACH CITY MANAGER ALI.i HUM( NCANFEROFRECORO ESOSCER OFREcoaO Te NENeDR mo VENETIAN CAUSEWAY WATER AND .N._.NWNocz uowM s 11f,�LI�Fii E SEED"ENaNEER.ieE_ SEWER MAIN UPGRADES-PHASE 2 DIRECTOR JOE OOMEZ PE quWN ev AGJ s...F*Arm C WORM OEPMTMENT typlX CnEGER.LS TITLE Iron CONVENTION CENTER DRIVE.MMe BEACH FL331M cm EN.".......ADRTEW.RE.ENNSR MO err T.e2A R AYLOR..SOMARTO ENLARGED PLAN-SHEET 5 F.D. PE.-MR_ �Onlar� NO. DATE REVISION AFRO.BY 222E .n vE NO 50.50 SCALE ALNOTFO F.M Cw....., ....w.LNMW,Tea -. DAM. OCT 10xi Sn.t.M Dn-A.Ci.n NOTES SEE CONNECTION DETAIL FOR WM &FM PROFILES SHEET C4-33 —____ __—— ——_ 105.00 1 1 _.�� — —�--...-4 --T-----'''-- OUT,CAP ANO GROW-SILL (Y — vLuor WEST SUMS r � 1 WOE Oe. E. 1 GRoursu F E RESTRAINED X OS TEE\PAY ITEN.1 • it ono HOPE FM iNsrAUEO.Y noo 1 .Y—s�.' .�`^^��xSr57UQ01 ... ... ...—��>�TA.�9Ew0 s lox .0 .a w u. [in(ivPl �n - -•� _! ( ry TFw ,IL 5]E613.)S PENTRY POINT FM AIARV APPROX.z.ENTRY 'P' - E.¢VLO.S3 JOSS%. SlOi50.47 11 ddd S.W. ' \1 _ QV11- • " I8ES19 B] Efllani» I"l ' /ENLARGED PLAN 6-SHEET C1-11 -DI LIDO ISLAND SCALE 1-1u 8' iFl h • \ • 0 _ I wPEwAwnu /j'g 0 // `1 9 KEY PLAN(NOT TO SCALE): tY PP(OTT -?O.P.ELEV AST W� -10 u°'s/ -10 4°' e SEE CONNECTION DETAIL FOR WM &FM PROFILES SHEET C4-33 20 / / 20 P.E.SEAL. / -30 -30 PROFILE EeI E 2G4E IMIL9NTAL,1'=1C SCAM wNL,IGL: I S Selo 1'-IE MIAMI BEACH CITY"AUArtN Au K ENGINEER NpuDESIGNEnanEcono rs Noe EORn000 VENETIAN CAUSEWAY WATER AND FKloI1o.S®.10L SSOWO OwEc?oN ioE OowEZ PE .• 'wen E ORAWN Sr AG)ENGINEER it_ SEWER MAIN UPGRADES-PHASE 2 : r• Ploro PUBLIC WORKS DEPARTMENT m ENOWEER.wanNA ORrEOA.PE,ENY.SP1 (An,SO VET AueAW AYLOR1 ROwAGTO c"E'''LS TITLE ENLARGED PLAN-SHEET 6 w�_ ^�- L w.n ova.,NA 1 F00 CONVENnONCENTER ORrvE. Ewen.R.]31]4 O NO DATE AEYMICN TAPPO re L r ,,,� r PE NO SDAS] SCALE ES NOTTS r. _ or. sne1:L R1 r ...9 Ra FM P.mc epand.2e0z11113 .. . r - w >. :--- ^ „ p - NOTES. y &NAO.TEST° ;_ -xss i vo MOLT, • Y6 • • --. s TI a'DIPB !v iu Is.DIP TEE -.. E.9]2Bte.0] 1 rOFFSET 3.I,1 aTw IMHI.1e 5 ♦ yi i ♦F bAl1PLE 1 I 5]05915! W.'aP REDUCER .5 E:bMb.Ox OFFSET.4.131 aim 6w:tea \ -- . —--�E:!]bs. _ I OW TEE b]!D M CpRRACTai TO EXCAVATE TD ROTATE ns / arw lee.eeb - - nRE couc*eO TowM FSET 2.0e'L M'D: . BEND ``, OFSISE 6T.2o'l —eb5e2W -• — Ee]xWt.tl 'CONTRACTOR SHALL PROTECT - ; ENST EXFETRATION TRENCHES L� •!■ b DM ROPE.INSTALLED WlTARIg]yw FROM DAMAGE AND RESTORE AS :�-aii,:�fi■- el.1 11�' wD IMPACTED 193400 nr DIP(WO.• I wvoN I SNARE PUuSIN.I2 rn I� —��� POINT e) E 032e62.30 E� GM CAP 4O 313.1.3 � ; Q,MMN.Tn RCM T.IWN 1Y1��TT/Y.LLL 2 bTMWEO L1� 07 N lN6e'2,1< �, [•% ROBS WAY ITEM 1101 I I E.blE061i -- . :.- --r. JCXX • •♦ ).„„,X • • -♦ -. __-.. .aa. ..:�:•• „ ., �. ... .... .. a. ENLARGED PLAN 7-SHEET C1-11 -DI LIDO ISLAND 300 I••113 a 0 --SEE CONNECTION DETAIL FOR WM _ ¢ y8 &FM PROFILES SHEET C4-33 a iss 5`14tu aid :l.i 1rd \\ Ei A .... ,.. 8 444 4, KEY RAN OM TO lialLEO \ i \ 44-v -TD .Q.P.E1PIb N -10 << \, Ste -10 M"kb Nq --SEE CONNECTION DETAILFOR WM &FM PROFILES SHEET C4-33 20 \ \ -20 \ se SEAL -30 -30 PROFILE OGLE N9RMOIITAL.1'-0 F eauE NMOM -5 Na 60 '_T OW D T� NEICH°DRHDOD VENETIAN CAUSEWAY WATER AND F.NN:..bm♦nc♦sa.•wo g M I AMI BEACH CI MANAGER. r RUMS oENyG�EE �EE° DIRECTOR OONIE:PE I INOINEERON RECORD NN sr AG., SEWER MAIN UPGRADES-PHASE 2 a..q Nl.be C w0aN60EPARTNEUT ? al - s LNECNER.LS TITLE Full bolo h.0l_ Wo.•per:in_ Loa coNNENTIO CE"ER DRIVE MAN BEACH.EI]]ue cm ENC.....CR.M.°•TEG.PE.e•••P +wN2] D6ET MM. TAvwR."e0l1ARIT0 ENLARGED PLAN-SHEET 7 " NO GTE RMS. ...DAY .....Rr m: „ P.E No 110453 SCALE A6 NOTED D.y OCT RT, EIE L__Gb___ a ten.BA__ r«P.m c,nm.,n...n.v.,,....eon.w.teoxlTexl NOTES r—"-- S..MI-f i.Cl.gg.:II_ 'm. _ 1983500 -_ 'I ■ 1 .g BTTA t2P1;F�e061 REND 1 1 • sY DRS MOPE EN INSTALLED VIA MOO FM ARV APPRON ENTRY POINTM PCFER PIA N:EeOSse.AT OFFSET i I `4 q see.t, N s 20:01 = Ew A tss r.a JE aa' SNiSb ME806e6�9 / DF ODA it ` E s]BM I1/ .. WM - 1 � b -r.- - BFMPROFIt .33 --Y/2 Ia 'RE (( t 1. ENLARGED PLAN 8-SHEET C1-11 -DI LIDO ISLAND 4jq ^4�- a OA -1� f5 L7iU Oho GiO r /� r -- , 0 _ ,,,1 o TOPEbistil Lu ADAPTER IEEE PLAN(HOT TO SCALE). l0P1?.1 T O P.ELEV..1.04- 2.0P.ELEV<12- \-10 '4/E -20 '4,s SEE CONNECTION DETAIL FOR WM 8 FM PROFILES SHEET C4-33 \ -20 20 P.E.SEAL PROFILE SCALE VER L:1 SCALE VERTICAL •-10 ,-� EnK1- N 0 M I AMI BEACH n NAO R AUNA.NOOAs u7/pN ENnN EnoPnEcono e A N wno Ts �p �D VENETIAN CAUSEWAY WATER AND FIR tame wooaneaaLEAG 2 1 iL1L�P11 N NEEa is SEWER MAIN UPGRADES-PHASE 2 Softy'Wm*DIRECTOR .OE DOMEL.PE R DRAWN By AOI E GwEER CONT00 d1TEGA.PE.ENVeP.I torm2e YOM TbMw CHECKER IB TIRE Wm2YA PAIR Ha— R4RoirM •.00 COWENnors.ce AKOIweAu�u13a AFL WU cm EN R. . Renorl AIMAW .Perry m+ R >EN011f i.0 ss..E As NDTLO ENLARGED PLAN-SHEET 8 I» OCTAVO Sow na o-� f de Petr 010mAunnPMrRuAgo0rIrM02I2e2e NOTES REPLACE AND LOWER ASANOOND(.XYVMi. - EAST.RTnuciuE TNE ns�.taE OF ll eEiw4Ex \) Ex 9T NG STORM DRAW TU VM EIROOTFLL WTH t`AO 14.PVC PIPES(AVM M PUG ANO _oF IR 70". .SEE"OT '"*" ., PVC MANHOLE ADAPTERS]SAND COLARSI AT ,al { 7 �.F. APPRO%BIJT'POI"TMN _ APPROx.IwERis OfIFS.0040nlLIEY, T—i.l MORN -- OPENINGS.REPAIR EXISTING OPENINGS FOR EC E..114.2S WTI CONCRETE AND SS�tY EN. • ... • SD ev FILLING YA ♦ �. _ REBAIE EPDXY OOVIEL REAAR ON EACH SOF OF { BTA.2AD•DR.D EN.,FAN ELIS[OLISHTI AND APPLY 34,312.ro REDUCERO AGENT TO FASTING CONCRETE AFTER �u A OFFSET 201L � SAMPLEPOINT IN _— —_—— ROYGNENNG SWRA[ES.IESIORARVIM180NPY —T 1 i —1 '=T / 1 T—i T b'DP t h SEND E:SB.DH ,S PLUGS T Mx TNCItNF551TORE Ytlr)g N _ WRING TEDpfMMYRCY0W1L Of E]DST.XSO OFFSET tST FOR PIPE INSTALLATION •..... .•.. I —CUT CAP AND CAPON FLL 1'1,_C 4 I. x'SD651.A6 . \ i E:B]Del.b \ Ex.MAIN NP, CONTMCTRR TO VERIFY WAS ONWNCTOR SHALL I 1 • PROTECT EXIST EXFILTRATPREVIOUSLY ABANDONED • TRENCHES FROM DAMAGE KKR \ AN MA 1 208 AND RESTORE AS IMPACTED SE 9 HOPE WM INSTALLED VW HOD RvP. �r Fs NEAT.) TwDM T y w -,� Of aTR N 3DDD.Tt �R_= N a25 E_ E F 2 10 1 __\__ ENLARGED PLAN 9-SHEET C1-13-RIVO ALTO ISLAND - SEE CONNECTION DETAIL FOR WM SCALE:YOE 8 FM PROFILES SHEET C4-34 • a�w gee 8 8 G igi 1865 ii:tE t.i gsb • ekD `lii„ 6A C;gM gL1 _ _ • .l _ A''I ) > EcoNN -2 P.E.SEAL: JO -30 1 1/ �1O PROFILE 0 at SCALE RT VERTICAL, '.t+ VFA SLAKE iIGI'ICAL,. ,=S ANY: _ M I AMI BEACH Ln 1 T—B NNEICHBDR DDD VENETIAN CAUSEWAY WATER AND RN rARRSDDSIS L1YDIS0 ! MANAGER.NTNIA T.IMI6M( a HawnxOxEER Of RECORD. ODESIGN ENGINE.ENGINEER OF D JSE_ D SEWER MAIN UPGRADES-PHASE 2 fl...F RMYIRTe ]RECTOR AE GOMEL PE Sr_AOl BUC WORKS DEPARTMENT na PE ENV BP ? MOM NO SET TINNY TAYLOR I.SOLWOTO C"�"••1• illt M, „AA CONVENTION CENTER DRIVE NAN REACH.FL.33132 LIT-----ER.DDSRNA wTE R PE ENLARGED ELAN-SHEETS FW�� tlb�MIS NO. OATS REVISION ALTO.ay Av ,.,nA ..NO.SBIS3 SCALE AS DOTED owe OCT mtI N.r s ttrs e>: A EN PFm tternMn.>•nRMRM..FwMl.rm}tlOs NOTES SEE ONNECTION DETAIL FOR WM _ &F PROFILES SHEET C4-34201.00 12,30640.6.6 I E 9w12320 REMOVE Exrtnc 1 �� ASANMo1ED Fti Ae +2•pRa POPE FM INSIALLEO VIA NOD — '' I.REO°NC°FORFM NCO 1 — — __... ... 5�t IYNIP IiYP.) • 1 -�-�. E CEO P TRY. Ntill PLUG WEST 1+` SINEO EX 1007 TEE PAY REM+9e1 1 I #" y FF -'B�T{* TM•-'a'JEar-Y- �( \ CAT CM AND GROUT-FILL __ _— , ' '', 'gTA.apj�RLR•i 'RC�—e10�.. T'N NNW.).)M _ CEEDET faS1'R It 5]06i]H E aaaNaa ''' i h tiw ENLARGED PLAN 10-SHEET C1-13-RIVO ALTO ISLAND SCALE.1,11:r F a:`�.a.:a. ,:1p Shp _3 t1,bd lbJ kid .ga APPROX.Elmo PANT Pr CAL ELEY.3.60 rroPE 312 ADAPTER KEY PLAN NOT TO SCALE): 3 SEE CONNECTION DETAIL FOR WM& / FM PROFILES SHEET C4-34 -10 T.Ol.BP/ -10 -20 -20 / P.E.SEAT. / -30 30 a r iv aMr:P•s PROFILE SCALE NORMO 1TAL:1'>.1Y iWill SCALE NIRO.- 'NI' aMaL MIAMI BEACH ENONEEaoFREmao Te Et°"eoR mo VENETIAN CAUSEWAY WATER AND wN.wpw6anwarowo CITY wNAL'tR ALMA nu°rA 6 aZe ENGINEER°r RECORD DESIGN ENGINEER SO__ N DIRECTOR ALMAI EON, z =faKW i WN 6, SEWER MAIN UPGRADES-PHASE 2 e,...rar.e Puauc waR6a N:PARTMENT cm ENGINEER CRI6PNA oareCA.PE.ENV SF_1 +mma NO SET TomN AYLOR.SCMARRC CHECKER.La TITLE ENLARGED PLAN-SHEET 10 Fr ar St_ �_ N.ama_M t rSSCpNEEITpN CENTER 01aVE W OIIILS 1,R]]t]a N°. DATE REM. NAPC.eV mt M PE No aNSa SCALE AA NOTED r > aN.w al aNSwLY pa FN Awn CbmM6nnpMnuApamaNMO}+ISIS NOTES -*a -, SEE CONNECTION DETAIL FOR WM ; ..'t s PROFILE,SHEET C4-35 b L \ , 11 10.41, ] Y \N�\\ — , W -- OFFSET 1 'Q� SAe ae6 rl0"G>ITy - \ CL G- Q—G 1 7\ , • ;W»see.M / -e`WSi. A - , [°My W —5 eussun • I I , \ e!, EMT21d .. _ , •630.01 Exlr PANT VM\I 'D •M m 2S eEnt I -\VENETIAN WAY —T�T .T I_—1 --1— KWOOED WM AS 1 I ' E:N&M2» \ II _. ET:].4T � REMOVE EXISTING' W]KOS.et MDRSJ1OPE wMIN5TAl1E0v11HDp .. • 5 REWIRED FOR WMNDD I, — IA2�•� W "��.a,l�R]�' W • W "5, •• 55 ]aM]0'OtP tEE.C15] so.Ort Y»"Or RWdICrR-Ctfl PO IMM .r ,] • --A tirt NW _OFFSET O,aL N.530002 t N OR T EEL Es / F. N SNOBS 1W SET Yi i N.0002]e te]eewae E.3.02 21 f ---_ a..::-ne — N - - ____ Y � �..�.. mg VMAT/MVO/ eAeWlE PONT IN , x' _ ENLARGED PLAN 11 -SHEET C1-14-BELLE ISLE SCALE 1.5117 P ii t q! R i p!i p0t Li g�f g F apc`KRD" 6St„ 6G,. mite 1 / STA.233570.55 APPROX.EAT POINT WM GL ELEV330 0 \ 7 o 0 \ i; KEY PLAN poor TO SCALE): Sii t "we Rr -10 av Euva.Tt- 4‘Klo «Y' -10 SEE CONNECTION DETAIL FOR WM .. I ED 4L,� PROFILE,SHEET C4-35 30-OW(TIP) 1L \ TOP.EIEV 14 MOPE WADAPTER 1155. 1 -20 \ -20 \ P.E.SEAL -30 \ \ -30 sw.r=s PROFILE a Al SCALE VEOSCIIONEONTAL:;+1a IMII velt,tG WALEl 'q saM-I'=,a MIAMIBEACH ENGNEEROFRECORO DES.ROFRECOVC re NEICN005 a00 VENETIAN CAUSEWAY WATER AND ww.Wmoa»L.WWO Wa a cry...EAGER AUNL T NuoAK ] lifl�L�rll w ENGINEER EL_ SEWER MAIN UPGRADES-PHASE 2 Irlo DIRECTOR X]E 00130 PE N v W W sucwoRss DEPARTMENT PE.ENLSP taaon elD ter r2WWAw CHECKER nnE. m71� r�..� WNwar ww r.cowENNON CENTER ORME.MAM REACH.a nut cm ENaNEERcnnnNAORrEGA. PENn Wws] W ENLARGED PLAN-SHEET II NO. DATE R!V•ION APED L0.4,N.NN uLE AS p.W OCT2023 Slwt.v M5L Draws ram A Fk FM 155.5.4wAp524.4-43557/57.021Te23 • ��,, NOTES: �.-,a—'R-' =-.�_$t ir' A __ �, E ! �^ _r t:"-- -s. NOTES: c•.- -CAi'Y wl CAi A , EMENI97T OOOIOPIN■�O IRECIAT TM w` E+ 5_— CA 5 LOCATOR TWM MI O EMOMM0110 SURFACE SNP `1&� ,,,. '�.r-,' -s=� „,...„ � M.A. a s s PIn ORI�Fo]II�ITKEwoo r m E AT PI EFA1;6a waR6 EEa a �- O FSET 6A2T , IEn]Iapa OFFOE11 MN Pi RNA \ :5]IW �zw`--T i' ' 1V ININNARFACE rmE"T RP wmwwac REMOVE E%ISTINO• 1 E.93737062 1 !: OWL Cl_WERTO OEME TC1CM06TR61 SNP5 n SURFACE IAA/CONED FU AS 1 '� 00--- 1 ,-. REOURED FOR WNNOO SWCURSuRFACFANP 6 SNP] , A _ ARV VALET. - 1 - SEE CONNECTION DETAIL FOR WM �[ii1ELENT MONITORING 1 SAMPLE POINT n, `, 1 P o ENT PROFILE,SHEET C4-35 -`��- -FRi OdM►9EENOTE, POINT V. SURFACE .SURFACE SNP. � -'ice 1` SUBSURFACE SUP.a suP] 4-ga NOPE O -- U --+-- 3FKAE +. ° FwD I t /. SURFACE SNP �0 SUBSURFACE SPO-3� iV L_[T�''' ` STA A�{ ^-,r3 SURFACE \PI-INONI2 IV. 1 �f 4ry- i]—_.—. _ 0 FYA _ - �_ iT M ` GTA.218.4_ -- CALP. poi" _ __ V C'ry SW, 530961.54 ` RoTATPT_ YOP UO N{� - 31. 3T660.1T 1 3 �N F6]6F¢] �O_ f ~ `1✓ -- _. �� ` E 93706229 —_ CATV \ ENLARGED PLAN 12-SHEET C1-17-MIAMI BEACH 6CJ1LE:1 ,0 ° L F.S xds a 1 6 'ao -E> 4E klld :fly .'a,K° STA.WAN.. A RROM.ENTRY PORT WY CL ELEVSM • o /' �J 0 y— KEY PLAN NOT TO SGIE 1-O. • I -10 — -SEE CONNECTION DETAIL FOR -10 3A,w°/ WM PROFILE,SHEET C4-35 *9T.• D V VIY 6 p9 / -20 -20 / — P.E.SEAL -30 -30 6 Nr isi sIr r-s. PROFILE 6buE NOIYOWTAL:;=10 4 t F SCONE VERTICAL' . ON•O.,P IY ENGINEER OF M I AMI BEACH cry"A" "A A °Tx NEGM°OR"00° VENETIAN CAUSEWAY WATER AND a r. mom.c3-.D 13 Hazen DESIGN fa ]wECTOR JOE CAMEL PE ENGINEER OF RECDRo. ...NB BE Aa ENGINEER YE__ SEWER MAIN UPGRADES-PHASE2 LAw3 RRIIFNo oRAs pEvnR,NENi Z CRECKE u F y,NN PPR*OWN, ,roB cowENTPi°tfx ER°RIVE Nw.aFwc,FL3]13a CRY EN°nEER mom.ORTEGA.PE.ENV_P• tr23 NO Be LIMAW R ALORT E0940.30 "� ENLARGED PLAN-SHEET 12 �� � MO REVOION APRO.6Y Iar<r FFn E NO ROAD SGIE E6 NCIFO OW A SA_ _ Nu sl.n,u Owl ea F.P.cwmRn...P.rb..w.,.•FdmtTns NOTES A.176.e5.p t REF-ER TO PLAN MO PROFILE VESTS Fpl ROTATED 15E.CI63 �..4 WINS AT DEIN POINTS.DETAILS REGARDING RESTRAINT IN POSTING -- \ OFFSET:110 / N 5.06.01 T. COIL TRAIT.TREACES MOO.WAGED E 830195 W Dula.COM6T.uGOx...EE Flu. RESTORED TO DRNNML COACITON REFER TO ALOUD ORAMVgf PIOluO®N THE APPENiUt / • -5. • STA 1 RE s OOTRAOT OOCIAE NA NTS FOR ADDITIOL OF DIE DETAIL Or�90.m'EE. Ep S aFFSET E/n / N-93011537 .. 6606 iKLEO Vu.NOS TIM LOCATIOAf, �.Og911OPE'NN POMiFt ,� W LDDAlpN ONLY � 3P aPIT'P.1 1�1 1-•'I� .`I _ \, 1AI I 0.1. _m% _ ro:96.66 R ,�1 %:villa,,W\;4l11011�1 j1 STA v1.e 1 s rc DP . IP 90 11END S153�-- _ N.s:RNsz61 osFCET SIFT E 93.00.36 N 933321 90032520 1r aPp».I - / STA nrmn E 9]m9,.69 .E Lp oEx.w.c OPtr'D / ITEM,al-� OFFSET s'sxl NF53.9.68 ARV VAUEBTN00 / - STA 171.61 IA E 91Nt3b VAULT.ARVDt STA 111.d00 / '.. q 1115•BEND OFFJ0.ET.S02.1.REDUCER STA IT 1.10.5) OFFSET II OE DIP Or DENO 03.31A95 t) -OFFSET 3091. F'9]a991.55 E E.fl]NAN. N.53007I45 biA 1r1•� E:9wu�01 't..O CUT ENANO STA.V151097 30'DE til6'KENO OROUTOLL EX WIN 30'DIP EZS'BEND OFFSET t.1. OFFSET-A001 N 53.175,1 - _, N 5300892 E 930355.70 F:930119x6 miss CONNECTION DETAIL-SAN MARCO WM 2 a 33 D 9 2 97; a ` q 42y 9 : O4 Y'2?2 ? F9 F4 'AR F^ V 7 . �k 4k96 =aT $ a =8 =$ 'S r ec/ k 'a W qi n9d Ckd : glo `6kd kkei �t.d `6ku Kk@61 hid Ru �. / �TDI.EAEVIAD ,mil'PLAN(NOT TO BGFI:S TA),ELEV.-IN 2 7 a Mr.. _ CC--- f a kw -10 CC- "TON(TM -10 T OP.ELEV..r.m- -TD1.flON.A.M -20 -20 PROFILE P.E.SEAL SIRE MOIEDOMTAL 1,16 EOalV6111fA1. 1W M I AMI BEACH R.ERNADER wNAr MOAN6 Hazen E RECORD E BR EDOaO r e N ICNBDRNDDO VENETIAN CAUSEWAY WATER AND IirYA�ai1 EDN LORD DES.ENGINEER AIL___ SEWER MAIN UPGRADES-PHASE 2 • TDR ]OE001FZ.PE ; T YArrlRwe. PUBLIC WORKS DEPARTMENT mENOREFA:OpEnNAORTE(A.PE ENV EP 1EFEm�Np EEi TJM9u CHECKER.Ls ITLE. CONNECTION DETAIL-SAN FWTlydl� �� moor.:NZ_ 11mcDN9ENn.N CENTER DRIVE.LEAN EFADN RUM M0. CATS REVISION AwOr L�re..N . P.E.Na 00A53 SCALE AS NOTED MARCO WM 1r SIEL r.cx D..es aka - FM PA...LEAP.....9.0r/0M}OE6 NOTES REFER TO PUN AIL PROFLE SHEETS FOR DET rA tB SUMO.TESiN06 MIS REGARDING RESTRAINT OE EXISTINGt3'dP TEE bAWIE ARV VAULT.ARVLT STA Ip.0.3D MIENS AT 11E1MlaNts. E ROTATE t1.D' PoNTR Srd5eN 3 Os55'E ''03DL OFFSET J961 N.6OOP SPV DInLTMTION 111EIfiEi,RICHME1IrAcrEO MAIL COINDAUCTIOIJ6w2 SE RAJA' e e]Isw.Tc _ _ S3050su _... ,e: . _ RESTORED TO ORIGINAL CONDITION REFER TO -TA YpN,N POINT WN ASAUST DNIM.=INCLUDED N DE APPEMRx ... R'1(Ir IV TEE Ns]06N.N r5 OF TIE CONIMCT OOCIREENTS FOR AOdTOML PoTAIE'1]6• E:ptNJ.R 36130. IpH19] OETNI APPROX.EXIT POINT WM O OFFSET:JIR OFFSET p23Dl REDUCER� SA9 3.133 i80M0E.Wt EpIID �J --- STA. W R ,51.20 C 1r or IT .I ' 1r Or .5.MD Sr CEPI,E.I 12. .'BEND G,Sa Glp OFFSET:8331. OFFSET:5961. . SAMPLE $TA tbNNA E:SJDI„A] P.R. E E p,6,Tea A.1N-66a0 N SRILDI.D 031616. Si ua2.n ABA_-' -' _ II • eI STA.,66we.30 12.5304* E:p1536.16 8TA.1,N6.M , E , Ihr Dr REDUCER E.9]YDI.It OFFSET Ire :31R POSIT IN OFFSET 1233Y N:SR.RM -' E"530493.18 0315I3.R S E:pt515.p 6dPIT'P=� •. DI A. ------.2OFF6ET,.nt :63016,.p TE.IN rO Ex.rd WM(PAY N:SN1cr > E.SEISMS WM(PAY ITEM loll r DIP SLEEVE IC - •- MST..(a)1r wi UN..EX E6O... E%FATMT E3 E]I .CONNECTION DETAIL-SAN MARINO WM SCALE 1•m 9 r 9 ; M Y F , l'° S xbi ii i qa 4v -6av- i4AT i !^ i !^_ a, d9.t33adp$& a: aad obd d 1d.n3d0 9%85 F-V Irid <Ou ehu 6fiu Gig Eyyi ru kyy �<Bd<kd <"a <"S�<lt a _` - I - - f. �� Ntv PLAN(I60T TO SCALE): • o g n o eir10. �N.#I I I� � I --rr.:■Eked T.O.P.ELEV L20 • i.O.P.EIEV.i.R T.O.P.ELEV.S.N -10 T.O.P.EIEV,iY Ir OP(MI T.0 P.ELEV.iY -,r ur TOTLI -10 PROFILE P F.SSA( .GALE MOM1mNTAL r-r STALE VEIN IY AL: p MIAMIBEACH o ENGINEEROE REcdD ENGINEER OF RECORD*e NEwNeoRROOO VENETIAN CAUSEWAY WATER AND FNN..4 AI8 w,OWO o CITY MANAGER.MINA T IMIDN( S DENON ENGINEER TE l0 DIRECTOR JME mMEZ PE 3 ND,AIb SEWER MAIN UPGRADES-PHASE2 eNN,.r.e. PD6ucwrnx,MEPMTTMENr ' cER IS F t.uocON.ENPLISUC CENTER ORKSDEPARTMNEAc,t.aulu ,TrEN,,...,cAL6nN,,...„ ,.E,ENv6P 107023 NO SET LAII •IM* YLORJROMAmTO TOLE CONNECTION DETAIL-SANMARINOWM �w� ��— waok arr.� NO. REVISION ,eEVF.,MI P.E.No.MI. bGLE.AEN]TED OFr: SELNaL O.E Ol...,s lit.— PiF ran Cumn.80.NVr....OR312e25 NOTES. liiiND PROFILE SHEETS FOR q 65TIMMi OF FRS,.N. ENCKS RI6GIARE vACTEO• UCRON SHALE BF FULLYND CLUDED 1ON F R-T R2. CT DOCUMENTS FOR AMMON.• t•D1v 33.5'HUIO _ E.931613 q 131610.44 SET.21 MS.I]. N:110M02.3t E 1161609.20E WA iE T N eTA tq.U.le 8 B6w26I NS»MT lO �� 1PpPlS BFM STA. TS2 ,CP36.MO E.eJiSU.0 / E9JIBSa.R i26. 9T .Ba OFF8ET]O.J6'E- 1YdP9rS0D na9i I/ .SJWBBJ6 L ,0'DI BEND 53' OFFSETTOOL S3W2.28 EU1. N .Jri E 931726.1 .8 IESglq N'306 6l E931624. / -SJMI2.36 WO.PL.VALVE' E Ut600M I / E.991l1.].66 N SLUt t5 --_. WERNEYP.1_ E:g1Yf6.0 Ild M FN FM EN EN FM RA M FN ., .pF, _ FM FL— PIA 1 IY ORB HOPE RA INSTALLED IRA HDO • lr or 45.SEE STA 101•A.00 _ / % FSET, ,88E SY DP 11a'BEND 10'pP66'BEND� `4 /�N'.0]WH.ST OFFSET-DO.x11 Eg1TeS.q FSET:0.02ti N 62046Iss ire -T }-. DIP REOLICES • E 9JI l]Os SF 16590210 /. M • EE A ET E 36 All E 03113009 I TIE-IN TOE.aFM.. ;8 \ DBWTCAP. LLEx IMIN \J` CONNECTION DETAIL-SAN MARINO FM SCALE MAP 4 N0 4 2 50;ali 7 S 82i qt! iei • 7 • S sra i s ski qao 8 7 Y ai7 a€7 !37 e i �pS k_ 7 ii a i 7p 00 m� RSA p.1 'p $.0.0. ad 3 i b ( 7 - s?.66 4,g6 a b } b b Siw i L 4A� 4A4 i a say ar5. <a <aW <a <e i <a <aW <$W <AaW <aW �$W aIN <aN Fa. <a. <6 <t .-. RbD Khu kbd 0_L;-A gE4 $24 .12. Cbu 69u . .ba 12, C4D .bD NBL; 6u ad Ve, KEY PLAN Ivor TO SGEEZ ' }....T p rT.ar.ELty.-iw -... I 0 Tar.eeY.oa T.ay.E6EY:1.a -00 -10 PROFILE SCALE MORMONTAE.1--5 SCALE VERTICAL 1..6. 6 MIAMIBEACH cYNAxAOERrNATHuox A RECOO ENGINEER wREcoROTe NECHeoRHwa VENETIAN CAUSEWAY WATER AND ReNNRg99DBnD"20WD al Hazen ENGINEER OFSNEER ME__ � SEWER MAIN UPGRADES-PHASE 2 e,,,,FRw,.o DIRECTOR ADE CANE..PE 2 DESIGN BY AW C WORxSOEP9,-,,,t INTBV nBa88 NO SET AVLORIJIOWNARITO C„ECNEN.L9 OILS'. FRtl S9oM= P�NN RaOaRr MR .00coR,ENTwA�ENreRORA,E.IRARBExc„.FL»,JB cI,,ENDRFERoNIB.INF.oR.EDA.PF.E T CONNECTION DETAIL-SAN MARINO FM NO. REVISION A oc e. ,,� ,,, ewsJ SCALE AS NOTE ar., t �T— N..x D,>...u.n F4 Pen,Ci6rMlunrvpr.AOAR6nlI6Om811S95 NOITS I REFER PLAN AND lS TO RESTRAINT OF SHEETS STA1w.]131.30.DIP RE APPROX.ENTRYPOMT EST, IIM INSEM9RV901FWY 3TANMpM AN.AT TIEN POINTS mw 166HS+M REDUCER N ]w6S. T u 56wR.S2 2n126'.LISt # OFFSET2061 E 902169.b YRRlt1 D ARv E.wRRd6 -l1FAEi LIST EBRLTMTON TREK E 6JOSe D 3 PTA '9 HRTlw STA 1w.66 E E:932w w ST_gPwi 1.35'SENO R FES x19Ln ARE BVACTEII DESig1EL00 gBGME S1MEE EE FULLr POxiR CCMOIipN REFER TO .905 STA.1%0.36 OFFSET.ZEE gpOTATE336 OFFSET.2041. KSNR D1UYNNO31«f1.11E0xTREAPPEMDM 36.DIP 1 EB NTRACr p001/YENTS FORIIDDITIONK IOFFSET I530.1192Lw� E 9326699. _ _ (� _53w.1w T �1JDETNE E:FNMA NI E:9SwID.02 • _ LEI - NliNi 1 I M---,„ 19tq.50.s2 STA 196.50.50 INSTALS 12J GP WIAIIII bzt0' P TEE ND I STA.f96.50.61 EXFIL ES S STA:1R.K61 \it MP sir BEND J OP 13.D9 __ EXfLTMTKRJ qP ETV OFFSET 36R N FSET53R0:1 5 E-932RD w0 T E:F33669.66 rRD KNS 9� -- N 6]0612.w E pJ9y8.33 STA.16w.352 r 932619 --_ L n E:R2.3.65 t Dr TEE ST).tw.50.51- , ROTATE b' IrOrY1FFVE Or PA 45' __BEM) STA.,wrolst OFFSET:163El OFFSET.16 OrFSEi 1.1 -- 'gP6TBEND Sa0ws.20 N:6]OSw e1 STA 1w.62.62 E.sow, MSm906N,639F __IV DIP ...ESE . OFFSET.3.wl I.DIP SLEEVE E w3wB.w •qP SFV530560.0 OFFSET 16.313. STA 196•54 7E4N TO E%.16'I 8919eT91 E:W2wl.w x:5]056S.M .vetVALVE xY IPK ITEMIOC/ -- SA1pLE 'u �:- PONT 9N TIERS IX.te'DIMYIPAY REM 10L1 6. A1w.01.12 - M\RI , ., . _ 9A w.w6] .STAJR'W31 STA 30.t Di 9l - -. rOr SENO _ OP 1125'BEND .. 12-Cr 11.25.MO oFFsEr 21.751. it Or(TYP) col'GAP AND OFFSET:SI.RL K6S06gs]� N 5306 .80 S'60556M GROUT-Fill M AYON N Sw559M N 6]0651.w E:Rw21A1 E/ ISb - E:96Lw.20 E:63260.37 SY /l 6 X JC Y IVAX "/<l5 JC-X 8 Ex TO IX.e'Ol ...ir MYNOPEFY ROTALLEOVA FYIPAYOEl.'4i -- ---I I AP ENTRr poor-4�Sik 106.5B.14 STA WARM -APMROL ENTRY FOBO FY J ASSIOSSERS ARV tMF Di WYE STA 1w.6262 N6]0666.62 11 E:932B15.13 L J SET6>5.uBRJ ET e6.OPn n'DIP PLUG VALVE ]261,3'1 L J E'.932675.28 E 9]36 99_ E9.Vwi.se CONNECTION DETAIL-DI LIDO WM&FM SCALE.1+6' 9ei.pg A,Tgisq ae* s T Sw- cy4 *,.1 t „, , SR;0Aa n!<Jebu m5V w5N c-0 wLJ ml'~O <60 a5J N5W< Ir"q@a Li @� of g 6, FJ -�CS&� - IEVP MMOT TO SCALE): i 1 TON ITYM.I -L r -10 -TO P. .. EEEV nw -10 PROFILE P.E.SEAL, SCALE HORIZONTAL.1.48. SCAE VERTICAL 0.6. R MIAMI BEACH CITY N R wEzvE s ��j�Y ENaKEROFRECORD ENaNEERDFREc0R Te Krc NDoo VENETIAN CAUSEWAY WATER AND a r..00xunwFE •Yrlifl DEMON ERA SEWER MAIN UPGRADES-PHASE 2 6F.wFlw..e: DIRECTOR S �' wqR DR:EMT61EIT bMw3 MO SET TJVIMIN.. w OR J.W6MRTO. C dtER LS iT.E Fi1MS6FB11N 1619P f1b- wOMD,B,LNx ,lw coxvExmN`ciNTER gBVE.N9Aw eEAnl.Flvlw cm ENGINEER CR�snuA ORTECA PE ENR sv.� RATE SERMON REBEL.n A PE AO SDKs E.K NOTFo CONNECTION DETAIL-DI LIDO WM&FM FY P6N L.1683036e8-8P]Mwogono197303213925 MOTES t PROFILE SHEETS FOR 6AeNEPO.T.b CUT.GAP AND STA.2Wgl1P MNNSATEDETAILS RE GARD.]RESTRAINT i OF DOS.. CAlgrtiii EX.MAN ,� '%W DP TEE i. Fz.LTRAnp.IAEICNFb IR3p1AaE MAOIEO APPROX. ENTRY POINT WM ` ROTATED.' OLwNOCON6mI,MG.S.MIL.ARE,.. 3a5.30 ,_� OFFSET.2.2R RFSIORED TOOPoGIINL COW1gN REFER TO E.YL 1>e I' . E -- _ ASJt1ElpNYWNGSv4WEOMnEAPPE2SX STA AB.TSB9 ♦' ST 09 1l2 E%.NYIM.WTLLEO OFTIE CONTRACT DOCUMENTS FOR ADOIl10NAE 36.D 125 BEND 5 iR E#.TD EX DP GI~ DDRINO PIMWWI OETNI. OFFSET 1.5, N WM(PAY ITFM WI N 2> 15 ���. EW11L20 3 TEaN TO 1r.DIN SNLL UTILNYE HOPE E: �; I ��3 '=` , f ( a. __ RE511wNT6 oN MEuv.NAx WILL.FmMOi lie�iwu '"�,--;:" =I' `S1-itAk.'�laral a . _ STIFFENERS, wEB 090P M DDU YAI SST ' — •• STA.20.06.99 / g 1YOIPAS'BEID WTALL+6'WM UNDER E% BTA 20..B..O2 OFPSETD 16• EXFILTPAnON TRENCH.SEE NOTE 2 O.l0' 2OWL REDUCER; OFFSET 13..36E APPRO%.EMTRV POINT FM OFFSET OK N.034123 20 M.5.6.2 N S3D65d. A 201.01 30 / I ,T OP mP) E E 9N141.40 Es 00. •DIP.56 BEND C153 -- TA 20B0 W OFFSET.O.L>L A.2IM401.e0 + 1r 'BEND DPwAND I OFFSET .L 9J%t S OFFSET: N.S3 REMOVE I21..TING 5 BAMOONE SREOURED 12. ND. AMEOVRNDDE 9 -.-M. F"— FOR V.II FM INSTALUTION 21 6 DIP di BEN C s STA. . 5B ?• 530.oO VALVE . _ 5305 !T 6'gP46•RE.FL APE ', E 122�1 - offs[T A2R __.._. .. E- n.0 7. •1 ST 20..OL. E.a6]W.MYM6 y. '�i' • .1�Ir 200•13T. GC DM SLUM Y DiP WYE E%1S...STALLED OFFSET 25.2E TIE.TO.12 MORE OFFS.16...6 WP.G PHASE I N 530616.. -- 93.11259 •r. FM IPAY ITEM 1C1 ":539A3.ri E 161169 OR TEE TA.209.03.N ROTATE." • DIP 11,DIP OFPoET15-St TIE.IPAO E%16'01 FFSEE 26.86 2F5]d0fi2e0�l N.53 .0 ITEM 104- E 834125>a W E 9N12683 E.9 CONNECTION DETAIL-RIVO ALTO WM&FM SCALE.1•NF It S 8 !1,4 R2R 7 a RPv:R R2v x22 c4.,n e e ibwg in ii, ili l iit ler £W1 of Nay par wdU paJ qO"" R� ta' Rau �u mu Lub1:: yu i,u KbpJ 4ii,5 PLAN M OE TO WCLEE IF TcV_10 ..De,VP.) _10 PROFILE P.E.SEAL WA.MOR1OOMAL:1•4.' WALE VERT... I.. R MIAMIBEACH °rMAM�P A.NAT E Hazen Ews5089OF RECORD. ENGINEERDFREcoaO Ts NEIDM6DR Do VENETIAN CAUSEWAY WATER AND Pr rF..BoroR,.w aD o 3 DESIGN E"a"EE" SEWER MAIN UPGRADES-PHASE 2 „f,.,.o 2 m ]RECTOR JOE GOMEL PE OM N BY.AO2 BM ULIC WORKS DEPARTMENT noa 2.ROwR1To cNECLFR.IS LL CONNECTION DETAIL-RIVO ALTO FMMWRr l5._ Per kid— a.chr..2n MO CONVENT ON CENTER DRIVE WdO REACN..0..]]139 CON EMONEER.e ND DATE REVISION APPD.wsnrw ORTEDA.PE.ENV sP + 1yrn23 ND aET r2reAw 4 Caw AYES.v.lr NN P P.E.NO.p.6] SCALE KMDT.❑ WM&FM OI. ,..�c.-3. YIN P.m C1.....-6.1.8.0.2.160.021TN5 oME win- slw N NOTES. , I REFER TO MANAMOPROFEEEIHTE FOR -y T z].W :]+.]e.p --- _ 5 DErARE REOMONG REaIRNIT OFEMTMG A JO SLEEVE MAINS AT REIN PORTS. % .. OFF 5. b'qP iEE.C15] ! EXERT-RATION 65' TRENCHES MIM'M ARE IMPACTED E:936634.32 35.MT SiA xNHls.w �' � DURING CONSTRUCTON...EL SE FAIR Oe22,51 STA 241LEEVE STA.]A6.16m !/ _ A _ y RESTd1E0 TOORNaRMLCdO1TON REFER TO •036830zl p-X1RDPla- OFFSET16en 0'". SA Sw _ n RESDRD TO01GAL CONDMTHEFERTAPPENDIX :Spp6Db POTAiFD]xF A-d SEEVE OF THE CONTRACT DOCUMENTS FOR ADOTONAL TIE.T0Ex30-0 OFFSET:26.691. E.M1M6.01 FEET:16 NL OFF6 DETAIL. WM[PAY ITEM t0F1� _. __. 630E2E92 1 - / NWTEWM M63 85 E E'9JM53.Ft t M...1[ M1 •WI li TIE-IN TO f<SPd WM(PAY TEN 1001 �� M, , STA 266.r6.Y STA 24044.41 STA[3J.6,26 - �� _ - STA 246123-SEND C133 aF DR 11.25'SENO CI53 247 ENO STA YI�J OFFSET:10.0YL OFFSET:e.1,t INSTALL M.WM UN.R EX, y 30N l b DIP SFv SAMPLE PONT FIO �� MM033F.p E:SlI16Lw-_.. TOPE STORY GRAIN 510414.54 '• N 5304<.96 Sia 3M.2e 65 .. E Mama M. '�031,5103.12. E•• SB 1. ]O dPAS•SENO _ _ P1, SE C103 1Yd ND WWM '•I OFFSET;ML ARV.T' 3P dPRYP.I /F 1]Op1 it UNDER.ATT DUCTS IRA' R 0, -I E WSEl01 AND OTHER UTI S I.I�IEI R R V \\\ S936639.66 .IO _ a STA 233•87.20 `E OFF _ BY DIP BEI, TA aM ,e 30'dP OVP.I p'5.061 JB MP3ppE SAMPLE MINIM, -_ —EgM6722 E #DIP 0602 SET 3.4 i] N.S30M2�w 51 �_P AMEO Vy J DI TE ,53 ]0.DIP REDUCER-CMS E 36839.06 HDD — aF S E03650522.3 N:Sbpz. OFFSET E Pxew xl SF•dpNAPE WYNSTALL P 24444.83 __ STAPK 30FSE H 081. R ►�II�I■�w.�,t REMOVEABANDONED AAING • OFFSET Lpt \——— v ASNOOIHEO FNAB 5]Op]1A _ �'.'llet.>r! t!�1 L Eo1w1En FOR WM NOD _ E a``w]sse.p — — _ — — STA lw•»n _ STA x3M33.33 36-%a0'dP TEE TATED 1r srAzb. ..M _ .. =, .. 30,aerr 26•'SFAD H.. - SAS OFFS :INw1, OM.FIOf POINT WM J may , 613 M.530101.w LE POINT. _E'SYwS.M EO30W.n Enae62293 APPROx WRY POINT WM E'pplS.w. - II 630001. SIRVIA.TESTSOS : C9]6 E.O7666 IS NW UMILT.0AV. CONNECTION DETAIL-BELLE ISLE WM CONNECTION DETAIL-MIAMI BEACH WM KALE 1•Ny a a a a aZi 6 6 a ill Rill R a ' 2 cif R t er n9s x .a s. s a �a !!;A a xa�.g?;p?�a 'yea � a It R A. R 7 pM CA"ti R" v 'Ra R^ R. R- Al' g�4 E6W kfig hg 6C �85 .g°g b dg" i$°gD� 11g;#°ai Riga a° ; •,! 6`A: k`fi13 `kA: `A6: `A„ ink: `A: `A: `E§d `'A: `gW, 4R' `'AI;` `-:MAD `K : >:A:w,• - N_ N- -' r " R KEY PLAN MOT TO✓CMEk T.D.P.ELEV.,. 0 - IN ME — — 0 I—•1 i raitiligl•:=I -30-dPITYP.) T.O.R.EIk I..Lf TAD.ELEY.-1 TS -10 -10 -10 r.aP.E1EV:1 .10 PROFILE PROFILE P.E.SEAL SGLE MOROONML M. SCALE NOMOVIAL Ym SCALE VORTICAL- I+P SCAT!O_SL 1-=P W MIAMIBEACH Exgx EROF EP005T ENgGEEROFEISE rS xEmHegnHmo VENETIAN CAUSEWAY WATER AND Rs NYAM MM.%GZDM0 01 Cin MANNER.AMA T HMOAS 5ENGINEER ME— ]IRECTG 2DE GOMFI.PE 3 DESIGN KA SEWER MAIN UPGRADES-PHASE 2 Y..Itsiemor PMauC wdda DEP,1R.... Tv ENGINEER CMS,.DRTEG Pe EPA, nO.23 MO SET Lou* _ Lp1C•1•L6 POLE. CONNECTION DETAIL-BELLE ISLE&MIAMI ....TM-- P..RR— Mra.FrA 1e00 CONVENTION CENTER DRIVE,WVSFAGH,R.bIA C NO GTE REVSON APPT3 OS Icswr3R, P PE xoSlM5]TO SOME AS NOTED BEACH WM or. SIR!3. mows Ee->r FN Pm,Cwn.Ln.>r.PAx..ymlw42311.25 'I \ ) FOOT BRIDGE No.874461 L y-—L_ _ ( -l\ NOTES. 1 I 1( srn.,x4.09.q T �- FOOT BRIDGE No.874463 I I ' MTL MLLEDSHAT \,� / ) 'TA'''.'"reA.a D.VENETIAN CAUSEWAY BRIDGE 3 I i�� )• I/ °.n=IrtaLys4'?/:nNo ww 1 AI 1 I VENETIAN CAUSEWAY BRIDGE 4 LINES PLANS MreoAm618xi OFFSETtxMR STA.1x4w5.51 \ / ( \ .r L UPDATE TO THE MIGNK / ( NSJOtJx_]B SHAFT I'CENTEP.YDM L / "n-i STA 179w141 ) ` ) E.ODB31.N OFFSET:150011 PROWOEO MMCL 1Ol69 M]C CONSIATANr. N.5S411b6 1 'SHAFT r CENTER 4'qA ( E:03.16. ) x FEA T09ECTION 0Bv9 FOR Apg1gNAL ). E 9]I,64.m E.prn9W ( • EMUPRA.E*NALn0RTITLER.C.siNsoRAL.c SHEET INOOLATES THE LOCATIOAS WHERE GE PILOT HOLE ATIONMENT TOLERANCES ARE MORI 1 )I \1 SPECIREDI SECTION 0030 STRINGENT THAN TYE GENERAL TOLERANCES • N THE E PILOT ES FROM 11 /)1 Ex BRIDGE FUTURE 4-FT DU ORAL.SNAFT.m I FUME TAFT DIAL MILLED SW.,T9 BRIDGE �/ _ _ ] I OE&W NiGME::rF`cP ON�iRnCiDn N E% MORE --�` 11 I, �i ABUTMENT PILE APPRRO%TIP EL. 60'TO I-175'..___ \ /M—APPROX.TIP ELEV.Y BO TO IT(':T6• PB .PILE 1..____ WILL NOOFr THEENGWEERWNO MAY REOURE APPROX.]tP ELEv' THE CONTRACTOR TO PULL-SAM PND REMELT HP ELEV 111Y I ALONO 600.E PPTI6EFME I -'- TE OE Tara rON A / STALED VA HDO :� i �' __ ]6'ORaL._�. iN OPE wMIN AFTER THE ROpC PEES of L. yTxS' BEEN _ -1�'-'�--` _ �j L- ` OOFITWCT IIOIPERFMA LA ITIZ+N5 AI ArIW l5•plp NODE . --- �""--- MEMO. TO SECTION GM,OR A„ • WN WSTAI -'--- v BETImI REFER TO SFC'ION UM,OR -- \ Si `__Y—� ED vIA '0Br AOOIIIPMIIIipRAATCN 1 \`W W CpY1ER 5 MOO pMTA tOw1 ll OFFFMT 30 MP (pERTI WM 1 N 10 Y�1 Y ROD TOP ELEV-�45 OFFs ixi09 :_ E 9/06/692 - E 9]1xb 41 S OP INSTALLED Y N. A..-- MA.. PROPOSED ELEV HIE 1N RAN CORNER 1 1 I NF50.73� I 1 E.9303.07 LOT NOLENOWI.CL ACCEPTANCE C.TERA,SHAFT 1(STA 174.oe1 PILOT HOLE IOI2.CL ACCEPTANCE GAITER..SHAFT 1(STA I74.661 PILOT HOLE HORIL.CL ACCEPTANCE CWTERN,SWAT 3(STA 176w1) PILOT HOLE NOR.CL ACCEPTANCE 0310..SHAFT 4(STA 160.16( WM.:WTTNN•a125-0 PERPENDICULAR TO DESIGN ALMMIENT WM CL:NITNN•125-FT NORTH PEAPENEXCUAR TO DESIGN ALIGNMENT WA CL:WITHIN•125-0 NORTH PERPENDICULAR TO DESK.ALIGNMENT WY CL:MUNN•b1TiFT PERPENDICULAR TO DE..AIGNMEFR CRITICAL ALIGNMENT LOCATION 1-SHEET C1-07 CRITICAL ALIGNMENT LOCATION 2-SHEET C1-08 SCALE:FM SCALE:FM ,'1' \ )I' ( FOOT BRIDGE No.874465 FOOT BRIDGE No.874466 ( i-7\ I I 1 /f VENETIAN CAUSEWAY BRIDGE 5 x1 \T VENETIAN CAUSEWAY BRIDGE 6 )\ I I SHAFT r CENTER.4 DI 1 ) HAFT S•CENTER,DA = rI / xJ4 '�) • STA E.93x635t5 [) 'SHAFT B'CENTER.A DM - - 'WNfT x•CEMTE0.4M .-. ).._".MIA ,Tr • PROPOSED 1]S OD. OFFSET'.10005 OFFSET. MR EMIJY OD 'Y D MM IST..°VU \ NSIDS%.N • 1I�I I( P.ELEV.1-I W E.]Osro_ \\ E at34 I6ID O F.6ELEY 1-I W )\ 1. F IDOE TIME FiM MILLED SHAFT.T.P. ,.......„,"1( / 1 1 x SWDGE 1-,)I 1/ KEY PUN(NOT TO SGLLEk 1T—FUTUE AFTDA NU F05NAF P I ABUTMENT U / j,I )I APPROX PILE APPROX.TIP ElEV 1.100 i01-1]S' . • APPRox.nr ELEV.11 W To 1-j l5Ir i1�iT1l( RIP ELEv-1tM i TIP ELEV 1B APPRO%.PILE riKR6W OV - I 0.1103 OOI • • R1'ORB LOPE f M INSTALLED VA NOD `ijx Luse -1675: J'.Cf^]`T Y _ _ - _ _ -__�� _ _ _ __ -N'OApN1DP sr ALTED vIn:D-- � 'ORB HOPE WM NSµLED v.NOD •--� M'--Y ,�Uyy„ppE wy PS1ALEGwnrroD sTA193.11.31 \ ]FM OF S / OFFMT 116R /� I 5Oj PROPOHOPE. INS LED VA / oEOV E LUZ,x J 1/ SPC 1 Rilwu HOD....ELEV.1.145' 111 NOD T.OP.ELEV INSTALLED / OFFSET 1555'R STA 1W 13O .IB J / N:9]J14B • oB.,. RAMC • ,p]RF1 ORNEP OFFSEL3T3IR 12 S'f0530 21OFFSET 30 1MA \ STA.LeMx.,xRB3 E 614.0J E.ma039 1 RAV I `OFfFETT30.00'P P.E SEAL E.931934.67 N. PILOT NOTE NOW.Cl.ACCEPTANCE CIIEIIENNFT 5SfA 10r•N1 PILOT HOLE N0I2.CL ACCEPTANCE CRITERIA SHAFT 6(STA 1Bx•Ii PEAT HOLE HONE.CL ACCEPTANCE CRITERIA SHAFTT IRS 102•01 PILOT HOLE IICILCLACCEPIANOE CRITERIA SNAi 16(SS 101.15) WM CL WIMN•A 125-0 PERFENOCULoo TO DEMO ALIGNMENT WM CL •125iTNORTH PERPENDICULAR TO 0.1.ALIGNMENT WM.YAM.•125- PTH PER/SEC.I.TO DESIGN ALIGNMENT R1. .ARPERPENDICULAR TO DESIGN ALIGNMENT FM CL U.L M %A PATNA EFT PeEN0.1R TO DESIGN.ASSENT FM01.TRIN FT ND •1.SfT NORTH PERPENMCU.w TO DESIGN ALIGNMENT FM CL WTI. NORTH PERPENMCUM TO DESIGN ALIGNMENT NO CL WITNN w 13FT PERPENDCULM TO DESOH...NMEAT CRITICAL ALIGNMENT LOCATION 3-SHEET C1-09 CRITICAL ALIGNMENT LOCATION 4-SHEET C1-10 SCALE MC SOME:MY - - - - MIAMIBEACH 4 ENG NEEROF RECORD ENGINEER OF 0T3 IEO.MIOGD: VENETIAN CAUSEWAY WATER AND Fr MIA..6FM 6C4ZDWO fil YNMAER:KONA i.MAYat 6 ENGINEER ry TM ATE CDIEz,PE 5 RN,, SEWER MAIN UPGRADES-PHASE 2 6W....e- USUC WdUISOEPARTMENT ? E ROOCOANENRONCENIIDORIE.mom MACH,FL.1,n ENONEFIE wMTNA ORTEGA.PE ENVS TE EDSET T1sIAW N PE BOYARS 5 R.Ls TILE' CRITICAL ALIGNMENT FrFY,r BB__ ss reA o. OI✓ILM P NO. a REvrION ARP°er Ltr..,•T., rN.O.B04s3.D ALE AC NOTED LOCATIONS-SHEET 1 FS PER C113.1.7...........017825 Dr OCT PO W..a w e�I c4D6 '�\ NOTES( FOOT BRIDGE No.874471 FDOT BRIDGE No.874472 UPDATE TO THE ORIG.., TI() VENETIAN CAUSEWAY BRIDGE 7 I `^A1 �I VENETIAN CAUSEWAY BRIDGE 8 ()s Ii I r o�IµRwM.IMSE• FUTURE BRIDGE WATS. UR A4O Rnl ( TT 9-CENT ER,.'Du \ _ / ` _i/ ) \ vDMDED w.ncH zma n.uC CDIaurF.• T ( TUNL PLANS WED API, MI ( FOR ADDITIONAL E933229:5 , . ' SHAFT 1r CENTER..D1./ ) REFER TO ACTION TO DRILL ACCURACY, 'SHAFT pC _ 'RAW 205.60WENTER..'Dw OFFSET IT { EQUIPMENT AM TOLERANCES THE DIMING OFF 'SHAFT eER N.S3M1LR N E INDICATES TIC LOCATE,.WHERE THE N 9]J2e5 B5 i NSJ%13,s E9]]e]+.al THAN THE AUGMENT TOLERANCES ARE MORE -- PILOT HOLE TANGENT 1 E. EBW12tl.2 :I)1 1 ' 9PEC1FtED IN SE RAL TOLERANCES I J \ AB TMENT, • l x,,�(yV- • FUTURE..FT DIA.ORLLED WAFT T\T 1 I APPROX PAE '{ T TIE DESIGN AUGMENTN T.EVENT THAT T.PBORE•0 DEVIATES FROM 1"" . _SAP BRIDGEENT, APPROX.DP ELEV.I-)IO'TD I-11S �1._�f \ /�.. _Tf ELEV.4110 _ I' 1 7�, PATH MORE THAN APPROA.PILE PROPOSED 132.00 I \-''1 FUTURE RFT OM DRILLED SHAFT.TVP _. PROPOSED 3SOD I;I ;X THE CONTRACTORET�OOPPALAC Ax ER WHO REARILL RETIE HP ELEV IIIB' INSTALLEDNIA I APPROx TIP ELEV 60TOII]S IM[FM METALLED VIA N ALONG BORE PAM BEFORE T FM qE.W Iq_ HDO TOPE IIeO SpJ.' I MO,TOP ELEV I-IRU' / DE...NOON --• I2'DR9 HOPE FM INS rALLED VIA HOD L___HOaJ' __ 1 . ALTER THE PRODUCT PIPES..BEER - - - 1r IN HOPETu INsrnnEo-VIA __ __ INSTALLED,IT —� VIA GYROSCOPIC R _-_ - . METHODS REFER TD SECTION 92120 FOR \\ 2W.22W "WORE HOPE ITV • 1 __ •---• I PSTA C 206•169 ADp TpNA.NFORw ION. �PC INORIZ 1 fM FOO yJ,O REIKLEOvu HW FM oFFSET.2].. %oR9 HDPE OFFSET 2]2Nt l I N.MVO01 E •,K PROvos9D.x.J-OD. // OJtlroo. I 1 E-eaJe. m S.21ppTM NE STA fiMA HOB INSTILLED VA HOD.T 0 PI ELEV JI PT ry J SET: 19W .... ..,sue -• s STA ZW 3s -¢j� SJW S r K D'E 1 WM 1 s 296•T NF l.] BN ✓ F 32 W -OFFSET' 1` CO IUDF E 9 10 :5SW0.1 E AVAST E:9J3ete.0e15fl L I - I E:033633.01 OFFSET IVO. AW71A9 I RNG M PILOT HOLE HOME CL ACCEPTANCE C HAFT BISTA OT HOLE HONE.CL ACCEPTANCE CRITERIA.SHAFT 1013TA 2W621 PILOT HOLE HORM.CL ACCEPTANCE CRITERIA,SHAFT 1113,A203.601 - I.v� ---HGLE HOW CL ACCEPTANCE IA MMFI IaISTA MNTSI WM CL:WITHIN G.I45.FT PERPENDICULAR TO DEMON ALIGNMENT WM CL:WITHIN•'AFT NORTH PFAPESIOCUTAR TO DEMONKUONMENT WM CL:WITHW•1253T NORTH PERPENDICULAR TO DESIGN ALIGNMENT WM CI.:WITHN•-1.36FT PERPENOKUWI TO DESIGNALGNMENT M CL MITEN•LI SR PEMPENACUAAR TO DESIGN ALIGNMENT FM EL SAT•N•1.6AT NORTH PEMBbCWM TO DESIGN AUONMENT FM CL VRTHIN•I.RFT NORTH PERPENDICULAR TO DESIGN AUGWIENT FMCL SATIN•41.SFTPERPENDICIDM TO DEMGNALGNENT CRITICAL ALIGNMENT LOCATION 5-SHEET C1-12 CRITICAL ALIGNMENT LOCATION 6-SHEET C1-13 BCILLE:HA SINE:t+P \ ,q • VENETIAN CAUSEWAY BRIDGE I2 \\` FOOT BRIDGE No.874481 ^ v_ f • 4 FDOT BRIDGE No.874481 • -T ..,.r VENETIAN CAUSEWAY BRIDGE 12 FUTURE Al BOLEI RA R m l OTHERS) PROPOSED xroD_ Per orlEABI ` / ., 7 MA WM IHSTALLPD VIA HOD.TOP ELEV Else • • HO DRS HOPE WM INSTALLED VIA VW STA LORrm AA Ns]wEo vulwD _ __ _.. S OD -- LEY PLAN(MOT TO WALE): r-OFF SET.soon E9 u A Ow KLED�w sTw T A�n� _ __ � I`'�- V-V' 1r, __E EBa]a2]65 HDD.1a .ELEV.I 5]IJ9%. J T � B5 II>I ems o�. ��� X X I 11 _ / ___ __ __E 9n.e2W __ t--`3E: L _ - _ .'c,\ ocE iii -- EZTLRIOD� -_ - �r _ 'fir y 1, \ )\1 r,eUiNENT - moo r, T�'-Y` 1( nwaOX II 4 . -YIP Elev. ir li / ) rip ELEV IIItl 1� NITM�4sT DRILLED BIMFr TVP ) ) N '� APPIEp1L o X. �'1 __ _ • -_.. STA 2]>W9H ( OF :]p.00T- • � 'SLMFT I]'CEMFP.4'ALL () Jam Y-. OPFGET 22.Wi E93]M2 • O s' �rsEAR.DI ) Y ( / N OFFSET 22Ipt { ♦ P.E.SEAL .� N.., .-.i v v ..r ..✓ I .�•-) \ / EB3 �M9 4 )I J 1 PILOT HOLE NOR..CL ACCEPTANCE CRITERIA SHAFT 1 INTO 236H07 PROT HOLE NORM.CL ACCEPTANCE CRITERIA,SHAFT IF OITA 242.101 PILOT SOLE M L CL ACCEPTANCE CRITERIA SHAFT 16 ISTA 2...1 WM CL.ATH.2 OFT SOUTH PERPENDICULAR TO DESIGN ALIGNMENT WM CL WITHIN•F]RFT PERPENDICULAR TO DESIGN ALIGNMENT WM CL.MORN•EDFT NORTH PERPEMGUIM TO 0.1ON ALIGNMENT CRITICAL ALIGNMENT LOCATION 7-SHEET C1-15 CRITICAL ALIGNMENT LOCATION 8-SHEET C1-16 SCALE 1V• EVIL!.HAT MIAMI BEACH of GOMFZ PE ENGINEER OF RECORD ENGINEER OF RECORD T� NEIGHBORHOOD VENETIAN CAUSEWAY WATER AND YN .4SWIn wrDNG a Cm MANAGER:DEMO T.MOAN B• „ DESIGN ENGINEER 11�_ DIPEcroR ° +� n.rlr.I SEWER MAIN UPGRADES-PHASE 2 *AAR* DRAWN TIT L •rW coNVENP....W0004,DEPGSMTOEIITNA BEACH.FL CI,ENGINEER CRMTI.ORTEGA PE ENV SIA 1Dm23 Eo IET LAMA M TAILORJ.WEAR.. CHECKER IB CRITICAL ALIGNMENT RIMEr!>n1— as.SS_ BFPIL nAr.SILL _xn SATE rOSUDO APPD.n LCR.F.pH P.E.NO..D2s3 SCALEN NOTED LOCATIONS-SHEET 2 Dr. 931.W n W oe.,..m3r FN P.O CIen.UMnnp. .0000 JFe10321]tl]S NOTES NOTES. I wall. D RESURFACING SHWA SF IFINER \.: v \ DEPTH AND• \ I EDGE OF IMPACTED LANES H WAY PAVFLE cars • 2 NOW GMT ASP.,T TRENCH REPAIR • I MILLING ANTS D R STET • • ` ��ANR Nomti • \? A SAN MARCO ISLAND SAN MARCO ISLAND ;a; ,NOc aWNENf• • ZFA C�NACANi AN_ , --- ` `` L� \ --- D - I ,L ' NE P NE SiAN\FOL1511 NEO. 131,1 - - RROKRN, NEST ., a DAMAGED TADAs SINCEMIA I. L331PL _ iun Ds At TMIAMI,Fl 771]9 - -- EWALK T&MUNE .CAAn6.AMONWRS AMEENOE STL1001.723]-001-BBSB I NETMNW iyE FAOED W A150a NE 17TH PL '� , BEARRBASIDARMWBI.FL7]17B r MoETY CEWM_ ,_ SV LIN RU IOO, OF THE OORIGINA COND/ / DAVING AND '00CUN NW FOR ADEN TONAL, A ABANDONMENT. PIPE PAN RS TN DETAIL I I PLAN .DALE r.RD IECENO 7VVVV2 P.,,,D ,F AB.N"'N.,.A, i%i — I — — I N KEY RIMIIDT TOW): NJ SAN MARO ISLAND , - BIS(.AYNC ELAN SAN MARINO ISLAND BISGYNE BAY W m O ___ ___ + M RAY LINE ___ ___ _ V i, !: — VENETIAN VAYI Mil Z N 4\ iii a // BISGYNE BAY // CANCCETE CROSSWALK ERE lll�LaTMI...I���-y{{7llll BISCAADM PAVING ONO E NE BAY �, • REPLACEMENT R A P ADD•L ABANDONMENT.PAVINGRESTORATION SE LiOw FRR PIPE ANANORANENr.SEE NOTES I Ai SF, I I I I PLAN IGIE.1•MP IIMII B MIAMI BEACH RF*oa4 B A T ] JL if FNR NEE ROFRECORD EUNNEEROFRECORD TB NEIGHBORHOOD VENETIAN CAUSEWAY WATER AND F.R...„ORMCR]EOY1O RwoAB A Zen DESIGN ENGINEER LIE— SEWER MAIN UPGRADES-PHASE 2 m xlE 0OMEB PE ] DaAwu ev AGl lroocoNB�IT,wF a awe:ABiwR.N.E aSaIa c AONEERERINnNA Doren..AE TWOS ,Tvon MD SEr rasAw R PLR,.a00RITO CHECKER a mu PAVING AND RESTORATION PLAN-SAN F.N Bo. .B. w�R�.NA Na OATS REVISION ARRo.n ,,,.,,F.,,,,,, NO.BDRS] SCALE 1.=40. MARCO,SAN MARINO D.N 0C.2OOI SINN u 4NR D, =N ca-A Fie M.CiinNenB i m.graderRIO 1S S NOTES NOTES. I MELD. D RESURFACING SHALL BE.-MG I I — — I I oEDGE PTH MO MPkrEO LANES LDNrirlp ALLY COTS EO LANES MVEMExT COTS I I I RESTOREoWORN ttipiDE�R r„E F EFT DF EACH SAMEoVEOTHER Ruv.SHALL•E 1 I I I I x 1 1 ND E MTABPM r gEMC„REPAPANo I I I I xw•o ANO RESIAMAc.c LrinwsauGATm RESTRAINT MOM. I I pg w1,„EbE ENiRiae NorT, wu 1 ADM PAYING ANC RESTORATION FOR — — CONCRETE 8 CONlIE FORMrT„ T"I'" S.WnM,ALL PPEAWDONMENT...NOTE 2 DI UDO ISLAND REPLACEMENT REPACEME p ..00 REOIAREI�T6 m O ..PACE AND MmT:C.NT MARNWGS T.111:FR AR m BISCAYNE BAY T AT Q LINE HERMO...IPPON.ANO RPM SIMLL BE U -—-_ - - ---—- --- -- O RESTORED M YEEi YOC STAFUARDS eT i„E -CMPROR.Fwf LNEM. MARCIA PAY ONES.TYP. J CONTRACTORS ERPENSE 1 --- AnROY.RAN LINES-MP-/ T sTAADARos mGEU BI�irE CONTIIMTONb ` NGMwL LOOPS SPM ill N IFDpT WW2. VENETIAN WA FDW SAYUE ____ W s OA.AAGE roMDEWALN.RAMPS.CONCRETE I BE RESTORED TO MEET NOG STMIDARLIS MO GUTTER 9NALL ZI IJ OTYDFMMY eECOLOREDMI.0 srE.M..w TO FM COLORED MI AFmRo..cE.MTN J 8 FM =F 0 REQUIREMENTS U I - FM - FM I� F TO SHEET CSr.OETA•f REFER I GONGS-.CROSSWALKS WHEN MIE IMPACTED TDwoNE— c 1.- \ f DURING CO.TRUCTION SL.L BE FULLY BISCAYNE SAY i RESTORED TO°FOG..CGOIHON REFER TO Oi.CONTRACCCCDOrCUUMExrs"ORE MAMMA AM 1 - - PLAN SfiS1E:1•.EM LEGEND MAW PROPOSED PPE ABANDONMENT NCH REPAIR ARLA TO Of MILLED AND "LTFPD I I REPLACEMENT L — I ADM PAMNOANO RESTORATON FOR PAYING AND RESTORATION FOR I — — —I KEY PLAN(NOT TO SCALE). PTPf AWDWIENi,SEE NOn] AOM P RNO ALTO ISLAND DI LIDO ISLAND PPE ABANDONMENT.SEE NOTE 2 BISCAYNE BAY V O«Cyyyy»J JBSCNEBA �L'LLNE—_ __ ` -- �.._ Q , ——— A — ——— ——— CAP-PR-OK RAY LINES. 1, ; w w u� 1W Co 1 FOOT swum FOOT WEUNE� _N Z 8 VENETIAN WAY VENETIAN WAY �o =-' J W BISCAYNE BAY BISCAYNE BAY F /__, 1 — — I I - — v SFAI I I I I I 1 1 PLAN SGMf:,•w Ism MIAMIBEACH ENGwEERDFRECDRD E COROT! ..IIF4DD, VENETIAN CAUSEWAY WATER AND Fr Mow.Es•wGwBe•n a GTv YANNiFR:AUIN T.x�uASHazen oOY MAN NS TMEZ PE s arm eRs� SEWER MAIN UPGRADES-PHASE 2 sMwF Mower PGBuc WORKS DEPARTMENT 2 „ ER Ls Bps PAVING AND RESTORATION PLAN-DI FrITNr L A P.,.-.MB— WrnRr.NM .,00 CONNFNTION CENTER DRIVE.MIAMI BEACH.FL.12122 CRY EMDIEERCRI.ONA OF.TEI:A.PE.FNV SP �•� MD SET T • N PE NO MASS SG LE Na REYUIDN A,„F..,.,, ^w LIDO,RIVO ALTO or: 9S Oust.. o..wF as FM PM CA...wanp.e m..m..121MIS • NOTES NOTES. 1-10401 �— I I 1 1 I _ _ DEPTnwU.µoRESURFACING FEAACCHW da y I I I I TO.NEax.KEEnIA�HOTNEf.lrw,s .STORED UNDERTY FEET OF awEl9E 1 I I I 1 NGE rAB» r E»<nRE.AW.ND EASTS•K=MTED R 1 ; 1 VAIN EIosnNC ARPE.SrwwT AND PIPE (MEWRlW TIP r� SE PRO Ar ENT A.NOT SHORN CON ORM tlJG1YNE MY� MYLINE___—_(� / \ ROM AW REJT 1::;::' wrEAUFnorRL.iLr.SEE Ron: NEEr sruaaoc.SHALL CONTRACTORS 0 _._�. a:�,�.. -ar. eoEME� LOOPS W W I FOOT SASELWE - s DAMAGE TO SIDEWALK RAUPE.CONCRETE N - — _ � MNWAY CMESSE TORED MOOR CURS wac TO MEET ROC .SHALL _Z FN VENET _.-_- _--- _ b� SOEWINA;SE COLORED...ROAN.WON CITY OF BEACH STMMARDS J _ _.._._..-_ - .— * • -'---FM - FB I_ - Trs , U ___ __ E FOR INLET PROTECTION ASK REONREL,ENTS.REFER —_ TO SHEET C. .OF - _ _ +r K. 02 __ _- T CONCRETE CROSSWALKS PINCH ARE MPACTED RESTORED TO ORM.CONDITION.REFER m r \\ DARN G CONSTRUCTION SH A L SE FULLY 1� . , C 1 . BISCAYNE BAYDETRE � � jSOOC OxTaNFOR rno01 I I I , A I 1 I I I I , I I I I PLAN SCALE:,VC LEGEND .39,,K299 PROPOSED PIPE AEALOorm rr ADC,PAVING MO RESIT/RATE.E. TRE.N NEPA. 1 \ PIPE ABANDONMENT.SEE NOTE PROPOSED AREA TO•Emu.Ale _ \ aESUNFACEO,'IIYP.I • \ I copicarrs REPLACEMENT A ISLAND AVENUE CONCRETE BELLE ISLAND\ I KEY PLAN(NOT TO SCASEI'. O \ �I REPLACEMENT \ V 11l O I■1y( _ - - WZL, APPRDR RAY LINES. 8,-00 --- -- --ljg -- --- LA.aD !J _ -� r_ j YrwrvwAr zoo3 ts ❑ _ tl ttli�j- b VENETIAN WAY 'Y� C_-'1 _. ____ coot sASEUNE� __ _ - — -I(n Ste- _ �_� (- • VENETIAN WAY _ FM --- FM__.Y- ,,N. ` — _--- — — --- -- - __ .__ I W • ,� •I- ��1 Z APPROR.ww LINES.PREJ i' U O N I I� l 1 \ Y I P.F.SEAL MEEE ISI \ I PLAN 9GLE:,•aO B C M I AMI BEACH CI,MANAGER.ALPON r«OwK NG ER REDEMON OEcoao 'RD_ NE,c»aoO m0, VENETIAN CAUSEWAY WATER AND W N.�..aDBanc DWG s' Hazen N ENGINEER — W SEWER MAIN UPGRADES-PHASE 2 DIRECTOR BOE DONES PE = ME BY ,AnFF.x Roo. ,TO000SOENn0NCENTER CRC CROEN,C«.anus CEO ENGINEEA CRISTINA ORTEGA.PE.ENV + MO SET - N LOR_I SONARITO COECE R_s PAVING AND RESTORATION PLAN-RIND •a ,N.A oiWNr.TEA sP NO. DATE REVDION ARP,BY IA„•.C,N, NO.eo,sT C -<o ALTO,BELLE ISLAND OW. ocr it. soo.o INN o....c.&••0 EW P.CRrnaha np NARNF.NN.zmT„•zs NOTES NOTES + SALUNG AND RESUREAC,NC SHALL RE 1-101CH T EACH RAY wk. / TO LODES .HAFTED RAYf R curs wPTH Rm(AHD 50FE FEET OF of EACH EACH OTHER omEN BE / LAO.ME SAME MERL.. ROTE THAT ASPHALT TRENCH REIWM AND MONO AND PESOILFRCR6 WITS MSODMTEO wlH F)»TING qPE RES1RANi AMO PPE AaAIOW 1631T ARE NOT SWAM ROUGH.. 1 ' - 14THMC wrrw�s. SHALL ' _ _ �\ L 13-T11 coww„rwTN,MCR®,ISEDEMTs. I"'j A ]. S.W.MD MR..MR..LR10aaHD i , W °CNEn NC00 ArT�FE E ia'F'O NTRAC EYPENSE. I BISCAYNE BAY MI BEACH �I DAMAGED SIGNALSTIWNSATLL OF RESTORED o / ' E MEET a.A MARD6 AT r E cDN*R cr°RE W 6500 T400 6400 a400 10'00 �- s O1M5cf TD SNIEwAIX RANvs CONCRETE N . - =PRox VA' ,Y oMsswu,Ls.A.arDR tuna Alo cur*ER SHNu __ __ /' s P�zTaaD BE COLOREDw AccoA"°1F°SRwNCE w,TN Z WAY , aTY o<L1Ar,EAaNSTA.awm "L' - / 6 FOR, PROTECTION INLET PTECTION REOLEELENTS.REFER vtNtTIAAWAY - / *o SHEET GSY.pETAl9. �I emu` -iDOi RA6E.iN= / r CONCRETE.08.96 LK1MEaT ARE YVACTED a`_ ___ ___ ___ __- ___ ` _ DURING CO.ISIRVCTMM SHALL RE FULLY sI \ — SR. DDRNMNfi.0.AED MST EP J.POO orr 0711 CONRACTmcL11:7 FORAmraML AUOl P.R.AND RESTORATION FOR ' NSCAYNE BAY R.AMNOONNENT,SEE NOTEa I r /� I _/ 1 PLAN( .- -- I _ LEGEND STALE'.soar I AX.1 xjU PROPOSED P..ArwuoNNEAT --. — APPROY.LSNrs OF...T 1RfNCHREAM PROPOSED RAM /"�//"l Ewu ETOA REArL® p .- f ODNC�IFlE C1ONRs J IBIIIQ Brt REV RAM(MOT TO TICKET C WA- O '- ‘iiiiN) P.E.SEAL ENGINEER aNfRD RECORD Ta N,cHaoRNDDD VENETIAN CAUSEWAY WATER AND MIAMI BEACH cITryMA""�R�ET.MOAl DIRECTOR .M � 1a Hazen DESIGN sE" ER MI_ORAWN SEWER MAIN UPGRADES-PHASE 2 s,,,n.R,.,.e C WORTS DEPARTMENT CRfCNF. .,.,D.,,, NA __ +Poo co«vEN PUBLICROMDu CENTER EPARTME.MAW NFAc".a aai» °,ry ENO..,cMsnNA ORTE6I.R,EN,.1 Daoa, MD SET TAMAR N TAYLOR a.soNRRIT0 ER.Ls PAVING AND RESTORATION PLAN-BELLE .Nmll'� ��. NO. DATEREVISOR A.D.ay_ IAA.,,,,,,, P.E.NO 80452 SCALE+--w ISLAND,DADE BLVD .n o Na 06: $� IS m N , N C<+ 16 P.0.....nP.PV...I.MI21 7625 1F��y/��y NOTES: -K/` W W W BCONC.COLLAR E REMOVED TO FMMEBUO TO BE REMOVED V'pl. PPE V RESTORE TO EXISTING � MNOITIONS —.2, sLWFA1 RESroRAnox ,1 El\�V'{i.r'o��o�p\r\ MST PER TRENCH DETAILS r` i e� �' Prt BE REND ED E=M ,Y P Xa ` TURN VAL ro OPENED ]F^', lr wu \ POSITION NE _ EXIS , fi I `r` NN ABANDONEDEXISTING . PROPOSED • r°7, 'r N.1. lp1E 1.NO ENCASEMENT REQUIRED FOR SPACE GREATER THAN 1E. NOTES: 3.WHEN MINIMAL SEPARATION BETWEEN PIPES IS PERMITTED BY THE OWNER, 1.EXISTING MAIM TINE VALVES SHALL BE ABANDONED AS FOLLOWS: EXISTING UTILITY SHALL BE WRAPPED IN NEOPRENE WE MIN.THICKNESS)AT 11 PAVED AREAS-REMOVE VALVE NOV AND FILL WITH CONCRETE THE CROSSING IOGTlOR MINIMUM WIDTH Of NEOPRENE SHALL BE I. TO FLUSH WITH PAVEMENT EASE.SAW M PAVEMENT AND INSTALLATION FOR PROPOSED PIPE OVER AND UNDER EXISTING PIPE INSTALL ASPHALT PATCH. 1.3 GRASS AREAS F REMOVE UPPER SECTION OF VALVE BOX, DETAIL 1 BAamLL AA.COMPACT TO SPECIFICATION(Bsx DRY DENSITY MIN.)AND REPLACE SOO. EXISTING VALVE ABANDONMENT NOTES: DETAIL I 2 I L.SUESURFACE SETTLEMENT Morarro nc POINTS SHALL BE AS SHOWN IN DETAIL SURFACE SETTLEMENT...LORI. POINTS SHALL BE PK.1.. ROVE GRADE iDA 2.OR R"INLET AND VENT GROUTING MSTAIWTIDN.REMOVE PIPE TO RESTORE SURFACE PIPES AS DETERMINED Er REFER TO CONTRACT OOORMENTS FOR 3'MIN BELOW GRADE FOR FlHAC RESTORATION. GROUTING CONTRACTOR AND VEN SETTLEMENT MONITORING REQUIREMENTS. PUMP GROUT INLET PIPE„ BY GROUTING CONTRACTOR BOX J NG pp�WITH SURFACE RESTORED EN OR SHALL BE REMOVED TO r RA.SUBSURFACE SETTLEMENT ID SAN+; . ROAD - ROUTE VENT PIPE OUTSIDE Of ROADWAY NIGHT-M-WAY i i`% BNORE REHIRING OI MI FITTING I :wt..:U AAEMIT,AS/AnICABE RO IT iI1411 )RRANO LER W11NDe eAacam M_• � # I�:\=� iEMENT MUG FGv-rMDI IPfS u•AxDDIPPEURUEE SMALLER.m T ro.IL � UV MIME n14 ESL w pt CON[ - TCEOTtI)MENT EN GBLOWOUTEO IIu. N OMIERml 6 STEEL ITERATEIIEYPLAN(MO ift OF MMNc ro BE GEIOURO. HOPE PIPE Elr Q NECESSARY) 1s' D IARGPA RESTRAINED G.4 roR - 1111 PIPES tE.0 uPERGER,m NOTES: S. Tun FIOWABIE GROUT FROM ONE END.OR INTERMEDIATE POINTS ALONG PIPELINE,UNTIL NOTES: PIPE IS PILLED,WITH NO VOIOS.AS WITNESSED BY THE DISCHARGE FROM VENT PIPE(S). I 1. ALL XHNTS SHALL BE RESTRAINED. X. CONTRACTOR TO PROVIDE GROUTING PLAN TO OWNER ANO ENGINEER FOR REVIEW AND2. HOPE.MI ADAPTER SHALL BE Burr FUSEDTO END /1 APPROVAL INDICATING PORTS. SPECIFIC LOCATION OF PROPOSED GROUT APPROVAL OF HOPE PIPE AFTER HOPE PIPE IS INSTALLED, Y. H VA RIES LENGTH GROUTING IS ACCEPTABLE TO THE ENGINEER HOPE X MJ AOAPTER SHALL MATCH AWACENT PIPING. A. PROVIDE U .CORPORATION STOPS.AND PIPING AS REQUIRED TO REMOVE AIR FROM E K. W1 ADAPTERS IB'AND URGER MUST BE PROVIDED � Y.E_SEAL PLUGS. TH ABANDONED PIPE LIN.WHILE GROUTING. WITH STAINLESS STEEL STIFFENERS. HOPE X M3 ADAPTER CONNECTION SETTLEMENT MONITORING POINTS(SMP) GROUT-IN-PLACE ABANDONMENT DETAIL 4 DETAIL 5 DETAIL 3 M I ANTI BEACH CITY cER AL NAT HUD K NEEROFREcoxD ENGINEER OF RECORD Tm NElcnxoNDDD VENETIAN CAUSEWAY WATER AND Fr a..umoavu+EDRc /8 3 Hazen Fc'"ENGINEER N SEWER MAIN UPGRADES-PHASE 2 3 — DiREcrOR JOE GOMEZ PE YAW TITLE OVA TWA cDNvex pUBLInoN WORKSER DEPArRRTMNW NTACH.anrJE c,,ExorNEER cxrsnCV DRIECA PE.EVVB 1 IWO. BOUT TJBRAW M AVLOR J.BONARITO CHECKEn:u CIVIL DETAILS-SHEET 1 FNWRW.IPA\ T - HWRDrlr.WA P NO. DATE RE..N APPV BY CEWE m E NO MAMMA SCALE AS NOTED Sn. 5. a F4 Pat,C WrFMru.Mr.IPWIMA RATOM.Oa31TE15 OMB: $�L3 I p >"9 CS-Ai +go-rs DD VILE LID MANHOLE COVER 'U.S. CONCRETE CONCRETE FOUNDRYOR FOWL F HI ORFOWI COLLAR WITH SWF MESH FRAME(OFFSET MANHOLE LIO) REINFORCEMENT W IMP..AREAS. FOUNDRY MANHOLE L OI REINFORCEMENT W IPAVED.EAS. 1•10,1ORBC V10L66 AVG BRICK COURSER _WICK COURB. PLASTERE INSIDE I DUTMDE PMSTERED INBNM I OUTSIDE xrH TYPE II PORT IS.I �wre�I PAVEMENT f. uw• I GRASS WITH TYPE nPOR (SEE tEt NOTE PAVEMENT I aw• GRASS HOPE. ��' �I�� \.%'J\%• CTS OMI HOPE W1T I'R' 78��(Bla—��4� � �...\-i. WTI HOPE Mm]t689T 6 y UTTFWED HDPEaNPT]OI 918T —_s \" ADAPTERS LOCAL WWI POINTS) � ADAPTERS(NO LOCAL WDn POINTS) _ •© f NBfi.L�� "-: '6 MW. t' 1 BBffi�1 �� IV 1-INFLOW PRESENTER AVOW. . �-� / INFLOW PRESENTER AWWAC3tA 1-1 COtMMNTL VALYATC FLODOSAGF L3.. TIOFLOO ss.ADKETVAR - BMAWH:Lt'M BY NOLOYo aauTGRO(BEE NIT.9I ERPNG LMOPOBIT TEE,lYP2"ST6 SSTEE L VALVE. =6f5NG I11 IE •�m. I 96•YTID f'II*2 'iimy—a.I. IIIi.l p ETINFADEO°0"�� ►rA:\�A. MW 6 nIRFAOED]taYTMPRLE ' r,1alEAWEO DOxFl`O1rA ��A7 a xN V THREADED]16 SST NIPPLE ■■ ]WBYTN9A+LE ��YT NPR£ ]t9 SST wows yI � �I _ 9A MAT r� 'P'ti;%i;i:i i::i:i p( i::f t ant WIRLS r� 4 4;441f 'F"'; - 1TAue l • t t -t 4, tx e l S t 105 PED(DEL �I -4�L•'0i i tX:A1Jr�ft$t'4 'f 5t t t• .ED wv. 1/44..... YMEII :d fi t :• EAI r.t-t AMPA,STAIN..STEEL , 9-1! t,E.4.1,911 f.PAP 4.t•t• s N Eu...//�//1 PIPE SIGH SO PM. 1PBEw VRG OP \�1'3BANG SST J/ r],ttSST COUPLING TRIPLE BAND 99T `f3ta SST COUPLING NnP —1 W STONE SADDLE.FORD FS]]a SADDLE FORD SECTION OR EQUAL F3333 OR EQUAL NOTES T MONLITHCALLY POWEO STRUCTURE IS REOMREO IASTM UM I mONOLITHICALLY PURRED STRUCTURE IS REOUREO(KTM G-0TM W F.LEMENT SHALL BE IN ACCORDANCE WITH FOOT INDEWS 423.1 AND REINFORCEMENT SHALL BE W ACCORDANCE WITH MOT'HOMES F35091 AND OSL,B FOR TYPE P STRUCTW E 433Y10 FOR TYPE P STRUCTURE 1. ALL OPENINGS SHALL BE SEALED WITH A WAT.PROOP NONSn7.110.GROUT. 1. ALL OPENINGS SHILL BE SEALED WITH A WATERPROOF NON-SHRWIUNG GROUTARV WO 3. ALL PIPE HOLES SHALL Y PRECAST OR CORE-0NLLED 3 ALI PPE HOLES SHALL BE PRECAST OR CORE-DRILLED. WILOW I ARV.TM AND PIPING TO BE TYPE AND SIZE APPROPRIATE FDR SERVICE INTENDED. A. ARV.TAP AND PIPING TO BE TYPE AND SIZE APPROPRIATE FOR SERVICE INTENDED. VALVE-- PgEVENTER S. CONCRETE COLD.REWIRED IN UNPAVED AREAS S. CONCRETE COLLAR REWIRED IN UNPAVED AREAS. IIEY PLAN(NOT THREADED AREAS OF SST f ITTI.S AND THREADED AREAS OF SST i0 ( 9 SHOP DRAWINGS..REQUIRED FOR CUSTOM MADE BRACKETS 9. SHOP DRAWINGS..REQUIRED FOR CUSTOM MADE BRACKETS SERVICE SADDLE TYP IB PIPE AND FITTINGS SHWL BE SIGH B8316 SST. 1G PPE AND FITTINGS SHALL BE SIGH SO 316 SST 11. MAIN PIPELINE WILL REQUIRE CMNIMUM COVER TO ACCOMODATE HEIGHT OF ARV ASSEMBLY t) WIN PIPELMIE WILR.IRE 4'WWI.COVER TO ACCOMOBATE HEIGHT OF SECTION ARV AUER., PLAN OPERATIONAL NOTE. ARV TO BE REMOVED TO ALLOW FOR METER INSTALLATION WHEN PIT LS USED FOR SUBAQUEOUS CROSSING TESTING IN ACCORDANCE WITH FAD e1-333 WWI..AND RSWW(mtW•3.1. PERMANENT TAPE PROVIDED W EACH VIDE Of THE VALVE ALLOWS FOR T.INSERTION Of A SMALL METER TO DETERMINE LEAKAGE AND WNN WATER WARMS ON EACH RIDE OF THE VALVE. P.E.SEAL. AIR RELEASE VAULT SUBAQUEOUS CROSSING TESTING AND AIR RELEASE VAULT (ARV-OS) (ARV-Ol,ARV-02,ARV-03,ARV-04) DETAIL 6 DETAIL 7 n MIAMIBEACHEERDFREQOND ENINEEROTREDDRDT,B �IO WR,WD FMN_.�R,.Q9.aDAG CITY MANAGER:AURA T.IRroAK I Hawn„ DEIGN ENGINEER VENETIAN CAUSEWAY WATER AND DIRECTOR JOE LOWS PE i a` SLA SEWER MAIN UPGRADES-PHASE 2 SM„F R.r„e. MAWTEDA.PE.ENVBP t MO BET TJBWAW LOR J.ROW... CHECKER:V P Paw� WrORYF Na.--- PWUC WORKS DEPARTMENT 1Tm cowmnoN CENTER DPNE NAM REACH.aa]I a CITYENOaIEERCRNn No COTE REWIOM APPD Br ��„,,,,H, PA NG.eb63a 90BtNNGTEW TITLE CIVIL DETAILS-SHEET 2 ��DW6 ZT Sm.VMS It 03+ DIr93 m A IN PM CuinHanpRnr.pmrlfxm3ITI13 TREE(PALM PROTECTION FENCES SHALL BE CONSTRUCTEDmXm TO ANY CONSTRUCTION ACTPnn INCLUDING GAUGING CONTRACTORS RESPONSIBILITY NOTES. FOR ALL TREESPALMS THAT ME-TO REMAIN,BE PROTECTED OR BE RELOCATED' I. NATIONAL POLLUTANT DISCINI OE EUMARTI N NO ACTIVITY OR UISiuRBNNCE SHOULD OCCUR WHITHM THE FENCED AREAS.NMIUOIHO VEHICLE USE.STORAGE OF EROSION AND SEDIMENTATION CONTROLS ARE PERFORMANCE BASED IN.�aA �r��w`�i^r`w 15W)F RSEOIDIPOES BEST W.N.['W ENi PRACTICES MATERIALS.DUMPING OF LOUIDS OR MATERIALS GRADE CHAN.ES.GRUBBING.AND MECHANICAL TRENCH,.FOR CRITERIA IF THE BEDS PROVIDED DO NOT PREVENT SOILS FROM LEAPING r.w�r44.wN..a._..�w w..M•wonr.M...on•....IMrr.. MUST E STRICTLLY`FOUDWED DURING AND IRRIGATION.ELECTRICAL.LIGHTING,ETC A CONSTRUCTION SITE.THEN THE CONTRACTOR IS REQUIRED TO EMPLOY Lw.7w...MaV.•..gWwarw_...�.m..came,w r.'+."M.we won. AFTER CONS CONTRACTORS.,TCONTRACTORS.,ADDITIONAL PROCEDURES TO PROVIDE CLEAN RUNOFF FROM ASITE. .°`AN..mIW�arw.r_4r�M'""A"ww `M• MAW ST.RmINATMRMF ER POLLUTION PREVENT., m_.Mr..n Wr Mola.arw•er.nwr...0 aewo.....Wr..IM. PAY,AK'r14IANHE WITH CONTRACT IN INSTALLEDNCUS LESS L.TmE FENCE TEN LIE +T EE NOTES: T WBWn'e�w ten•, •N„ 000AOMln. FROM TEE Taunt ,r.men.®.,...nel.a,.....w...... ._.H+_. LwwN.�MM�ww...w.AMa«.MIa. z CONTRACTOR roIaELvwlrHAU LOCAL DROP INLET SEDIMENT BARRIERS ARE TORE USED FOR SMALL. .waronnn..naMalM.Mw.w.rM STATE AMOTHBLCDWEIBAENTAL 1 NEARLY LEVELOMINAGE AREAS.(LESS THAN rw.wr.Wn+ean.o..eswe.r ENVIRONMENTAL REGULATp®TIMII,WT • CONSTRUCTION CONTRN:TOR REW6NLE Z. USE TIN'WOOD OR EQUIVALENT METAL STAKES . wMaw.rw N.H...lr Mrw.IrMM FOR ALL COSTS ABBOCNTED WRMEM,OMAM (3'MIN.LENGTH). .m,•••• .Rae Wp....n.gWw«rwr IN..PI SILENT DONTRC FFfMTT•G TREE • PALM PROTECTION SIDS,MVNTOANCE.E ETC. BARRIERS TO EXTEND BEYOND 3 INSTALL 2.)44 WOOD TOP FRAME TO INSURE STABILTY. 4 farrepry*a'A lenm.B I.w V..Mw a w.oymmle P.A.B.I_. THE 0RIPUNE OR TO THE ..rm_W..•ns.wgw.H.s ORRICAL ROOT ZONE AREA OF A THE TOP OF THE CRANE IFONDIVG HEIGHT)MUST BE WELL BELOW •^......•••"a•^""°•"......"°'^'• ALL TREES/PALMS TO BE THE GROUND ELEVATION DOWNSLOPE TO PREVENT RUNOFF FROM PROTECTED. EXTEND WHERE BYPASSING THE INLET. EXERAWN.vg*W.* • NECESSARY TO PROTECT TREE A TEMPORARY DIKE MAY BE NECESSARY ON THE DOWNSLOPE SIDE I.w.eaHn.•.a M.NMr„O•WE*••MURAD yew M.aNH CANOPY ROOTS OF THE STRUCTURE. 5. NMFl DR APPROVED EROSION CONTROL FABRIC SMALL BE _mA a1.11 N aar Y.Il bew....*M 41/ WRAPPED MOUND GRATE. M.aN....wa.w•. A.MI..rw.A � w fi THE METHOD SHALL NOT APPLY TO INLETS RECEIVING CONCENTRATED FLOWS,SUCH AS IN STREET OR HIGHWAY "'•"""""•°.."•.IRA w•...we.HHMnMIM..HM.... D. MEDIANS. wNn Mr .. me mom MN BARRIERS SHALL BE A MINIMUMIAL Peoma.yr.M wonent so IN..co L.u.e*telore..a.N.H.,xv none OUR FEET NIGH.AND SHALL Neu• BE F rweaw _ CONSTRUCTED a u.IMa.H.•u..n w...e..u Pam M N.Mr.w CONTINUOUS CHAIN LANK FENCE yawned gm IRA METAL POSTS AT IL NA.110•PPer.r.r.HonPrim,*«m(Le Ma v..r.ww lier.,wawe omens)EIGHT-FOOT SPACING OR he AY. / FPF.. POSTS WITH THREE EQUALLY �EF•FY SPACED TN'RAILS.POSTS MY u.Ma w M Maaaw.... ..wale re..wWW w•w•en.. w..Ww.WON WON. BE SHIFTED TO AVOID ROOTS. L +✓, u ywi Mr•.on.h..r..a.ea l.M.r •rn Mou.r.on Tone.M.arwor.r.ew Ml•. PROTECT.,DETAIL NOTE: M..rs..aer be wawa err* n ow*wow saw We...Mon CONTRACTOR TO ARTA,THEEFALM PROTECTION FEN.FEN BARRIERS'AROUND ALL.GTBO TREES OR PNW AT IME ��4'4 START OF THE PROJECT.BARRIERS TORE/MIN,PLACE THROUGHOUT TIC DURATION OF R PROJECT NO WOOD NCR F�� SE REMOVED OR DROPPED FOR WA'REASON WITHOUT AUTHORIZATION FROM TIC CITYNAAFI OF I BEACH LBHBAN to R.R.+WMr4Ap bawl wM ow•Im 0 mali Wawa.,comwMa to ew mon...r.W..IN. _FORESTER•PLANNING•ZONING DEPARTMENT wNAL M.Are.o rvA NMnNADmm TREE PROTECTION DETAIL PIMOM TS . "�•`w"or1n1�"M`"•`�.*..4w. N.T.S. AT�R..aHrM..wlwrnt wittww www•._.iaowpo..aM..w_son*,o� DETAIL TOP NE NE SSARY I MMF._....r.MM._r I I STABILITY FRAM RATION AND SEDIMENT CT)NTRni (LFNFRAI NEWS GRAM BAGS .SIDES OF DROP)NET OUR.INLET CURB OPENING 2SNB MOH _� SITE EARTHWORK DETAILS NO2 TM8 &"d MANGE M'AMIBEACH EROSION AND BE ENT CONTROL SESu G' ATTACH FILTER FABRIC "'-`I'F T°"A'R�I �� `�- GENERAL NOTES �`— SSEECURELY TO Mr — — — `` 1.`_�� OVERLAOD PPING FABRIC��, TO NEXT NDINGMEIOHT REVILE, NOTES: CURB FILTER GRATE T B G �"Et I i N' H H 1Y IN. d --I KEY aeon POT meuLEoftww ); I 1 INSTALL CURB ALTERS AT ALL INLETS WITHOUT ORATES TO BEEP SILT. RUNOFF WATER WINEDIM=6/ tAAOS HGHCi• FABRIC cECTro DROP NL FRAME 4. O ' '�6 per_-SL.EM�:#S I � ■ SEGMENT AND CONSTRUCTION DEBRIS OUT OF THE STORM SYSTEMdo, L •B$` • Ty Z THE CURS FILTER SHALL SE DANDY CURB AS MANUFACTURED BY DANDY I_AJ,/ NAX / PRODUCTS INC.,OR EQUAL.RUBRIC STOPS STOP DRAWING FOR THE ,�■ 4STARE Ill . ..,--/'''\\ WIRE SCREEN FOOT STONE CONCRETE BLOCK CURB FILTERS. MlN I 'SOMETRK OT ! • N.T.S 3 THE CURS FILTER SINLL FORM OF ACYLINDROAL TUBE PLACED IN NOTES: I/ RLTERED WATER FRONT OF AND EXTENDING BEVONI THE INLET OPENING ON BOTH SIDES. GATHER EXCESS / RUNOFF OVERFLOW T A SPILLWAY SHALL BE DESIGNATED FOR EACH DIRECTION OF FABAO AT WATER APPROACHING FLOW AS SHOWN.THE SPILLWAY SHILL BE LOCATED TO FARO CORNERS W(SEDIMENT�� • NOTES: A. THE CURS FILTER SWILL HAVE A POD.ON THE STREET SIDE OF THE ALLOW THE MAXIMUM AMOUNT OF STORMWATER TO POOL WITHOUT DEMA RE MA A UNIT FOR STONE AGGREGATE TO HOLD TIE FILTER IN PLACE. FLOODING AREAS UP GRADE OF M ROWS GRERTRTNN )COME HNC MEW 1. HAY ONE BLOCK ON EACH SIDE OLTHE 6. THE CURB FILTER SHALL BE CONSTRUCTED OF A HIGH NSSIUTYOMNGE I. FOR INLETS THAT ARE NOT ADJACENT CO CURBS,PLACE GRAVEL BAGS N.T.S. N.T.S. WIRE SCREEN FOUDAURE N SLATS BEEfORDS MISSA'D MONOFILAMENT FABRIC. ONEACC DUGODAT'NCHAROUND FROM ALLIOIRECTONS RETY OF THE INLET TO NA WOODS LOS CIRNNLET FOUNDATIONOWRES OHALLBE NDBL LOSSTL BELOW REST OF INLET AND BLOCKS SHALL BE PLACED AGAINST PAET SUPPORT 3 BAG MATERIAL BAGS SHALL BE WOVEN POLYPROPYLENE, SECTION 6. FILL POUCH WITH FOOT AST STONE AGGREGATE TO A LEVEL(AT LEAST POLYETHYLENE OR POLYAMIOE FABRIC,MINIMUM UNIT WEIGHT FOUR N.T.S HA LARAIN 2 HARDWARE CLOTH OR UT MESH SHALL HALF-FULL)THAT WILL KEEP UNIT IN PLACE W M RING A IN EVENT AND OUNCES PER SQUARE YARD.MULLEN BURST STRENGTH EXCEEDING BE PLACED OVER BLOCR K OPENINGS TO P.E.SEAL: CREATE A SEAL BETWEEN THE CURB FILTER ADO THE SURFACE OF THE 300 PSI IN CONFORMANCE WITH THE REQUIREMENTS IN ASTM DI1S6. SUPPORT STONE STREET AND ULTRAVIOLET STABILITY EXCEEDING TO%IN CONFORMANCE WITH THE REQUIREMENTS IN AS1M 04356. I USE CLEAN STONE OR GRAVEL 1rz-yA INCH T CENTER THE UNIT AGAINST CURB OR MEDIAN INLET OPENING SO THAT IN DIAMETEROFTHE PLACED CDTINC SLOP OR THE BAG SIZE.EACH GRAVEL FILLED BAG SHALL BE'BIRCHES X 12LINCHES TOP OF THE BLOCK ON A 2.1 SLOPE OR THE CURB SIDE OF THE UNIT CREATES ASGL WITH THE CURB OR X }INCHES AND HAVE A MASS OF MPROXNMTE, BD LES STORM DRAIN PROTECTION DETAILS FLATTER MEDIAN BARRIER AND INLET STRUCTURE.THERE WILL BE ALTERNATIVE BAG SIZES SHALL SE CONSIDERED BASED ON LOCALLY APPROXIMATELY TWELVE(II)INCHES OF THE INLET PROTECTION UNIT AVAILABLE MATERIALSDETAIL 9 A FOR INLETS IN ROADWAYS WITH NERVY OVERHANGING ON EACH SIDE OF THE OPENING. TRAFFIC CONDITIONS PREFABRICATED FILTER 5. FILL MATERIAL GRAVEL SHALL BE PEA GRAVEL N INCHES IN DIAMETER INSERTS MAY BE USED. S THE CONTRACTOR SHALL REMOVE ALL ACCUMULATED SEDIMENT AND MAX SHALL BE CLEAN ANO FREE OF CLAY BALLS,ORGANIC MATTER,OR DEERS FROM SURFACE AND WOW,OF UNIT AFTER EACH RAM EVENT. OTHER DELETERIOUS MATERIALS MIAMI BEACH n ENDINEEROFRECORO ENGINEEROEREcogD rs NCGYROR TOI VENETIAN CAUSEWAY WATER AND F,Nw.OSNROLONG a M\HARDER:AOM T.HaMR S an ■ DEMON NGINEER yE— DIRECTOR JOf CAMEZPE 1 i iISSJVii v SEWER MAIN UPGRADES-PHASE 2 sN„PHM.re: BUC WORKS DEPARTMENT EN.BEEa:CIBnNA WTEGA.PE.ENVSP 1 'Me6F5 MD BET TART. J.BOMARITO H ER.LS 'TIC CIVIL DETAILS-SHEETS FM/BALM lR1 PFB.MIL_ w.WDIIr FM TAX CONVE«TPION CENTER GONE.ARAM BBACH.RUI■ CITY NO BATE REVISION APPD BY ` i�vM..r H PE.No 50.50 SCALE AS NOTED p.y.. ATtyL MAE merry . •e o.,C WMRWM.nA.ITWS.SRE,U,UASITUS -_----- - -- NOTES. 1 WPM.EACH STANDARD DETARS ARE IN.ADEO CBQSSIAG VERTICAL SEPARATION JOINT SPACING AT CROSSING _ m CONTRACTORS CWVE.ENCE .nr,Aml�dr��u AS AAOAND OETNA FROM THESE PLANS P.A.NOT RELIEVE THE CONTRACTOR OF ALI TI,,.r. II©I� THEIRDAME.RTPINEOTT FAWGRRM �l�//Dy/// PALM M0ORMS MTIE OTT OF W.SFACN 1'_ r R .a,n..®N.Aw.,R.oR1,o.......r ,d..,.m:�.�N.,.,.<u,... Rlsucwoala ARNURE. N.uw.�l(("'�� J'1•` o..m.w. 'Sc� .. L PAVE MNUIE MARAS AND WATER AETu C DE ECTO TAPE RFAI P =.OMIT d 1.Ia�lr BURRO BELOW.READ.G ril.Aui 1,41, R O.RIM NMI ,..r.m YAW,.FORCE BURRO BELOW.T ;.,1.. ERG«E.�EOELGR AT>o NGN 9E,DA.nNNN rDM..� .Am.MA . ]OS�E RT MA EMRTALEDATE A.o1LINEI TAPE WYE .TDAV SW NSO-�E�SSE"'�A _ NDI ETM.x FOR MCRAE ANON I. r. ED WITH DIE ESCEOT.1 TINT NOT TO S1011DM EXISTING PROTECTIVE CONCRETE MAAS isium. ".�. >YPORCERMIL ANTI NN P• I .mob-1 NM „.. N... .rnT"NN.N N„m,N... u ..K...,,.. ZwiTtir. .. NDas ,N a.R,,. Oe No" ..A. ''''▪ ...W. M a�" �,. .Z.....m,<..w.,s,o TAR N... i .vo.,._,'vs comma MIAMI le __ °F �.GND.T CROSSING +o- 11AMISEACH _ _ .HIE,NM. Tu MIAMISEACH —I^M v.ONG p pu�'4E u-3 Y C.NYMAN FINISHED CRAM m Acre,a v ..ART R.., M f � W i�Ng 7rpF .. • . .......... RE.PLAN POT TO wREEF ummit now NM P N.T.S N .. '. .w,e wt..r-w L =3 u rgt a 1-- ��-1 SECTIONS VIEW YLan_ES N.T.ST auk SOS -sA?r Ra v.mw rv.4 a NNW ONO wawa No wave Awl••.®I,v TT.wwm..Rn rn.< mw�A • �����w P.F.SEAL. 1.OOIS191 M.S NOT TO O®SE OF WMIADTUQS S60SpOm .'IA , WORM JEIT O0R61.E • . u my mow A.Tao ME OIMMm MALL SE PER MD MO SE.0-1 AST AWN ITT • t cossER AD IN sae Ts. .m&SU NANNAN.1 AA=SS',I,um mown vo AT UPI RP InIAINKIN CPA mom �.RM.MO OM NATO RVN..r..o�NA Timmy ry .eMY,O Tao AM AAe im.<meav rm.M.arc MIAMI V.N aD...E AR t41 MIAMI�ACH _ SECTION FOR DIP +�3 MIAMISEAO I Ti= DM RaLD EALEAR NM>rMC ER ,•E TRENCH ATT COM/ LIMO mess WITLarn MIAMIBEACH EaNEtROF RE DnD EwNEEROE RECORD ue Ny VENETIAN CAUSEWAY WATER AND rr.A�.E...Gfi Rq o GITY MANAGER:AEINA T.NUDA, DESIGN ENGINEER O1� a DIRECTOR JDE DOWEL PE r ,wN eY.Aa SEWER MAIN UPGRADES-PHASE2 = a..rare: TAOCNOR,DDEP..T.ENT CITY ENOMEER:CRIS11N,ORTEGA.PE.ENV SP 1DODt2 00 SET ORJ SOWRITO GI,EGSER:L9 R..-�- wLair NA ,..CONVENTION CENTER DRIVE.NA.SEALN.ELM. NO. DATE REVISION ,APP.D „7A..,,,N, . FE NO.eo.sa SCALE.Al NOTED 1 MIAMI BEACH DETAILS-SHEETI Err!! O. aGKEn DAL. Dart.Ma_ NOTES REACH STANDARD DETAILS ARE PROVIDED ON PLANS FOR THE CONTRACTORS WAIN REAM. MI... nrn t•Itc s. I]AN.[.•4 . Y...Yr~1.[ Arz.po...pP• PERFORM ALLLLW HE N IN �E EXCLUSION OF A STANDARD PETAL IR.THESE .wr,Y fOv .w.,Y AC[ORSMKPIE TEpWIr�TIE CITY OF WAR REACH YI II�.�. J SIT J �IT� PUBLIC WORKS MANUAL SUI]WAR AND AR.....a IY I!i 1 ILS 1 IS)SHALL K RODS IE USED WHEW REST... 1 mam rlr.v wa wA R ucou..0 r m w, J I RESTIW S.NEW I. ADS,VALVES NO OINO ISECALUGS SNP.SE IO �� L R,..n..N. SPECIALS In'.N.'.,R a, WAVE..-Pi IV ..s HTRD) SI S REN n.ITRtl TRACER WIRE SHALL TERIA.TE.VALVE ROOS m..v m.D.1 wWM OF AFT OF CORED WIRE AT EACH vow .vA..v....Ni ,.".HW, MO �R v...ln ARM�vaHa� Ym Wd ,22009,110170 UT,":".."' aPral..m �LH YfM■ MOM or PUN VIEW .L m...N Y. • iaPr W. ] • ®•�v�..�,W..N room. . ��.� I ..- 1 PW ..,M w..., 1 t.tom SECTION=VIEW MIL I P.Ioa1NATO a.Han.a.[aMOO WNW.I,M'avN I ma- . Ramo M K co.am ow NO.TO ROW Wm.DT W.NT MIA�JAENO wRDE a 4 _ bP . __ 8 MIAMIIE/ I MIAINEAC U / yNPVAV COLLAR .. PP vNVER MTNTON METHOD A(TURF)O 1 VERLAP I--� 10"'"_ Ra" N.T.S. ��N4 '.a �n Tm.H 6_ .,a.W,..4. .- M ' s3 N. Weill NEIPIANINDT TO SCALE): METHOD B(TUBE)OVESI AP ,'1 99 : N�am� N.T.S. 1ZiI W e —........ 11 .,....V...r rII i± YB .ua,..... Qa 1 METHOD C(FLAT SHEET)OVERLAP yy q • • yi N.T.S. tl W VI iZ�J' 1 ■[ .YIFi w m,..NW!a,...m.m.a•a a w „JC y)�_ _ '. p+ El yDgY Eg I ,ww n�10a MI IL,IS lona uc.®u.mAcmm r. i „ I�'I Y A R v .ro.Wma_ir w<awa.�w.I.n.n� P.E SEAL: 5.Enna COM MAY IC 10.10 VD nanorr MOM ro Now.A.vac Nato_ A mow n Am RN ram/woo woo.Am Lamm MIM..a..mown.now. R. ..+. SINI Ia — OCEH FEEC.EENTP DR )¢)I DUCTILE RN PIPER AND RTND g: 1 II g 15 MIAMI /� __ fp E G Q3 . ADD . ia3 MIAMI�ACH a� _= 14-14 MIAMIBEACH LTV MEAGER.ALMA.ROOM ] Hazen ENGINEER DE RECORD ENONE RDP RECORD Ts VENETIAN CAUSEWAY WATER AND f1N_O..fZARD.O a0NEENUNEER W SEWER MAIN UPGRADES-PHASE 2 i.W.R.Yo ',RECTOR OONEa.PE 2213 WN eY A61 IIRCENTE WORKS DEPARTMENT C10EI.D.EER�C.STNAORTECM.PE..... "*"'' PD ler TJ.AAW TAVLoR I..DPA.TD HECKER.wOrmootwo• LS on ti. ,ISO CONVERTOR CENTER DRIVE NOW REACH,cLa,']y N PE E RA Mat Pam'..�_ 0...gMalt C-SO No. OATE KNOWN APw.sY o,.,.,,H K ROAM SCALE AS NOTED MIAMI BEACH DETAILS-SHEET 2 a LW et*sB d u >..v cs.. EN P.m c+em.w.n.Pn...•I,r.,mxlrsss NOTES . MN NEAGH S-AAGNala DETAILS ART PROVIDED MI w.ww0• AIL I ROY THL SL HE DIE OR.RADON TO PERFORM ALL WORK N ACCORDANCE AM IBMII MOR M.AT 1 IER IOW BA Immi•NI PPUBLI CI,C WORKS PAN,. _ Am RES-MAN.RODS METALS 1413.14 jj. • PO Art mot MO DM rw R RRI ELOMM 415,MALL BE EGALMS SHAG.BE USED IEN REETRNNII O W RESTRNNPENEW W FITTINGS VALVES AND TO AM • SPECIALS TAT WV • SECTION VIEW w AM1AM W �• D, G YAE .Ass PPE NTR N W_ =.) ,-'K w M4MI10Lw0[DUN.N AM....a 1w DOUBLiSSrtT am AN LD MANIESSsaSRAPS W Rr•STRAP . MOM AT 19p PAL (011.1 � DETAIL EM .P u ' CORPORATION s r ARP 10P I.MOW rOMMAY COMMAN.wl AT LYarsITAN sm u® +MP HUM AM rusIHM OT M. a. rt ' �w H.. raETm. 11Mo •.c i •Ec W mTIwT t.w .Dm NO MO I tr ON N=411 Av :I m,e N01 ON OnNT D.N MIAMISEAII � R,RNNDLHN�a 1;-5 MIAMI�JCH _AmommosemantiMer ,DTAER�.R..DPDRD ,az, . MUMI�A,m _= w R.N R.RD o , - VALVE ROM MID COLLAR No VALVE BOB A COGAN AS SNOWY ON 14-9. (REFER TO 14-9 AND 14-11) 14-10 AND 14-11 ATCH FASTING WATCH E16T. PAVEMENT -1 S SURFACE 1 �0`. i I I ,..:�"'---'� N Io=r MOT Dr TO SCALE): CONCRETE ALL MOUND 1C W PVC SGN.RO OR CO RISER 'I- •� I BRONZE VEAL E 1111 240 STREETET S SCH ELL �y POLYETHYLENE SHEET If MIL "BRASS PIPE(SCHEDULE BD) A SE.CATE VALVE(1.4) MN(BETWEEN RIM CAP HREADED AT BOTH ENDS -- (NON-RISING STEM) AND CONE.ANCHOR) C900 PVC DOER MIN IIII,=LL'C 3- Z-moss COUPLLN° Ile�e�I / 5IIl e* I'BRASS NIPPLE I.L MATER MAN IIII CONCRETE ANCHOR IIIL'AL z•90 BEND(BRASS) SECTION VIEW SHORT NIPPLE(BRASS) N.T5. RW M.I CAP TON M SHOWN SECTION VIEW H NOTES N T S. E SEAL I. AA RELEASE ROMS AND YAM BN MEWS MALL E Au®AND VNNTANEO N MAMA 1 ILL O.V®METALLIC SIMMS ARE TO PANT IF 113 NOT MARS COMET MOTOR MUST D PROPERLY BASED ON PM DIA.OPERATING PRS9.MF.ANO 1 Q COOTIW NC W(TE ff. E APPRO.,N.IOTNO BY M 01Y 0.luwN EMI PAW MOM DE MBENT 4.R¢ETMDE OR PVC PM MO WHAM NNE WED MEM E BRAY • MIAMI I , -.f. TYWF OAIE VALVE 14,e MIAMI E/bI _ .EA.MIMMOAUNE WIIET 10-4S MIAMIBEACH 4 ENGINEER DEMNE ROFRECORO TR NLL HIOHHx, C.MANAGER ALMA T.wIDAE . oEmcNEENFINEEREEL_ VENETIAN CAUSEWAY WATER AND FO Tim 4B0o.1.CSACCAN0 DIRECTOR ADE aoME>:PR ] BY SEWER MAIN UPGRADES-PHASE2 Me]RMM 1 DRAWN FrEBr E s UN CENTER VRODBRTMENT CVENONEERCN.OWAORTEO4.PEENN9P 1DNoa ADAPT TNRAW r N TAYLORa DOMMUTo cHECAER.Ls ALE MIAMI BEACH DETAILS-SHEET 3 �� ��M III CONVENTION CENTER DRIVE.MAN REACH,R.]]Ile NO_OAT REV.. APPO.AY «RN.r mT P.E.NO.BD45D SCALE AB NOIEO B Ft PFP CwmwannPNl.ugmu•xmZl T.vs • NOTES M AN IE H STANDARD DETAILS ARE PROVIDE° CONTRALTO.ON NAM 4.4 TM CONVEEEE I MEL EXCLUSION OF A STANDARD DECROM RESE NAM SHALL NO1 RIR EVE THE CONTRACTOR OF NM OR ALM•MUT ALL rOmL M rO.1.Ile R1110 MAM E OF mom, CMOF RIM P.00 WORSE MANUAL IMITM ME CITY OF ME EACH E. M'TOP SO L ...NEE REFER TO THE COP OF MEM EACH NE1C WORM MANUA SECT ION 10 F.SPECIFIC �aAME IS APPLY ira COAT `� ALK AIN RAMIE TO �w r Amo uwAN O1IML i4a.,4.HaM..b A!J#eN.fb1LLJ STRIPING Alo vcN.cE �r BAr(,)P7 Eon , e .o o M�P.it CE. O ', NIM ySE D�Oyr L{?. iiii uW3ON,PER A[y mom i m FOR TILER. RESTOATIO,REFER TD :,::: 4 OTY CC MIAMI BEACH THE WE COMAE mg ommL,Am ERN S RNS MANUAL X•„ V RN..OVALS PIPE INSTALLATION ♦,'{ STANDARD DETAILS SEc1WN NEW .. .. . A,1 1VANESM I ELLS »AL ALTAAPHALL a m m M MTUNCLITNINABEMOHOPlRAO..AmH � SECTION VIEW 11 L00.0 All.MST IN OEM TO PAESI.THE.600.T OF INF IRO. N.T.S. PTA,MOM CJna SVSTO MOT r NAMPO AV TM an O OMCNEE V AF APPRO.NIAW FORIOR ACE AL AMMO,NONT. STAMs OV Io-4 L PLAIIM AR WEAVE N.A. MOM..INF0114611. A.coNTRCTO LUST.7.6 OOM,TEST WINN MON m MM. t •• MIAMI �P.ACH � TYRE,PAVEMENT N o 1 . .11AMI ARMEN OREEN as AV CUM OMR LISI TTR w USE n RAN Aso 00Roc `1 TO r I' RELINE MALL. NmH EN aAa T.II DANCRETE MONO 1YSB�rrsrr= ALL Ea- MANHOLES/CROSSWALKS/JOINTS LANE ES PRQECTNO I.OR MORE ABOVE TIE RFACE pp aaal \�II��� .-= LANE AND GROSHALL HAW HAVING AN UNEVEN SURFACE WWI FAM AAv u R. KEY PLAN(NOT TOSCNES GREATER THAN 1 HE' AS RESULT OF CONSTRUCTION ' CONSTRUCTED SHALL AYE A N THE DE ASPHALT APRON CONSn OT A AS SHORN IN THE DETAIL BELOW. THIS DOES NOT APPLY ro TRENCH PLATES ON TRENCH COVER .,.,...,. SYSTEMS "i``i•ij`�i`�j`�y�i`•`�• ALL TRANSVERSE JOINTS THAT HAVE A DIFTERENCE IN ` ` " M'M R wtl�o ELEVATION DF 1.OR NONE.All HAVE A TEMPORARY »mTAR N .. ikikn AS SH 101 rA ASPHALT APRON CONSTRUCTED M ORN IN nIE DETAIL h -�q c011q BELO*. mVE L I � 'xI COL°PAT. Sr PW MORT PIPE srh29-` t OB m PER Md i ASPHALT APRON MI.IO CO MOO)FOR MANHOLE OR OTHER MAN(SAM) LM _X I u A O C OFt rTN Y MA Yr ABOVE GROUND BITUMINOUS PAz TO TM s MN) sue:wlGll1l r m:r wl YWu< OEISIALCRON TAO(COAT v'�.,.., Z I 1 TE PORARY SURFACE ---" moo To IMPE NOTNLATEN ME APRON IS TO BE REMOVED V NO ESTEE CERAMIC ( PRIOR TO CONSTRUCTING THE NEXT TLYC,IO» uNNG Ammo TIE MM 1 LIFT OF ASPHALT. I ' PRE com P.E.SEAL WIEL 1.OP A KO.TION FOR ARP AMARIM.11 1 IMTNLIC TEAM TO IC ON=EN NMI..faTEl. 1 EMTAJ.DEMO NOCE FON THEME EMS OL MANS I'•LIANA PRESSML MANI EL NNW r•INNIZIL OR MEN NMI N PVC OA ME. •ALL TOM MAR M!rll®BY Or O AMA BwI PwDANA MIAMI Ei r —' Mom==.. S MIAMI1EAQi _ ,�;, FJ.CAOBIMAO.JONTt TO'A ores . AUTOZIC AMnELEASEE VALVE MIAMIBEACH s ENO»EFR OF RECORD ENONEER°F RECORD•T_ NEICHAORN000. VENETIAN CAUSEWAY WATER AND wM...Bi.RGM 10° CITY MANNER:ALOE T.ENLOAK S sI" DEMON ENGINEER I Ili_ �IRECTM JDE aoAEz.PE - wN s..ADJ SEWER MAIN UPGRADES PHASE 2 WAN RAEM.o A PUBLIC WORM DEPARTMENT AN • CHECKER:IS TIRE A Wo O't.IL Too co0VE»TON CENTER DRIVE.YAM REACH GE.MMINI GIr ENwNEErcRIMnNA DRTEw.PE.ENM SP DATE Mo sE. TJrwN M TAYIDR J.wEMRIro. MIAMI BEACH DETAILS-SHEET 4 w� �N NO. DATE ARME N AIPD.BY I v+M.,n, P.E.NO.MESA SCALE N NOTE° ORE gr/ .._ SZ RI• Ommo LPN - EN Pro c tenviNaormOvarorovroxesiOVIIIS XMD X. —OM xNr:a KP K I44S IM130 -.wo 031aN N.V34 6..Y CM 3"d YLeaY NOIeN3b 31b0 ON B[:[[v aatiaw•A•MIN�0$YbO MftNOu 3A.OJ w.Fi L 133HS-S1IV13O AlNf1O3 3Otl0 IWMW ol:bwlo.r so s ..:1. .wnrl .34 on awn. as,w3'3a.o3.No yNus:tlJ N33woN3.:1J ,NXN:Nya —�j+w0 w.x.. y., a �...M 3LLL ET tl3NJNJ a.��,®�'•' e""N`•'4 Z 3SVHd-S30Va•Jdfl NIVW 23M3S MY.,.NNNw 3a 23N00 "30 N,,,,,,,.,,,'b,J ONVt131VMAVM3Sf1VONVI13N3A ocamowor. —0.��. .Non3a �r—H N HJYTEIWVIN QONo..-SJ...Or...NV yy Igi. 30 .404N3 ObOJ3tl i0 tl33NpN3 4 ''" 1 re ' w1YaN Jl13aa -..r,. .n 'n•M drab ApN3+l1tl0 313tl'NO] ..r.- ,�y�IOW A��fY-aLMOW�flBfld M "`��I A91113/Ii/J '�N3F1$3 Nnn nww ..N.n 3m z" }mkt uuNznno l.bAx a.a atl.aNbu .... M+^o•••+IN a lI sdrmt rmal5aaad I I�rI Mr. .... ...._ � �! - .«•. Om...w.. ltbAw aboa OYAN.A.- _ r , ,n w - Lyaa rnw ___ }r Mv4 ., .1.1 r .Yi '. -wraltr.•In MLb4�3'JYa67uW w� .0. -w.l... r�...�um�: •r'.�,r� OWN ..N.V4/NO1173S b-tl Nou.115 . No1 "' "w'.•NIP 1Y3i 3'd .wNwin a:.3nwa r..w.>.3a.. ' �...... .. .,............�`.....�..�..«.....:': .N.er. c o c _ ww. 3iuf T�TiIM tl ='• u"....r.rr. ...,. al u..::..«� atl ].1Q.YO MA 3Y.Y ..1.i1L*J..n.A TV. Verb.i 1TJQ1 YEbry WT.2 yy��ppyy. MOOS•{.An •���.�� Ol.a KYOM=iNFRAI ....+ �NINO.] ....1..1.OmOy1 ' 3�ldoad w+•w ram, =e. ri.d0bd Men 3..yN :y xxne-are io" ''di?ti9"a1 l°SMAO #NN.°' xNIND � ice .I Ilea n°"utld°°y4 AMA.. — . .sue . 1� `. ff RP 11 w.ayi 3,. AO XXV°woN a y .y. i. XV b °" • 4 ..N.N.utlN.N TT : J1 NOW*. Na mL�' sNo11 iM Tozivilg g+fee tl ! �i�8i i�IS�lID�i VI . IMP' >, f3TIJ9 cu.lONI NYL A�1 •li�� ---� I—�� —►' a7l�Ilw Au uY.«w� '�``'M w��o•e• sNw , it u i.I�fllrl/% -.--- —_N��\11�?: ��� , oN.ayo b3a I ti�� l-t + .. tYoryN 2 i �\\yu 4Nw -Ilu/' I // �",� ono •ul�i?" ''' =J.,• L ..., . ,N1.1.5 t. \�� a u wl I i • I I " ,........ 7 L- vo—+# I r� .w)L3M1 i I --P.. vIWILINIAI SN01103S19211 AWM0VO11 e '• .wfutlNOa I y- • L•LZ SIi131-01 311 -- 3�R ma .L.LZ YO3 WMF moo Y9p a UO!NOI1YW153b 1N31T3AYd �M' ��� a Np1Ytlp153tl JN3133AYd . >ogsNw C Y .wa.... i 3.u.awwNo yn ...A Bift 93 L\ L-,..� Y N e • .w>•x A.. I I 1 ' ��\. 4 i. '\ 111 , I _was- .. � - I �` _ \< q4r.- i I I f I 1 1 I 6 ...ems !N/ `'• . —I=r ~<:`a Wily MEM MI. MINI I ,a tl3.aA 4. �.3., mN n��41y gttW= $ri, 4 hit! 1 3 ' i-' !!!ile II ,43N.n....cY M3,.3N.ntl..Nla.otl raa ��I �4 Ili p �$ @ .J' I I I I I III I 1i ;\ �� ��iLi . � aN3J.rw ar 3Ny3 3,..3.01.1112110131111 [ • epyaq bill 3pO01.011]Otl.l h l i1 is 4 a .� • ' ` I yy 8F* V / . ,5,, +-.-e-e- —e-- • 3AYO0lMO1JNLLtli IM'3Mtlo01040. i i! { I y •' ,•, e..VJ 3wNo ...a \ �53tY Nan 0.3MiBLL.11.11.YbP,43N r. el 11 I if ii°- g:RAC I// I I I :...`<; . 1 . . , - ,43ay001VAM11.10111 N [ ti g°wawa AM. f�l•13 I - I I t• I 4.), _f ,— i �`:^: a■9■ 3o.a1...Niw 33.ae000y NI 4NoulaNO3 7 i i d b F i f / f.7 z,ii�9§ a ,I3a A;.y.SW. 3 ys ii; !• 0 T •- i� I exe• 3 MO 01.1uoN'.,.J a 4 i Q Y 1[ill I. I I I J// I I I 1.I 1 3N1isX 3. NO. € 1 �I • 7 (.� E H r" 1 30 'aiyi Nc.snlox,IONX.NO wabe �Y�� t�i i to 4 - 3bysIYl30[wo ,x.Nuo3iayayV.. : �.— 9S1 t R S31oN NOTES tr... 1 - P - 1 •• ; I...74 IS TS /1. i! , 1 -1 .... II" .5,4111 , I • --4— ,,. . —, - .• ,i _,. .. .. . ,-,...., _s_c___. - , NAM DADE COUNTY STANDARD DETAILS ARE PROVIDED ON TNE PLANS FOR NE CONMACTORS CONYEARENCE EXCLUSON OF A STANDARD DETAIL FROM THESE PUINS SNYL NOT REDEAD Ty. CONTRACTOR OF NIS=LIGATION TO PERE°. ALL MORK IR AIDOCIRED.C.E"MTN TME MIAMI DADE COUNTY PURIM WORDS MANUAL 2 AREAS WIRD VERDIAN WI AM DADE DLVO RIGNY-OF-WAY SHALL DE RESTORED TO DRCANAL CONOCO°.IN ACCORDANCE MTN MIAMI DADE 411:11 ! 2A , ... __,....._ ! i ifflird iI 8 APIiii l i '. r • f . I....... , ___....._.. .... .... . . If.._.A .. . ., rwir••0 surrtrk _, i --r' . . • • : 1. _ . .. .tai-LOSSMAIII: .. IMILX111i1.1211111 re I I COUNTY STNYOARD DETAILS li ..'' . _ !! A:allnia. 44 111... I .:- 2-.A..--.._, t i 1 . I/1,It6 ..:"A . D , il !.:T. ... 32,1 psi. ... - ,P. :,n 7-71 N.! 1 -r= I I • ,r: ---r7—astc to tmte: l''''''.7-4-- ' -1,-- - --Ir•—•1 WADY,*UM ...a1-...•,. fain AND awn!' • . •. ... ' 19. DRIVSMtir OAR , 1 . . CURS AND GUTTER ui ...I..., r . 1 - _ ...—. . 101.-raEllitLCIMI a 1- 2-1" . I , traArt.4,1 Tyaddisiii , .....c....., 1 ..,,AN MAURO DALAI 7Stau. ' :4116.' , :...7.L.,,,...7 ............ 7,..... , .7... , ..-.. ......b .,....'''''''.. R — ,,„ „„ CURD SECTIONS 4..„,,,"., , tem. CONSTRUCTION a I lc„-zx a:Lug— -•^ I 42 sEcnott___ .....,....• I_As._ 1.7.1 AYS PA-,‘ I t ' I il I . •- '. Pu1... 0,ST.0.0 CUR!ENDats soft I-.NO CLIP!'C 1 ! ? . ) , ,, i r AA woos.% iL7:4j'" 7r11 OTIOrt":).T......a2.,1, KEY PUN(NOT TO SCALE) .' i'r, flay TItrt,t - --Yr--,-, MAIL Of STANDARD CUP!EP40.4 PEP o - I. .: TYPE'A AND!MEDIAN CURD r * . . 101 . I . TT- I D.,....:78111:11.*.ss n;R:\-0::). 7-.7.— , s' II: • t • j. 1 N I. TYPE....MED,.CuRD . P.E SEAL. •••••• STANDARD ROAD a(/0A ' '''''.!....... A-Rw. •-A L-17-1 A•Thy's -DaLR.-— ALLEY GuTTER R 14.3 ....,.,........7.1 woman? 1:::'1 L" Iiit.1 Oft LIP! Eta:LIS " ' ...... SlABIBBAO• PC I4A L IN ENGINEER OE RECoRD EN.NEER OF RECORD. ,,, NEIGNSORHOOo VENETIAN CAUSEWAY WATER AND Wawa ADIROMIR CSARMADO sis . Hazen DESIGN ERGO..MD_ SEWER MAIN UPGRADES-PHASE 2 ...Moe . MIAMI BEACH CITY MANAGER AL.i MAN( DIRECTOR JOE GODES PE '7---- DRAwN ay AG, DILE RN Doak'ORM SET,,,, Be AVM TSYDAW ralet?..=rro run..“ .,,,,,,,,...,,,,,,, CH...0 L. MIAMI DADE COUNTY DETAILS-SHEET 2 RoDs — ODRA.DIA- -- ,p RID [MEE sEALES AMA amo I.E No ROMs SCALE AS NOTED OMR SP-33D- a.....ig_slies_ two.MIL— ,MO CONVENCON CEWEBB DRIVE LAMA BEACH Fl Jr), BM DATE REVISION MAO ISS k co.NW AA IA BBB:Cv"A‘eAreApientossAAzABA0021/425 ATTACHMENT C SUNBIZ& PROPOSAL RESPONSE TO ITB DIVISION OF CORPORATIONS Atibrg Dr voice,uf an of riuf.3w/r vJFlwtr'.wrkuly Qgpartment of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Foreign Profit Corporation QUALITY ENTERPRISES USA, INC. Filing Information Document Number F95000002550 FEI/EIN Number 54-0947002 Date Filed 05/25/1995 State VA Status ACTIVE Principal Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Mailing Address 3494 SHEARWATER STREET NAPLES, FL 34117 Changed: 11/04/2016 Registered Agent Name&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 12/04/2017 Address Changed: 12/04/2017 Officer/Director Detail Name&Address Title President& Director MURRELL, HOWARD J, Jr. 3494 SHEARWATER STREET NAPLES, FL 34117 Title Secretary MURRELL, STACEY L 3494 Shearwater Street NAPLES, FL 34117-8414 Title Chief Information Officer/Assistant Secretary Murrell,Allison B 3494 Shearwater Street NAPLES, FL 34117-8414 Title VP Gaudio, Louis J 3494 SHEARWATER STREET NAPLES, FL 34117 Title Construction Technology Manager Murrell, III, Howard J 3494 SHEARWATER STREET NAPLES, FL 34117 Title Director of Risk Management Murrell, Rachel S 3494 SHEARWATER STREET NAPLES, FL 34117 Annual Reports Report Year Filed Date 2021 02/03/2021 2022 01/20/2022 2023 01/23/2023 Document Images 01/23/2023--ANNUAL REPORT View image in PDF format _J 01/20/2022--ANNUAL REPORT View image in PDF format 02/03/2021--ANNUAL REPORT View image in PDF format J 02/10/2020--AMENDED ANNUAL REPORT View image in PDF format 01/15/2020--ANNUAL REPORT View image in PDF format 02/11/2019--AMENDED ANNUAL REPORT View image in PDF format 01/07/2019--ANNUAL REPORT View image in PDF format 01/24/2018--ANNUAL REPORT View image in PDF format 12/04/2017--Reg,.Agent Change View image in PDF format 07/21/2017--AMENDED ANNUAL REPORT View image in PDF format 05/02/2017--AMENDED ANNUAL REPORT View image in PDF format 02/06/2017--ANNUAL REPORT View image in PDF format 01/25/2016--ANNUAL REPORT View image in PDF format J 01/29/2015--ANNUAL REPORT View image in PDF format 01/08/2014--ANNUAL REPORT View image in PDF format 01/09/2013--ANNUAL REPORT View image in PDF format 01/06/2012--ANNUAL REPORT View image in PDF format J 11/08/2011--Reg Agent Change View image in PDF format 01/27/2011--ANNUAL REPORT View image in PDF format 02/05/2010--ANNUAL REPORT View image in PDF format 01/14/2009--ANNUAL REPORT View image in PDF format 09/26/2008--ANNUAL REPORT View image in PDF format 01/24/2008--ANNUAL REPORT View image in PDF format 02/05/2007--ANNUAL REPORT View image in PDF format 01/23/2006--ANNUAL REPORT View image in PDF format 01/12/2005--ANNUAL REPORT View image in PDF format 01/29/2004--ANNUAL REPORT View image in PDF format 02/06/2003--ANNUAL REPORT View image in PDF format 06/13/2002--ANNUAL REPORT View image in PDF format 02/06/2002--ANNUAL REPORT View image in PDF format I 04/03/2001--ANNUAL REPORT View image in PDF format 08/28/2000--ANNUAL REPORT View image in PDF format 04/30/1999--ANNUAL REPORT View image in PDF format I 02/03/1998--ANNUAL REPORT View image in PDF format J 04/21/1997--ANNUAL REPORT View image in PDF format 05/01/1996--ANNUAL REPORT View image in PDF format I 05/25/1995--DOCUMENTS PRIOR TO 1997 View image in PDF format J i�rcla DePartmc.r of S.a J vim..- ., ..i. 12/19/23,8:03 AM CITY OF MIAMI BEACH, FLORIDA BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION SECTION I -BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: Sdidtation Tltle: BID NUMBER PROJECT TITLE BIDDERS NAME'.Quality Enterprises USA,Inc. NO.OF YEARS IN BUSINESS'.54 NO.OF YEARS IN BUSINESS LOCALLY.28 NO.OF EMPLOYEES'.266 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE I.AST 10 YEARS.None BIDDER PRIMARY ADDRESS(HEADQUARTERS)'.3494 Shearwater Street CITY Naples STATE:Florida ZIP CODE 34117 TELEPHONE NO.239.435-7200 TOLL FREE NO.N/A FAX NO.239435-7202 BIDDER LOCAL ADDRESS.3494 Shearwater Street CITY'.Naples STATE'.Florida ZIP CODE.34117 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT,Louis J.Gaudio,Vice President ACCOUNT REP TELEPHONE NO.:239-435-7200 ACCOUNT REP TOLL FREE NO.:N/A ACCOUNT REP EMAIL'.LGAUDIOmQEUSA.COM FEDERAL TAX IDENTIFICATION NO.54-0947002 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation,all specifications,attachments,exhibits and appendices and the contents of any Addenda released hereto;b)to be bound,at a minimum,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)the bidder agrees if this bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Louis J.Gaudio Representative: Vice President file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 1/12 12/19/23,8:03 AM CITY OF MIAMI BEACH,FLORIDA SECTION 2-ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt LG Addendum 1 Addendum 6 Addendum 11 LG Addendum 2 Addendum 7 Addendum 12 LG 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. S,F(TION Z—OUFSTIONNIA RF 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. wnership percentage if Howard J.Murrell,Jr. 100% • See Attached Listing of Officers Under Tab 3 2.Provide at least three(3)references of work similar in size and nature as the work referenced in solicitation. Project No. BID NUMBER Project Title PROJECT TITLE Reference No.1 Firm Name:Collier County Public Utilities Contact Individual Name and Title: Pam Libby,Water Distribution Manager Address:4425 Progress Ave.,Naples,FL 34104 Telephone:239-253-0215 Contact's Email:PAMELA.LIBBY@COLLIERCOUNTYFL.GOV Narrative on Scope of Services Provided: Installation of utility piping ranging in size from 6"to 36",both Open Cut and Horizontal Directional Drills. file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 2/12 12/19/23,8:03AM CITY OF MIAMI BEACH,FLORIDA Reference No.2 Firm Name:City of Marco Island Contact Individual Name and Title:Mike Daniel,Construction Manager Address:50 Bald Eagle Drive,Marco Island,FL 34145 Telephone:238-825-9554 Contact's Email:MDANIEL@CITYOFMARCOISLAND.COM Narrative on Scope of Services Provided: Installation of utility piping ranging in size from 6"to 30"by Open Cut and Horizontal Directional Drill. Reference No.3 Firm Name:Q.Grady Minor Contact Individual Name and Title:Justin Frederiksen,P.E.,Director of Municipal Engineering Address:3800 Via Del Rey,Bonita Springs,FL 34134 Telephone:239-405-2046 Contact's Email:JFREDERIKSEN@GRADYMINOR.COM Narrative on Scope of Services Provided: Installation of utility piping&lift stations throughout S.W.Florida.Installation of pipes by Open Cut and Horizontal Directional Drills. Additional Reference Firm Name:City of Cocoa Contact Individual Name and Title:John Perrin,P.E.,Senior Engineer Utility Department Address:351 Shearer Blvd.,Cocoa,FL Telephone:321-433-8793 Contact's Email:JPERRIN@COCOAFL.GOV Narrative on Scope of Services Provided: Installation of utility piping ranging from 6"to 18"by Open Cut and Horizontal Drill. file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 3/12 12/19/23,8:03AM CITY OF MIAMI BEACH,FLORIDA 3.Has the applicant company's construction license(s)been revoked during the last five(5)years? ❑ YES Q NO If yes,why? 4.Have any owners,directors, officers,or agents of the applicant company had a license revoked during the last five(5)years? Q YES Q NO If yes,why? 5.Is the applicant company currently barred by a governmental agency,from bidding work as a prime or subcontractor? ❑ YES Q NO If yes,state debarment period and the reason(s)for debarment? 6.Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within the last five(5) years? ❑ YES Q NO If yes,why? 7.Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five(5)years? Q YES Q NO If yes,why? file:///F./PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 4/12 12/19/23,8:03 AM CITY OF MIAMI BEACH,FLORIDA 8.Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? Q I YES p NO If yes,state the name of the affiliate? 9.Is the applicant company a parent,subsidiary,or holding company for another construction company? Q YES p NO If the answer is"yes,"identify the company and type of relationship(s),below: =eriod of a 10. Is an owner,director,officer,or agent of the applicant company affiliated with another company? p YES Q NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Type of affiliation(e.g. individuals name affiliated company a na<< officer,director,owner or employee) Howard J.Murrell,Jr Quality Environment 29 years Owner Company,Inc. Howard J.Murrell,Jr. Earth View,LLC 19 years Owner Howard J.Murrell,Jr. QE Concrete,LLC 1 year Owner 11.Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five(5)years? Q YES 0 NO If yes,explain and attach,as applicable, the relevant case and court documents,including(but not limited to):the original petition,including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 12.Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director,officer, or agent filed for or been discharged in bankruptcy within the past five(5) years? Q YES p NO If yes,explain and attach a copy of the discharge order,order confirming plan and if a Corporate Chapter 7 case,a copy of the notice of commencement. 13. Has any owner, director, officer,or agent of the applicant company owned or managed a construction company under any other name in the last five(5)years? Q YES ® NO If yes,explain. 14.Has the applicant company been assessed or paid liquidated damages on any project during the past five(5)years,whether the project was publicly or privately owned? Q YES ® NO If yes,explain. 15.Are there currently any liens, suits, or judgments of record pending against any owner, director,officer,or agent for the company that is related to construction activities of a business organization? Q YES 5 NO file:///F./PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 5/12 12/19/23,8:03 AM CITY OF MIAMI BEACH,FLORIDA If yes,explain. file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 6/12 12/19/23,8:03AM CITY OF MIAMI BEACH,FLORIDA 16.Has the applicant company or any of its owners,officers,or partners ever been convicted(criminal)or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? YES NO If yes,explain. 17. Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES Q NO If yes,explain. 18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director,employee or agent,an employee of the City of Miami Beach? YES NO If yes,state name,title and share of ownership (%)of 0,. ., 19. 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.Does the applicant agree to be comply with this prohibition? YES NO file:///F/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 7/12 12/19/23,8:03 AM CITY OF MIAMI BEACH, FLORIDA 20.Is the applicant a small business concern owned and controlled by a veteran(s)(certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). YES p NO Certifying Agency ::ertrfication Type 21. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees and City volume greater than$100,000 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 supplier who works 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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees? a`r�§' 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? +n YES NO C. Please check all benefits that apply to your answers above and list in the"other'section any additional benefts not already specified.Note:s benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are prov directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Employees Firm Provides for Employees Firm does not Provide with Sna.:see with Domestic Partners Benefit Health yes yes Sick Leave yes yes Family Medical Leave yes yes Bereavement Leave yes yes 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? YES NO If yes,explain. file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 8/12 12/19/23,8:03 AM CITY OF MIAMI BEACH, FLORIDA 23.Financial Capacity.At time of request by the City,bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three(3)days of request.Bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualificat on Report(SQR)directly to the City. No proposal will be cons dered without receipt(when requested), by the City, of the SQR directly from Dun &Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: https:llsupplierportal.dnb.comlwebapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. 24. Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.F.R.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C.§ 1352(as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,000 and not more than$100,000 for each such failure.The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any. In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Louis J.Gaudio Representative: Vice President 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor, its principals(defined at 2 C.F.R.§180.995),or its affiliates(defined at 2 C.F.R.§180.905)are excluded(defined at 2 C.F.R.§180.940)or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 9/12 12/19/23,8:03 AM CITY OF MIAMI BEACH,FLORIDA By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Louis J.Gaudio Representative: Vice President 26.Suspension,Debarment,Or Contract Cancellation. Has bidder ever been debarred:suspended or other legal violation,or had a contract cancelled due to non-performance by an ublic sector agency? YES gg NO If answer to above is"YES,"bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses, as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? ❑ YES In NO 28.LGBT Business Enterprise Certification Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? E) YES Is NO 29.Cone Of Silence Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence° The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSl Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.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.gov By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three(3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachfl.gov/city-hall/orocurementorocurement-related-ordinance-and-orocedures/ Bidder will submit firm's Code of Business Ethics within three(3)days of request by the City? YES 0 NO Bidder adopts the City of Miami Beach Code of Business Ethics? E2 YES NO 31. Lobbyist Registration&Campaign Contribution ReQUIREMENTS This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (htSoLlllibraty.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIVSCAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration &Campaign Contribution Requirements. 32.NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://librarymunicode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 33. FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Recei... 10/12 12/19/23,8:03 AM CITY OF MIAMI BEACH, FLORIDA https://library.municode.comifl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 34. PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: https://www.flsenate.gov/Laws/Statutes/2012/287.133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Veteran Business Enterprises Preference Pursuant to City of Miami Beach Ordinance No. 2011-3748, https:l/library.municode.comlfl'miami beach/codes/code of ordinances? rodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOG000SE the City shall give a preference to a responsive and responsible bidder 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 and best bidder,by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two(2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB,RFP,RFQ, ITN or oral or written request for quotation,and sucn bids 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. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES "2 NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES NO CONTINUED ON THE FOLLOWING PAGE. file:///F./PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Receiv... 11/12 12/19/23,8:03 AM CITY OF MIAMI BEACH,FLORIDA 36.Sub-Contractors Providing Services to this Project: Name: Professional Quality Striping Tel: 305-846-9289 Line Striping under 1% Email: YOBANYG@PQSTRIPING.COM Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: file:///F:/PURC/Solicitations/2024/2024-018-DF ITB Venetian Cswy Water Main and Sewer Force Main Replace/05-Proposals/2-Proposals Recei... 12/12 aim- QUALITY TAB 1 MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Ron DeSantis,Governor Melanie S.Griffin,Secretary FI nda _ _ . 1 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INIXI R'; 10ENSING BOARD THE UNDERGROUND UTILITY &-EXCAATIOit` -HEREINIS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 449;FLORIDA STATUTES MURR LL, HO A D A4_ r. QUALITY ENTERPRISES USA, INC. .:; 3494 SHEARWATER STREET y" NAPLE:, ',41 1 7 _ LICENSENUMBER::CUC057398 EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com ❑ 1 r.~R 0 . z, } * Do not alter this document in any form. {iJ O1. This is your license. It is unlawful for anyone other than the licensee to use this document. 0 • • �� _ Ron DeSantis,Governor Melanie S.Griffin,Secretary u + FI rids d , r A..f., ..... .., ,. .-":- STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIONINDUSTRYIACENSING BOARD THE BUILDING CON CTfi tIREI.N a IF.IED UNDER THE PROVISIONS OF CHAPTER 484.4- '1 R1t A=-STATUTES MURRELL HOWARD-J JR. QUALITY ENTERPRISES USA, 1N 3494 SHEARWATER STREET NAPLES Ft_ 34117 LICENSE;N JMBE(CBCA57231 I EXPIRATION DATE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com kDo'•T''; not alter this document in any form. +� " This is your license. It is unlawful for anyone other than the licensee to use this document. o6��1.v Quality Enterprises USA, Inc. City of Miami Beach Venetian Causeway Water Main and Sewer Force Main Aerial Crossings Replacements Phase 2 ITB#2024-018-DF Previous Experience of Bidder Project#1 Owner: Collier County Public Utilities Design Build 1-75 Utility Relocation Contact: Shon Fandrich, Collier County, (239) 315-2181 Value:$14,250,000.00 Completion Date: December 2021 Description:This project,which was centrally located in Collier County, involved the installation of over 20,000 LF of watermain piping, varying in size from 24" to 36" diameter, by open cut and Horizontal Directional Drilling(HDD). Drills involved the installation of 36" HDPE pipe with lengths of drills varying from 1500 LF to 3800 LF. All work self-performed by QE. Project#2 Owner: City of Melbourne Pineda Causeway Water Transmission Main Contact:Jennifer Spagnoli, City of Melbourne, (321)674-5761 Value: $22,553,579.00 Completion Date: November 16, 2023 Description: Installation of 40,000 LF of Water Transmission Main. Approximately 31,000 If was installed by Horizontal Directional Drill, consisting of 18" HDPE and 16" FPVC. Open cut of 9,000 LF of 16" PVC and Ductile Iron Pipe. Drills varied in length from 1,100 LF to 6,400 LF. The longest of the drills were accomplished by intersect method. Project also included 7 Jack and Bores. All work self-performed by QE except for Jack and Bores. Project#3 Owner:SWJR Land Development, LLC Olde Florida Offsite Utilities Contact: Brian Adams(239) 340-1096 Value: $10,678,645.00 Completion Date: Scheduled May 2024 Description: Installation of over 75,000 LF of watermain and forcemain by open cut and Horizontal Directional Drill. Approximately 50% of pipe installed by HDD. Project located along SR80 with close coordination with FDOT. All work self-performed by QE. Quality Enterprises USA, Inc. City of Miami Beach Venetian Causeway Water Main and Sewer Force Main Aerial Crossings Replacements Phase 2 ITB#2024-018-DF Previous Experience of Project Manager Protect#1 Owner: Collier County Public Utilities Design Build 1-75 Utility Relocation Contact: Shon Fandrich, Collier County, (239) 315-2181 Value: $14,250,000.00 Completion Date: December 2021 Description:This project,which was centrally located in Collier County,involved the installation of over 20,000 LF of watermain piping, varying in size from 24" to 36" diameter, by open cut and Horizontal Directional Drilling(HDD). Drills involved the installation of 36" HDPE pipe with lengths of drills varying from 1500 LF to 3800 LF. All work self-performed by QE. Project#2 Owner: City of Melbourne Pineda Causeway Water Transmission Main Contact:Jennifer Spagnoli,City of Melbourne, (321)674-5761 Value:$22,553,579.00 Completion Date: November 16, 2023 Description: Installation of 40,000 LF of Water Transmission Main. Approximately 31,000 If was installed by Horizontal Directional Drill, consisting of 18" HDPE and 16" FPVC. Open cut of 9,000 LF of 16" PVC and Ductile Iron Pipe. Drills varied in length from 1,100 LF to 6,400 LF. The longest of the drills were accomplished by intersect method. Project also included 7 Jack and Bores. All work self-performed by QE except for Jack and Bores. Project#3 Owner:SWJR Land Development, LLC Olde Florida Offsite Utilities Contact: Brian Adams(239) 340-1096 Value:$10,678,645.00 Completion Date: Scheduled May 2024 Description: Installation of over 75,000 LF of watermain and forcemain by open cut and Horizontal Directional Drill. Approximately 50%of pipe installed by HDD. Project located along SR80 with close coordination with FDOT. All work self-performed by QE. Quality Enterprises USA, Inc. City of Miami Beach Venetian Causeway Water Main and Sewer Force Main Aerial Crossings Replacements Phase 2 ITB#2024-018-DF Previous Experience of Superintendent Project#1 Owner: Collier County Public Utilities Design Build 1-75 Utility Relocation Contact:Shon Fandrich, Collier County, (239) 315-2181 Value: $14,250,000.00 Completion Date: December 2021 Description:This project,which was centrally located in Collier County,involved the installation of over 20,000 LF of watermain piping, varying in size from 24" to 36" diameter, by open cut and Horizontal Directional Drilling(HDD). Drills involved the installation of 36" HDPE pipe with lengths of drills varying from 1500 LF to 3800 LF. All work self-performed by QE. Project#2 Owner: City of Melbourne Pineda Causeway Water Transmission Main Contact:Jennifer Spagnoli,City of Melbourne, (321) 674-5761 Value:$22,553,579.00 Completion Date: November 16, 2023 Description: Installation of 40,000 LF of Water Transmission Main. Approximately 31,000 If was installed by Horizontal Directional Drill, consisting of 18" HDPE and 16" FPVC. Open cut of 9,000 LF of 16" PVC and Ductile Iron Pipe. Drills varied in length from 1,100 LF to 6,400 LF. The longest of the drills were accomplished by intersect method. Project also included 7 Jack and Bores. All work self-performed by QE except for Jack and Bores. Project#3 Owner:SWJR Land Development, LLC Olde Florida Offsite Utilities Contact: Brian Adams(239)340-1096 Value: $10,678,645.00 Completion Date: Scheduled May 2024 Description: Installation of over 75,000 LF of watermain and forcemain by open cut and Horizontal Directional Drill. Approximately 50% of pipe installed by HDD. Project located along SR80 with close coordination with FDOT. All work self-performed by QE. Ô � QU-1LITY TAB 2 BID PRICE FORM & BID BOND Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. The city will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates, after the deadline for receipt of bids. In the event of discrepancy between the sum of the items in the schedule of values and the total base bid, the Bidder agrees that the total base bid shall govern. In the absence of a numerical value for any item or division, the City shall interpret as no bid for the division, which may disqualify Bidder The allowance items that have been delineated below shall be used only upon the City's discretion, as needed. In the event that an allowance is not used in its entirety, any remaining balance shall be reflected on a deductive change order. TOTAL BASE BID TOTAL BASE BID AMOUNT $12,120,297.00 1 Indemnification of City $25.00 Off-Duty Police Officer Allowance $2,310,000.00 Materials Testing Allowance $250,000.00 Permit Allowance $430,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+OFF-DUTY POLICE OFFICER ALLOWANCE+MATERIALS TESTING ALLOWANCE+ PERMIT ALLOWANCE) $1 5,110,322.00 'See Section 0100, Sub-section 12. ADDITIVE ALTERNATES (In order of priority) Selection of-a difivc alters f suant to Section 0100, No. 10 Total Item '-- - ! . . • IJ-I-M Unit Cost • . --X-tJn t Cost NOT-APPLICABLE DEDUCTIVE ALTERNATES (In order of priority) Total Item -- - - • . . U I M nit Cost -_L �., NOT-APPLICABLE ICABI E End of Bid Price Form. BID BOND Page '1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, Quality Enterprises USA,Inc. as Principal, hereinafter referred to as Contractor, and Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%)of the Contractor's Total Base Bid amount of$ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery, tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.. 2024-018-OF Venetian Causeway Water Main and Sewer Force Title: Main Aerial Crossings Replacement Phase 2 WHEREAS, it was a condition precedent to the submission of said Bid that a cashier's check, certified check, or Bid Bond in the amount of five percent(5%)of the Total Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract, enter into a written Contract with the City for the performance of said Contract, within ten (10) consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be clue and payable to the City of Miami Beach and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 7th day of December 2023 PRINCIPAL: Quality Enterprises USA,Inc. (Co ctoi4lame. —- Signature Louis J. Gaudio Print Name(Principal) Vice President Title SURETY: Fidelity and Deposit Company of Maryland (Surety Name) Terri K.Strawhand Attorney-in-Fact(Print Name) Lit.hI 1f; rycv Signature 1 (Power of Attorney must be attached.) Bond Number: Bid Bond Obligee:City of Miami Beach, Florida 7,URICH t%IERIC.t\ INSURANCE COMPANY ('OLONIAI. t\tLitt('t\CAM \I.TI AND SURETY.COMPANY FIDE1,I1 1 \\I)DEPOSIT COMPANY OF\1 tRVLAND POWER Of ATTORNEY KNOW ALt.MEN BY THESE PRESENTS:That the ZURICH AMF:RICAN INSURANCE COMPANY,a corporatism oh`the State of Ness York.the COLONIAL AMERICAN CASUAL CY AND SURETY C't hMPANY.a corporation of the State of Illinois.and the FIDELITY AND DEPOSIT COMPANY OF MAR VI .\NI)a corporation of the State of Illinois(herein cullecti'ely called the"Companies").by Ruben D Murray.Vice President,in pursuance of authority granted by Article V.Section It,of the By-Lass of said Companies.which are set forth on the reverse side hereof and are hereby certified it,be in full tbrve and effect on the date hereof:do hereby nominate.constitute.and appoint Terri K.Strawhand ,its true and lawful agent and Attorney-in-Fact,to make.execute.seal and deliver.for and on its behalfas surety.and as its act and decut: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents.shall be as binding upon said Companies,as fully and amply,to all intents and purposes.as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICI I AMERICAN INSURANCE COMPANY at its office in New York, New York..the regularly elected officers of the COLONIAL AMERIC'AN CASUAL TY AND SURETY COMPANY at its office in Owings Mills.Maryland..and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at as office in Oa ings Mills,Maryland..in their own proper persons. The said Vice President dues hereby certify that the extract set fiynh tin the reverse side hereof is a true copy of Article V.Section g.of the By-Lams ot'said Companies.and is now in force. 1N \1 I I\FSS WI ll.RI-OF. the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZIRICH \MERIC \ 'NM RYNCE COMPANY, COLONIAL AMERICAN CAR ALIA t\D St RE CONIP\\V, and FIDEL,I\ t\U Itl.l'USIT COMP•1N1 OF MARI'LAND,this Mitt den tit Octnhcr VI a 21124 ;1 SEAE ' f±SEAL.'- =' ;I SEAL A CT EST: /.t Rt(II tlIEatlt t\t\St RAM I.(O11P.t\1 (1)1(I\I tl, ttii,Rt( t\( \\I •Yt.t\ %Nu Si tan c Otll't\1 IllWl I1'1 \\tl in,post; r 1)t11't\1 1)F\I$R1I AM) Br• Robes-►D.,Ihrnm-- Nee Pnes►linfr Br: Dast'n E.Brown Secr•ernn State of Nary land County of Baltimore Oil this loth Jay of 1)cruher, A,D _I) 3. helms the subscriber, a Notary Public of the State of Maryland. duly commissioned and qualified. Robert D.hurray,lice I'resideai and Dawn I..liruan.tieeretur)ut'the t'nmpantes to me personally known to h:the Individuals and uflicer'4 described in and who executed the preceding instrument.and acknoyskdtcd the execution of stems. and being Iss me doh sworn.depssseth and;with.that he-she is the said officer of the C'aenpam aforesaid.and that the seals affixed to the preceding instrument are the Corporate Seals of sad l ompattes and that the said Corporate Seals and the signature ans such officer Isere duty affixed and suhscnhed to the sand instrument M the authority and direction of the said Corporations IN tli81 INIt*N1 11 I II.Rf t It I have hereunto set m>hand and stilted my Official Seal the das and year first above%nurn Gt•'11t"4!c't't M. J K GENEVIEs'E M MAtSON • RANT?near . r`c oa r�s.c :1utl►enticih antis bond can he confirmed at bonds alitlatnr.ztirichna.cnm or-I I It-:a►-I79I1 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V.Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President.or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal. appoint attorneys-in-fact with authority to execute bonds, policies, recognizances,stipulations, undertakings, or other like instruments on behalf of the Company. and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto:and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I. the undersigned. Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate:and I do further certify that Article V.Section 8.of the By-Laws of the Companies is still in force. This Power of Attorney' and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors or the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held un the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney..,Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company " This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL .AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May. I990. RESOl VW: `That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President. Secretary.in Assistant Secretan of the Cnnipeny. whether made heretofore or herealler t+herever appearing upon a certified copy of any power of attorney issued by the Company.shall be valid and binding upon the Company +t itb the same force and effect as though manually affixed. iN TESTIMONY WHEREOF,1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 7th day of December . 2023 mot. ;'na SEAL"'- `i SEAL 't• SEAL I;� 1/14 9 PCPU•Ci— Ft+ Man lean Pethick Vice President TO REPORT A CLAIVi WITH REGARD TO A SURETY BOND,PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND,THE BOND NUMBER.AND Y OUR CONTACT INFORMATION TO: Zurich Surety('taints 1299 Zurich Way Schaumburg.IL 60196-1056 renortsfciaint .cizurichna,emu 800-626-4577 Authenticity of this bond can he confirmed at hondvalidator.zurichna.com or 410-559-8790 a' QUALITY TAB 3 OTHER BID FORMS LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form In accordance with Article III,Section 31-40 of the Miami Beach Code,all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,500,000 for(i)the construction,demolition,alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,500,000 which provides for privately-funded construction. demolition. alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation. it shall comply with the following. i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami-Dade County residents and seek to achieve a project goal of having thirty percent (30%)of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s)shall provide the residence address of each worker. Louis J. Gaudio Vice President Print Name of Affiant Print Title of Affiant Signature of Affiant Quality Enterprises USA, Inc. 12/18/2023 Name of Firm Date 3494 Shearwater Street, Naples Florida 34117 Address of Firm State Zip Code TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE, THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650. as Florida's own standards.The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors.The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF VALUES. NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Unit Unit Description of Measure Quantity Price Extended Method Sloping LF 780 $3,5Q__ $2,730.00 Sloping Total $2.730.00 Quality Enterprises USA, Inc. Name of Bidder Louis J. Gaudio Vice President orized Signature of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 gCost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form in order to be considered responsive.] UNANIMOUS WRITTEN CONSENT IN LIEU OF THE 2023 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF QUALITY ENTERPRISES USA, INC. The undersigned, being all the directors of Quality Enterprises USA, Inc. (the "Corporation"), pursuant to Virginia Code Section 13.1-685, hereby approve and consent to the following actions in lieu of the Annual Meeting of the Board of Directors: WAIVER OF NOTICE: Execution of this Written Consent will constitute full waiver of notice of the Annual Meeting of the Board of Directors of the Corporation for the year 2023. ELECTION OF OFFICERS: The following persons are elected to the offices following their names to serve until the expiration of their terms at the next annual meeting of the Board of Directors, or until their successors shall be duly elected and qualified: Howard J. Murrell, Jr. President Louis J. Gaudio Vice President Allison B. Murrell Chief Information Officer/Asst Secretary Rachel S. Murrell Director of Risk Management Howard J. Murrell, III Construction Technology Manager Stacey L. Murrell Secretary WHEREAS, the Director believes it is in the best interest of the Company to grant, without limitation, signing authority and the authority to conduct business on behalf of the Company to each of the following Officers: Howard J. Murrell, Jr., President WHEREAS, the Director believes it is in the best interest of the Company to grant authority to enter into and sign contracts on behalf of the Company to each of the following Officers: Louis J. Gaudio Vice President Allison B. Murrell Chief Information Officer/Asst Secretary Rachel S. Murrell Director of Risk Management Howard J. Murrell, Ill Construction Technology Manager Stacey L. Murrell Secretary RATIFICATION: All acts taken on behalf of the Corporation by the Corporation's officers since the last meeting of the Board of Directors are hereby ratified and approved. MINUTES: This Unanimous Consent shall be filed with and become a part of the Minutes of the Corporation. Effective date: January 1, 2023 INN I ),)*•5 7 /' 7/7/1 "1111 Date signed Howardi. Murr II, Jr. QUALITY ENTERPRISES _ __ _ ___ ___ _ ., State of Florida Department of State I certify from the records of this office that QUALITY ENTERPRISES USA, INC. is a Virginia corporation authorized to transact business in the State of Florida, qualified on May 25, 1995. The document number of this corporation is F95000002550. I further certify that said corporation has paid all fees due this office through December 31, 2023, that its most recent annual report/uniform business report was filed on January 23, 2023, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-third day of January, 4 2023 P°,°�'�+.. Secretary of tate Tracking Number: 8086436329CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed, https://services.sunbiz.org/Filings/CertificateOiStatus/CertircateAuthen ticatio n FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street TARED W.PERDUE,P.E. GOVERNOR Tallahassee,FL 32399-0450 SECRETARY May 16,2023 QUALITY ENTERPRISES USA, INC. 3494 SHEARWATER STREET NAPLES, FLORIDA 34117 RE: CERTIFICATE OF QUALIFICATION The Department of Transportation has qualified your company for the type of work indicated below. FOOT APPROVED WORK CLASSES: DEBRIS REMOVAL (EMERGENCY), DRAINAGE, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, PORTLAND CEMENT CONCRETE ROADWAY PAVING, RSR MINOR BRIDGES, SIDEWALK, CURB & GUTTER, DRIVEWAYS, UNDERGROUND UTILITIES (WATER, SEWER & FORCE MAIN) AND PUMP STATION. Unless notified otherwise, this Certificate of Qualification will expire 6/30/2024. In accordance with Section 337.14(4) , Florida Statutes, changes to Ability Factor or Maximum Capacity Rating will not take effect until after the expiration of the current certificate of prequalification (if applicable) . In accordance with Section 337.14(1), Florida Statutes, an application for qualification must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If the company's maximum capacity has been revised, it may be accessed by logging into the Contractor Prequalification Application System via the following link: BTTPS://fdotwpl.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. The company 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 the 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 the company has performed such work. All prequalified contractors are required by Section 14-22.006(3), E.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. S)incer,,elly, ,\f,/J - r7-7164, James E. Taylor II, Prequalification Supervisor Contracts Administration Office JTII:cq Improve Sofety Enhance Mobility Inspire Innovation www.fdot.gov 11/10/2020 E-Verify Employer Wizard-Company Information E-Verify Welearns Company User IC =MENU Jacquelyn Horeth OUALITV ENTERPRISES USA,INC JHOR2058 Company Information Company Namo Company ID Number Doing Business As(OSA)Name QUALITY ENTERPRISES 234219 — USA,INC DUNS Number Phyalcal Location Mailing Address Address 1 Addross I 3494 Shearwater St — Address 2 Address 2 City City Naples — Slate State FL Up Coda Lis Coda 34117 — County COLLIER Additional Information Employer Identification Number Total Numbor of Employees Parent Organization 540947002 100 to 499 — Administrator QUALITY ENTERPRISES USA INC Organization Designation Employer Category Federal Contractor wititoul FAR E-Verity Clause View l Edit NAICS Code Total Hiring Sites Totat Points of Contact 238-SPECIALTY TRADE 1 2 CONTRACTORS view!Edll View I Edit View I Edit View Original MOU Template View MOU Last Login:11/10/2 0 20 01 30 PM U S.Denartmeni oI Homeland Security Li S Cltiuensnio and Immigration ServIces Enade Pamanenl Tootlps Accessibility Download Viewers httpslie-verify.uscis.govlweblEmployerWizard.aspx 1,1 ACGR�® CERTIFICATE OF LIABILITY INSURANCE I DATE 3""' 6/28/2 THIS CERTIFICATE IS 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 INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject 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(s). PRODUCER CONTACT A Marsh&McLennan Agency LLC PHONE Marsh&McLennan Agency LLC FAX 222 Central Park Avenue,Suite 1340 iruc No,Eu1:757-456-0577 I IArc Not. Virginia Beach VA 23462 ,5DOREsS certificates@MarshMMA,com INSURERS)AFFORDING COVERAGE NAIC 0 _ INSURER A:Zurich American Insurance Company 18535 _ INSURED INSURER a:Evanston Insurance Company 35378 Quality Enterprises USA,Inc.& — Quali Environment Co Inc. INSURER C:Phoenix Insurance Company , 25823 3494 Shearwater Street INSURER D:Travelers Prop&Casualty Co of America 25674 Naples FL 34117 INSURER E,Travelers Indemnity Co of America 25666 INSURER F:Ascot Insurance Company 23752 _ COVERAGES CERTIFICATE NUMBER:1025025302 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1R TYPE OF INSURANCE ADOL SUER POLICY POLICY EXP LIMITS Mt D180 WVQ, POLICY NUMBER 1M10M10 1MMIDDLYYYYL C X COMMERCIAL GENERAL LIABILITY DTC07N91352APMX23 7l1l2023 7/1/2024 EACH OCCURRENCE DAMAGE TO RENTED 91,000,000 CLAIMS-MADE (X I OCCUR PREMISES LEo ocwrencet S 7G0,000 MED EXP IAny one person) S 10,000 PERSONAL d AOV INJURY S 1.000,000 — — GENL AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 2.000,000 1 POLICY n PRO- n LOC PRODUCTS-COAP/OPAGG S 2,000,000 OTHER S E AUTOMOBILELIABLLRY 8107N6721902326G 7/1/2023 711/2024 OOMeINEOSINGLELIMIT 5i.000,000 fEa accidanli X ANY AUTO BODILY INJURY(Per parson) S ,OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) S X IRREO X NON-0WNEO PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY (Per acCrdenll X Comp venous X Col various _ pip S 10.000 aggregate D X UMBRELLA LIAR X OCCUR CUP8N00458A2326 7/1/2023 7/1/2024 EACH OCCURRENCE 510.000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE 5 10.000,000 OEO I X RETENTIONS 1nJmn s A WORKERS COMPENSATION renewal or WC017931007 7/1/2023 7/112024 X STATUTE pTTUTE ERH USL&H Indudttd AND EMPLOYERS'LIABILITY Y IN ANYPROPRIETOR/PARTNERIEXECUTVE E.L.EACH ACCIDENT oFFICERIMEMBEREXCLUOE07 N I A S 1,000,000 (Mandatory In NH) E L.DISEASE-EA EMPLOYEE,S 1.000.000 If yea,describe undo DESCRIPTION OF OPERATIONS below _ E.L.DISEASE-POLICY LIMIT 11,000.000 5 Pdk4iorvProl L.abdy MMAENV001943 7/1/2022 7/1/2024 S2,000,000 each daps 82.500. Aggro F IrulaaauonFloaler IMMA231000174801 7/1/2023 711/2024 5200000 12,500 DEDED DESCRIPTION OF OPERATIONS r LOCATIONS/VEHICLES(ACORD 101,Addhlonal Remarks Schedule,may be attached It more swu fa required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. "FOR INSURANCE VERIFICATION ONLY" AUTHORIZED REPRESENTATIVE t I �1, Ill (-, .L,LAxoL ®1988.2015 ACORD CORPORATION All rights reserved ACORO 25(2016/03) The ACORO name and logo are registered marks of ACORD ATTACHMENT D INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) F. Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. G. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement.