Loading...
Contract w/Ebsary Foundation Co. Inc. CITY OF MIAMI BEACH PROCUREMENT DIVISION Interoffice Memorandum ~ - To: Robert Parcher City Clerk Date: February 8, 2007 From: Gus Lopez, CPPO Procurement Director Subject: CONTRACTS FOR ITB NO. 17-06/07 - FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE - 02 PILING AND RETAINING WALLS Four (4) copies of the above referenced Contract are attached for the Mayor's signature and execution. The insurance certificate has been approved by Risk Management and the City Attorney has approved the form and language for contract execution. Thank you for your prompt attention to this matter. Gus Lopez, CPPO Procurement Director rm ,?OOf- }&tf'f{ ^ 1 rl - 'f 7 !fJ/ 00600. CONTRACT CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as CITY, and Ebsary Foundation Company, Inc., hereinafter referred to as CONTRACTOR. WIT N E SSE T H, that CONTRACTOR and CITY, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK CONTRACTOR hereby agrees to furnish all, unless specifically stated otherwise, labor, materials, equipment, supervision, mobilization, demobilization, survey, services and incidentals necessary to perform and complete the work to the full intent as shown or indicated inion the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 CONTRACTOR shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. CONTRACTOR shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until CONTRACTOR's submission to CITY of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1 .1. The receipt of all necessary permits by CONTRACTOR and acceptance of the schedule duration as stated herein and acceptance and approval of CONTRACTOR'S List of Deliverables, Project Schedule, Mobilization Plan, Safety & Health Manual, Quality Control Manual, Risk Management Plan, Schedule of Values, and attendance at the Pre- Construction Conference to review general administrative requirements, and to review in detail the Scope of Work and CONTRACTOR'S "Base Line" Project Schedule is a condition precedent to the issuance of the Second Notice to Proceed to mobilize on the Project Site and commence with the physical construction of the Work. BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 66 The CONTRACTOR shall submit and have approved by the PROGRAM MANAGER all necessary documents required by this provision prior to the issuance of the second Notice to Proceed as set forth below: ttt::~:tt\ttttt\tt}}JJ:\tf)t)t:Jt :tt::j:)tJ({)J(JJ(J (?J:::::tt:J:::tt:t/tJ:j::::::::( ....:r.otli$ijbii'ilftiiile...~emt.;:;;~ija!NTRf ~I~ii;l;~~;~~ I~.f: ..:(g~!ift. ;;~!(t:\;."ln: ......................................... . ..AWiltdPlll.... ;~!!~._I!. ..:~~lllli;iIi.il~~11 List of Deliverables Performance Bond Pa ment Bond Certificates of Insurance Contractor's License Risk Mana ement Plan - Final Mobilizaton Plan - Draft Pro"ect Schedule - Draft Quail Control Manual - Draft Saf & Health Manual - Draft Schedule of Values - Draft Mobilizaton Plan - Final Pro"ect Schedule - Base Line Quali Control Manual - Final Saf & Health Manual- Final Schedule of Values - Final x X X X X X X X X X + 21-da 8 + 21-da 8 + 21.da 8 + 21-da 8 + 21-da 8 +21- da 8 Construction NTP X Notes: * For the purposes of this schedule, the term "Contract Award" shall be the last date of execution of the Contract by both parties. ** For the purposes of this schedule, the reference to "Day" or "Days" shall refer to calendar days. 2.2 Time is of the essence throughout this Contract. This Project shall be substantially completed within Eighty-Nine (89)calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within Thirty (30) calendar days from the date certified by CONSULTANT as the date of Substantial Completion. BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 67 2.3 Upon failure of CONTRACTOR to substantially complete the Contract within the specified period of time, plus approved time extensions, CONTRACTOR shall pay to CITY the sum of TWO THOUSAND DOLLARS ($2,000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should CONTRACTOR fail to complete the remaining work within the time specified in section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, CONTRACTOR shall pay to CITY the sum of TWO THOUSAND DOLLARS ($2,000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to CITY for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by CITY as a consequence of such delay, and both parties desiring to obviate any question of dispute conceming the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. 2.4 CITY is authorized to deduct liquidated damages from monies due to CONTRACTOR for the Work under this Contract or as much thereof as CITY may, in its sole discretion, deem just and reasonable. 2.5 CONTRACTOR shall be responsible for reimbursing CITY, in addition to liquidated damages, for all costs incurred by CONSULTANT in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. CONSULTANT construction administration costs shall be pursuant to the contract between CITY and CONSULTANT, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due CONTRACTOR for performance of Work under this Contract by means of unilateral credit change orders issued by CITY as costs are incurred by CONSULTANT and agreed to by CITY. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 68 ARTICLE 3 THE CONTRACT SUM [] This is a Unit Price Contract:- 3.1 CITY shall pay to CONTRACTOR the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] ml!lj~ijj\ilitlrilitistlrili!D6htiiicillt 3.1 CITY shall pay to CONTRACTOR for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. -tl2!!!.: SeFl'le Pr:ejests iRsllolE!e lletR loIRit pFieas aRE! 11oIFI'Ip SlolFl'lS iR \'.'RiSR sase lletR E:sritjsIU: €I=lall a~ply 19 tAB WSFI{ iaeAtifiea fer 99,1:1 ty~8 sf C9F1tFa't. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 69 ARTICLE 4 PROGRESS PAYMENTS 4.1 CONTRACTOR shall submit at the end of each and every month an Application for Payment for work completed during the current month. 4.1.1 CONTRACTOR shall submit to the PROGRAM MANAGER a draft pay application for his review. The PROGRAM MANAGER and CONS U L T ANT shall review the draft application with CONTRACTOR and resolve any differences prior to submitting the months formal pay application. 4.1.2 PROGRAM MANAGER and CONSULTANT shall make every effort to ensure that each pay application is reviewed and a recommendation to OWNER is completed within five (5) working days from receiving a complete, correct pay application that is properly executed. 4.1.3 OWNER shall upon receipt of a written recommendation for payment from PROGRAM MANAGER ensure payment to CONTRACTOR within sixty (60) days. CONTRACTOR'S application shall be in the format approved prior to the Second Notice to Proceed. Each application shall provide supporting evidence as may be required by CONSULTANT. CONTRACTOR shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule, with a copy of a current "Errors Report" identifying no errors, acceptable to CONSULTANT, as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to CONSULTANT for approval. CITY shall make payment to CONTRACTOR within thirty (60) days after approval by CONSULTANT of CONTRACTOR'S Application for Payment and submission of an acceptable updated progress schedule. 4.2 Ten percent (10%) of all monies earned by CONTRACTOR shall be retained by CITY until Final Completion and acceptance by CITY in accordance with Article 5 hereof, except that after ninety percent (90%) of the Work has been completed, the Contract Administrator may reduce the retainage to five percent (5%) of all monies previously earned and all monies earned thereafter. Any reduction in retainage shall be in the sole discretion of the Contract Administrator, shall be recommended by CONSULTANT and CONTRACTOR shall have no entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit of CITY. All requests for retainage reduction shall be in writing in a separate stand alone document. 4.3 CITY may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 70 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against CONTRACTOR or CITY because of CONTRACTOR'S performance. 4.3.3 Failure of CONTRACTOR to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by CONSULTANT for extended construction administration. 4.3.6 Failure of CONTRACTOR to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from CONTRACTOR that the Work is ready for final inspection and acceptance, CONSULTANT shall, within ten (10) calendar days, make an inspection thereof. If CONSULTANT and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by CONSULTANT, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, CONTRACTOR shall deliver to CONSULTANT a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of CONTRACTOR, and CONSULTANT so certifies, CITY shall, upon certificate of CONSULTANT, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 71 conditions governing final payment, except that it shall not constitute a waiver of claims. . 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of CONTRACTOR prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by CONTRACTOR, except those previously made in strict accordance with the provisions of the General Conditions and identified by CONTRACTOR as unsettled at the time of the application for final payment. ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public Entitv Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the CITY, may not submit a bid on a contract with the CITY for the construction or repair of a public building or publiC work, may not submit bids on leases of real property to the CITY, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the CITY, and may not transact any business with the CITY in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation. of the CITY purchase and may result in Contractor debarment. 6.4 I ndeoendent Contractor CONTRACTOR acknowledges that it is an independent contractor under this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be subject to the supervision of CONTRACTOR. In providing such services, neither CONTRACTOR nor its agents shall act as officers, employees, or agents of the CITY. This Contract shall not constitute or make the parties a partnership or joint venture. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 72 6.5 Third Party Beneficiaries Neither CONTRACTOR nor CITY intend to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices 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 until changed in writing in the manner provided in this section. For the present, the parties designate the following: For CITY: Procurement Division 1700 Convention Center Drive Miami Beach. Florida 33139 Attn: Gus LODez. Procurement Director With copies to: City Attornev City of Miami Beach 1700 Convention Center Drive Miami Beach. Florida 33139 SteDhen Baumal Proaram Manaaer URS CorDoration 7650 COrDorate Center Drive. Suite 401 Miami. Florida 33126-2665 For Contractor: Mr. Scott Efele. Vice President Ebsarv Foundation ComDanv. Inc. 2154 NW North River Drive Miami. Florida 33125 6.7 Assianment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, CONTRACTOR shall not subcontract BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 73 any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. CONTRACTOR represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to CITY's satisfaction for the agreed compensation. CONTRACTOR shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of CONTRACTOR's performance and all interim and final product(s) provided to or on behalf of CITY shall be comparable to the best local and national standards. 6.8 Materialitv and Waiver of Breach CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. CITY's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering Into this Contract, CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. CONTRACTOR, shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 74 the same or similar formality as this Contract and executed by the Board and CONTRACTOR. 6.12 Prior Aoreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 75 IN WITNESS WHEREOF, the parties)rclve year first above written. / / et ;heir hands and seals the day and / / l~tJ ()A.~ City Clerk Robert Parcher , David Dermer CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NONCORPORATION FORMAT, AS APPLICABLE. [If incorporated sign below.] ATTEST: Arat~ ______ By: . (Corporate Seal) (Sign re) 1?, vJ. EI3SA~ /lcS/DPr1j ( (Pri~ame a~TitI )) dJb -day of ,IAA IIJA!<-f ' 20Q.2... [If not incorporated sign below.] APPROVED AS TO FORM & LANGUAGE & FOR CUTlON 2-11:- Date WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) _ day of ,20_. CITY REQUIRES FOUR (4) FULLY-EXECUTED CONTRACTS, FOR DISTRIBUTION. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 76 JtJO ,.... ? (P <f Lf 7 p 1 H - 1/'7)07 CITY CLERK INVITATION TO BID FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02 PILING AND RETAINING WALLS ITB # 17-06/07 BID OPENING: December 20, 2006 Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miomi Beech, Fl 33139 www.miamibeachfl.gov f:\PURC\$All\Romon\bids\07\1TB-17-06.Q7..parkiFlg Garoge-Phase 2\11B-ll..Q6..07Phase2.do(; C9 MIAMIBEACH <9 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 17-06/07 ADDENDUM NO, 4 December 20, 2006 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS is amended as follows: I, FOllowing are answers to questions from prospective bidders. Q. The minimum requirements state, the General Contractor will be required to self perform, at a minimum, seventy five percent (75%) of the work. Because the work only consists of piles and pile caps and since the piles will make up more than 25% of the work, it is impossible for us or any other general contractor to meet this requirement unless they have a specialty license to self-perform the Pile Work. This requirement will limit the bidders to Pile Contractors only. Our intent was to self perform all of the concrete work and subcontract the piles to a piling subcontractor. How can we as a General Contractor or any other Contractor bid this project and still meet the minimum requirement? A, The majority of the work, in excess of 95% as identified in the official estimate produced by the project AlE, included in this specific bid package can only be performed by companies specializing in piling, i,e having the expertise, experience and specialized equipment. As such the City takes the position that, it has the right to require contractors to meet reasonable requirements, related to experience and expertise, in order to be eligible for consideration when bidding specialized work. a. What is the pile cap depth for the 16" OIA - 19 PC at the top of sheet S-308? No depth is provided. A. The pile cap depth is identified on dwg, S-308A as T=43" Q. Are we to assume that the 16" OIA - 46 PC (Cont) on sheet s-309 is the same pile cap as 70 PC (Cont) on sheet S-200? If so, are there 46 pile caps or 70 pile caps? A. 16" Dia. 46 -PC is shown in two parts on S-309A. a. What is the pile cap depth for 16" OIA-46 PC (Cont) on sheet 8-309? No depth is provided? A. The pile cap depth is identified on dwg. S-309A as T=43" V"/e ore committed to providing exceiien! public service ond SOfe)i 10 uli ~vh() five, \Vor.i:, Gnd piGy In our 'o/ibront !ropicol. his!OfiC communiiy Q. Is 14" DIA - 2PC (Cont) used on this project? If 50, where is it located on the floor plan? A. See Dwg. S-200A column line 11. Q. No PC details are shown for 6 PC (SP) and 8 PC (SP). Should we assume that these pile caps are the same as 6 PC and 8 PC respectively? A. 6-PC (SP) is shown on Dwg. S-309A. There is 8-PC (SP) on dwgs. a. Please clarify if pile cut-off will be included in Bid Package 02. A. Pile cut-off is included in the bid. Bidders are required to aCknowledge this Addendum on ITB document Page 144, "Acknowledgement of Addenda", or the proposal may be considered non-responsive. CITY OF MIAMI BEACH L- Gus Lopez, CPPO Procurement Director rm F:IPURCI$ALLIRomanlbidsI071ITB-17-06-07 -Parking Garage-Phase 21itb-17 -06-07 A4.doc \/vo or,':: committod 10 providing 8\ce/fer':! public service ond soFo'li to 011 who five, '.\fori., nnd pioy in our vibrant, tropicClI, his/o!ic communlly lD ..... MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochH.gov PROCUREMENT Division Tel: 305-673-7490, Fox: 305-673-7851 INVITATION TO BID <ITB) NO. 17-06/07 ADDENDUM NO.3 December 20, 2006 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS is amended as follows: I. The bid due date has changed from December 21 to December 22, 2006 at 3:00 pm Inasmuch as this change does not materially affect the ITB document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH ~ Gus Lopez, CPPO Procurement Director rm F:IPURCI$ALLIRomanlbidsI07\ITB-17 -06-07 -Parking Garage-Phase 21ilb-17 -06-07 A3.doc liVe we committed 10 providing excellenl public SOf\','U? ond safely to ali who livo, work, ond p'Oy in our \lib/ont, iropicof, hisloric commu(!jfy' It\ 'IIIlIIJF MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.mlamibeachR.gov PROCUREMENT Division Tel: 305-673-7490, Fox: 305-673-7851 INVITATION TO BID (ITB) NO. 17-06/07 ADDENDUM NO.2 December 15,2006 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS is amended as follows: I. The bid due date has changed from December 20 to December 21, 2006 at 3:00 pm II. The fOllowing are answers to questions from prospective bidders. 1. Q. Please verify that single piles marked "1 Pare 14" piles. A. All piles are 16" in diameter, including those marked 1P. 2. Q. Please verify the required design capacity of single piles marked "1 P". A. Capacity is as indicated on the general structural notes. 3. Q. Please verify the required steel reinforcing for single piles marked "1 P". A. Reinforcing is as indicated on the general structural notes. 4. Q. If single piles are 14" piles, we assume that we could install them as 16" piles and forego any additional load testing that would be required if a 14" pile was used. Please verify. A. All piles are 16" inches in diameter including those marked "1P". 5. Q. SheetA-4.21, Section 6, South Retaining Wall- Is floor drain and pipe in dumpster enclosure to be included in this bid package. If so, please provide details. A. Provide a 16"x16"x6' deep foam knockout centered on the location shown for the drain. Provide a 3" Schedule 80 PVC pipe vertical centered on the knockout and cap it flush to top of the slab. This 3" vertical should extend down to clear the bottom of the pile cap. Provide 90 degree elbow and a horizontal extension to the southwest with 2% fall until clear ofthe pile cap by 12". Cap the pipe at this location and stake the location for future use. VVe ore conwHl/ed 10 providing excdlen! pubiic ~er\/IC( ,me' yldy 10 al! whO' live.. 'VOlt and pio\, in (Jl,if vibronf Iropico!, i;is,I(xiC communir!' 6. Q. Sheet S-301, Note 4-Pile reinforcing steel embedment length into pile caps specified as 2'-6" for #6 bars and 4'-0" for #8 bars which are the bars that comprise the compression pile cage. This embedment length differs from details A-S305A on S- 305-A which specifies 3'-0" for compression piles. Which embedment length is required for compression piles? Pile cap thickness range from 3'-0" to 6'-0". Is a hook required on pile reinforcing steel in those pile caps whose depths are less than the required embedment length? A. Pile embedment shall be as indicated on the general structural notes, not as indicated on drawing S-305A. If pile depth is less that the embedment length, the depth of the pile cap shall control. No hook bars are required. 7. Q. Sheet S-301, Note 4-No pile reinforcing steel embedment length into pile caps is specified for #7 bars which comprise the tension pile cage. The detail A-S305A On S- 305A specifies 4' -0" for tension piles. Is this correct? Pile cap thicknesses range from 3'-0" to 6'-0". Is a hook required on pile reinforcing steel in those pile caps whose depths are less that the required embedment length? A. Embedment length for tension bars, #7, shall be 4'.0". Shear wall pile caps, where most of the tension bars occur are deeper that 4' -0". At the hold down piles hook reinforcing steel. 8. Q. The advertisement refers to two (2) retaining walls however the scope of work as stated in the bid specifications only refers to Piles and Pile Caps. Question: Are the two retaining walls to be included with the bid? A. Yes, the two retaining walls are to be included in the bid. Inasmuch as this change does not materially affect the ITB document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH ~ Gus Lopez, CPPO Procurement Director rm F:IPURCI$ALLIRomanlbidsI071ITB-17 -06-07 -Parking Garage-Phase 21ilb-17 -06-07 A2.doc \iV'", ore comrr;lffed to prov.'cf.;ng e'\cdfen! $f':rvice ond sdery to ail who live, wort ond pioy in OUIl/brant, !ropiC'.lJ. hlsloric co!nmun/!;i lD ..... MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochfl.gov PROCUREMENT Division Tel: 305-673-7490, Fax: 305-673-7851 INVITATION TO BID (ITB) NO. 17-06/07 ADDENDUM NO.1 December 13, 2006 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS is amended as follows: I. Please delete section 900.12 of the Supplementary Conditions found on page 127 of the front-end document related to EBuilder. It has been decided that EBuilder will not be used in Bid Package 02, II, All bidders are advised that the Technical Review Committee will be scheduling interview meetings the first week in January in reference to this ITB. Bidders are to coordinate with their team members so thatthey will be available for interviews the first week of January 2007, Inasmuch as this change does not materially affect the ITB document, bidders are not required to acknowledge this addendum to be deemed responsive. CITY OF MIAMI BEACH L- Gus Lopez, CPPO Procurement Director rm F:IPURCI$ALLIRamanlbidsI071ITB-09-06-07Iitb-09-06-07 A 1.doc \Ve 0.'(' committed 10 providing c;:cellenl public sOfl'icc ond sdefy 10 011 wi,," /iVD. work, ond ploy in 0"( '>,ibron( irof1icul. Ii/storie c(',",;muII,:!Y TABLE OF CONTENTS PAGE NOTICE FOR BIDS..... .......... ...... ............. ............... ............. ...... ...... ...... ...... ................... 6 NO BID NOTIFICATION FORM ..................................................................................... 9 PLANS AND SPECIFICATIONS ORDER FORM.......................................................... 10 00100. 00200. 00300. 00305. 00310. 00315. 00400. 00405. 00407. 00410. GENERAL INSTRUCTIONS TO BIDDERS............................................. 11 DEFINITIONS..... ............... .................. ........... ......................................... 12 INSTRUCTIONS TO BIDDERS ...............................................................15 1. Examination of Contract Documents and Site............................... 15 2. Pre-Bid Interpretations ..................................................................15 3. Submitting Bids .............................................................................16 4. Printed Form of Bid .......................................................................16 5. Bid Guaranty .................................................................................16 6. Acceptance or Rejection of Bids ................................................... 16 7. Determination of Award................................................................. 17 8. Evaluation ..... ................. ..... ...... ...... .............. ..... ...... ...... .... ... ... ..... 17 9. Contract Price ............................................................................... 17 10. Postponement of Date for Presenting and Opening of Bids.......... 17 11. Qualifications of Bidders ............................................................... 17 12. Addenda and Modifications........................................................... 18 13. Prevailing Wage Rates.................................................................. 18 14. Occupational Health and Safety.................................................... 18 15. Environmental Regulations ...........................................................19 16. "Or Equal" Clause .........................................................................19 17. Protested Solicitation and Award .................................................. 19 18. Financial Stability and Strength..................................................... 19 19. Equal Benefit Ordinance ............................................................... 20 TECHNICAL REVIEW PANEL SELECTION CRITERIA! SELECTION PROCESS .......................................................................... 29 BID SUBMISSION REQUiREMENTS...................................................... 30 BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS ........... 33 BI D/TENDER FORM..... ...................... ............ ............ ............ ................. 45 00500. 00520. 00530. 00540. 00550. 00600. 00708. 00710. 00720. 00721. 00735. 00740. 00800. TABLE OF CONTENTS (Continued) SUPPLEMENT TO BIDITENDER FORM QUESTIONNAIRE.... ................. .............................. ................................ 54 SUPPLEMENT TO BIDITENDER FORM NON-COLLUSION CERTIFICATE ..........................................................60 SUPPLEMENT TO BIDITENDER FORM DRUG FREE WORKPLACE CERTIFICATION .......................................61 SUPPLEMENT TO BIDITENDER FORM TRENCH SAFETY ACT........................................................................... 63 RECYCLED CONTENT INFORMATION ................................................. 65 CONTRACT. ..... ..... ... ..... ..... ..... ... ......... ..... ... ..... ...... ..... ...... ..... ........ ......... 66 Article 1. Scope of Work .......................................................................... 66 Article 2. Contract Time ........................................................................... 66 Article 3. The Contract Sum..................................................................... 69 Article 4. Progress payments................................................................... 70 Article 5.Acceptance and Final Payment ................................................. 71 Article 6. Miscellaneous ........................................................................... 72 FORM CERTIFICATE OF INSURANCE.................................................. 77 FORM OF PERFORMANCE BOND ........................................................78 FORM OF PAYMENT BOND................................................................... 81 CERTIFICATE AS TO CORPORATE PRINCIPAL .................................. 84 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT ................................................ 85 MIAMI BEACH CONVENTION CENTER EXIBIT SCHEDULE.............. GENERAL CONDITIONS ........................................................................ 87 1. Contract Documents ..................................................................... 87 2. Intention of City............................................................................. 87 3. Preliminary Matters .......................................................................87 4. Performance Bond and Payment Bond......................................... 90 5. Qualification of Surety................................................................... 91 6. Indemnification .............................................................................. 92 7. Insurance Requirements............................................................... 93 8. Labor and Materials ...................................................................... 96 9. Royalties and Patents ................................................................... 96 10. Weather ........................................................................................ 96 BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 3 TABLE OF CONTENTS (Continued) 11. Permits, Licenses and Impact Fees .............................................. 97 12. Resolution of Disputes .................................................................. 97 13. Inspection of Work ........................................................................ 98 14. Superintendence and Supervision ................................................ 99 15. City's Right to Terminate Contract ..............................................100 16. Contractor's Right to Stop Work or Terminate Contract .....................................................................102 17. Assignment ..... ... ..... .... ........ ..... ..... ... ..... ..... ..... ......... .... ... ... ...... ... 102 18. Rights of Various Interests .......................................................... 102 19. Differing Site Conditions.............................................................. 102 20. Plans and Working Drawings ...................................................... 103 21. Contractor to Check Plans, Specifications, and Data ............................................................. 103 22. Contractor's Responsibility for Damages and Accidents ............................................................. 104 23. Warranty. ..... ..... ... ... ...... ... ..... ..... ... ..... ..... ...... ..... ... ... ... ... ....... ...... 104 24. Supplementary Drawings ............................................................ 104 25. Defective Work............................................................................ 104 26. Taxes .......................................................................................... 105 27. Subcontracts ............................................................................... 105 28. Separate Contracts .....................................................................106 29. Use of Completed Portions ......................................................... 107 30. Lands for Work............................................................................ 108 31. Legal Restrictions and Traffic Provisions .................................... 108 32. Location and Damage to Existing Facilities, Equipment or Utilities .................................................. 108 33. Value Engineering....................................................................... 109 34. Continuing the Work.................................................................... 109 35. Changes in the Work or Terms of Contract Documents ............................................................... 110 36. Field Orders and Supplemental Instructions ............................... 110 37. Change Orders............................................................................ 110 38. Value of Change Order Work...................................................... 111 39. Notification and Claim for Change of Contract Time or Contract Price.................................................. 116 40. No Damages for Delay................................................................ 116 41. Excusable Delay; Compensable; Non-Compensable.............. ...117 42. Substantial Completion ...............................................................118 43. No Interest ..................................................................................118 44. Shop Drawings............................................................................118 BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 4 00900. 00920. 00922. 00923. 00925. 00926. 00930. 00950. 01000. 02000. 04000. 05000. 06000 TABLE OF CONTENTS (Continued) 45. Assignment ................................................................................. 120 46. Safety and Protection.................................................................. 120 47. Final Bill of Materials................................................................... 122 48. Payment by City for Tests ...........................................................122 49. Project Sign................................................................................. 122 50. Hurricane Precautions................................................................. 122 51. Cleaning Up; City's Right to Clean Up......................................... 123 52. Removal of Equipment................................................................ 123 53. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act............................................. 123 54. Project Records...........................................................................124 SUPPLEMENTARY CONDITIONS........................ ................................ 125 ADDITIONAL ARTICLES ............................... ........................................ 128 1. Prevailing Wage Rate Ordinance................................................ 128 2. Federal Grant Projects................................................................ 128 WAGE RATES ..................................................................... 129 STATEMENT OF COMPLIANCE (PREVAILING WAGE RATE ORDINANCE NO. 83-72)......................... 134 STATEMENT OF COMPLIANCE (DAVIS BACON ACT)............................................................................ 135 CERTIFICATE OF SUBSTANTIAL COMPLETION ............................... 136 FINAL CERTIFICATE OF PAYMENT ....................................................138 FORM OF FINAL RECEIPT................................................................... 139 DRAWINGS INDEX ...............................................................................141 ADDENDA AND MODIFICATIONS .......................................................142 TECHNICAL SPECiFiCATIONS.................................................. .......... 143 ACKNOWLEDGEMENT OF ADDENDA................................................ 144 CUSTOMER REFERENCE LISTING .................................................... 145 PROPOSED SUBCONTRACTOR LISTING INFORMATION ...............152 BID NO: 17-06107 DATE: 11/22106 CITY OF MIAMI BEACH 5 C9 MIAMIBEACH lQ - city of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamlbeachfLgov PROCUREMENT DIVISION Tel: 305.673.7490, Fax: 305-673.7851 PUBLIC NOTICE INVITATION TO BID (ITB) 17-06/07 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. on the 20th day of December 2006 for: MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS Scope of Work: The Scope of Work included in the construction of this Lump Sum Bid shall include but not be limited to fumishing all, unless specifically stated otherwise, labor, material, equipment, supervision, mobilization, demobilization, survey, overhead and profit, bonds, insurance, permits and taxes to complete the work to the full intent as shown or indicated in/on the Bid Documents. A brief description of the overall Project is as follows: Construction of a fully functional seven (7) level parking facility having six hundred fifty (650) parking spaces, approximately thirty two thousand (32,000) square feet of commercial space and associated site improvements. The Project is to be located on the East side of Meridian Avenue North of 17'h Street currently the "P" lot adjacent to 777 17'h Street. A brief description of Bid Package 02 - Piling and Retaining Walls Is as follows: A brief description of the scope of work includes but is not limited to: Piling and construction of two (2) retaining walls, to be located on the West side of City Hall, complete with piles and pile caps. Estimated Budget: $1,020,000 Minimum Requirements: Prospective Bidders shall be required to provide proof with their Bid of having satisfactorily constructed on schedule, as a General Contractor in the State of Florida, at least three (3) projects each in excess of seven hundred thousand dollars ($700,000) and of a complexity similar to that provided in the Bid Documents. General Contractor will be required to self perform, at a minimum, seventy five percent (75%) of the work. The General Contractor and their Sub-Contractors must have the required licenses to obtain all required permits to carry out and complete the Project. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 6 Bid Guarantv: A Bid Guaranty of 5% is required with bid submission. and the successful Bidder executing the Contract will be required to provide Performance and Payment Bonds in the amount of one hundred percent (100%) of the contract amount. Bidders will be required to submit a letter of intent, from an A rated Financial Class V surety company to bond the Project. At the time, date, and place above, bids will be publicly opened. Any bids received after time and date specified will be returned to the bidder unopened. The responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the bidder. The City is not responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Pre-Bid Conference will be held at 10:00 a.m. on December 8,2006 at the City of Miami Beach City Hall, 4th Floor City Manager's Large Conference Room, located at 1700 Convention Center Drive, Miami Beach, FL 33139. Attendance at the Pre-bid Conference is highly encouraged and recommended as a source of information but is not mandatory. The City of Miami Beach has contracted with Bid Net and is utilizing a central bid notification system created exclusively for state and local agencies located in South Florida. This South Florida Purchasing system allows for vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scripts/southflorida/public/home1.asp. If you do not have Intemet access, please call the BidNet(r) support group at 800-677- 1997 extension # 214. Interested bidders who would like to know particulars of this and other bids for the City of Miami Beach should view the City's Procurement Division's web page at http://www.miamibeachfl.aov/newcitv/depts/purchaselbidintro.asp Any questions or clarifications concerning this Invitation to Bid shall be submitted in wrltlnQ by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139 FAX: (305) 673-7851 no later than December 12, 2006. The Bid title/number shall be referenced on all correspondence. All responses to questions/clarifications will be sent to all prospective bidders in the form of an addendum. The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or bids. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 7 YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE, " IN ACCORDANCE WITH ORDINANCE NO. 99-3378. A COPY OF ALL WRITTEN COMMUNICATlON(S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO. 2000-23879. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE LOBBYIST FEE DISCLOSURE ORDINANCE NO. 2002-3363. YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE CAMPAIGN FINANCE REFORM ORDINANCE NO. 2003-3389. REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS - ORDINANCE NO. 2005-3494 CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director BID NO: 17-06107 DATE: 11/22106 CITY OF MIAMI BEACH 8 C9 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139. www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490, Fax: 305-673.7851 ITB No. 17-06/07 MULTIPURPOSE MUNICPAL PARKING FACIL TV BID PACKAGE 02 - PILING AND RETAINING WALLS NonCE TO PROSPECnVE BIDDERS NO INTEREST IN SUBMITTING A BID: If not submitting a bid at this lime, please detach this sheet from the bid documents, complete the Information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: _ Our company does not handle this type of product/service. _ We cannot meet the specifications nor provide an alternate equal product. _ Our company is simply not Interested in bidding at this time. _ Due to prior commitments, I was unable to attend pre-proposal meeting. _ Timely payment by the City is a concern. _ OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for this type or product and/or service. Signature: Title: Company: BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 9 ~QDO~M ~~~~ ATTN:ED LAMBERT FAX 305-325-1590 PHONE 305-324-1234 EX. 206 CITY OF MIAMI BEACH ITS # 17-06/07 MULTIPURPOSE MUNICPAL PARKING FACIL TY BID PACKAGE 02 - PILING AND RETAINING WALLS Authorized by: Roman Martinez Fax: 305-325-1590 $ $ $ $ *Any other copies or reproductions are additional to this price Price per SQ.FT $_ full size! half size $-P8r first copy & _ second copy Total (MINIMUM ORDER FOR FREE DELIVERY $20.00 PER DELIVER) COMPANYNAME: ORDER BY: Bill to: COD T-Square Acctt# 613204 Cash: Credit Card # Visa:_ Amex:_Master:_ Other: Ex. date In the name of: Authorization signature Ship TO: City State zip code Phone: _-_-_Fax:_ -_ -_ Contact name Title Received by: shipped by: UPS # FEDEX # Received by: .hipped by: UPS # FEDEX# Next day air _ Next day air .aver _Ground _Second day air AM _Second air Three day .elect Handling charge $ Order received by T -Square: Title: ANY QUESTION AT T-SQUARE, PLEASE CALL 305-324-1234 AND ASK FOR: Ed Lambert or Carmen Davila or reach Ed Lambert at elambert@t-square.com = Ext. 206 If you already have an account with T -Square please use your account # the order. to place BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 10 00100. GENERAL INSTRUCTIONS TO BIDDERS: 1. General: The following instructions and those set forth in Section 00300 herein are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. 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. 2. Scope of Work: The Scope of Work included in this Lump Sum Bid shall include but not be limited to fumishing all, unless specifically stated otherwise, labor, material, equipment, supervision, mobilization, demobilization, survey, overhead and profit, bonds, insurance, permits and taxes to complete the work to the full intent as shown or indicated inIon the Bid Documents. A brief description of Bid Package 02 - Piling and Retaining Walls is as follows: A brief description of the scope of work includes but is not limited to: Piling and construction of two (2) retaining walls, to be located on the West side of City Hall, complete with piles and pile caps. 3. Location of Work: The Project is to be located on the East side of Meridian Avenue North of 17th. Street, currently the "P" lot adjacent to 777, 17th. Street. 4. Abbreviations and Svmbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 11 00200. DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1. Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.2. Change Order: A written document ordering a change in the Contract Scope. 1.3. City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and lor for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. I n the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a govemmental body and shall not be attributable in any manner to City as a party to this Contract. 1.4. City Commission: City Commission shall mean the governing and legislative body of the City. 1.5. City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.6. Consultant: Architect or Engineer who has contracted with City or who is an employee of City, to provide professional services for this Project. 1.7. Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.8. Contract Documents Clarification: (Not Applicable) 1.9. Contract Administrator (Program Manager): The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Program Manager. 1.10. Contract Documents: The official documents setting forth Bidding information and requirements, General and Supplemental Conditions, drawings (plans) and specifications, the Notice for Bids, Addenda, if BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 12 any, the Bid Tender Form, the Bid Bond, the record of the award by the City Commission, the Performance Bond and Payment Bond, the Notice of Award, the Notice(s) to Proceed, the Purchase Order, Change Orders, Field Orders, Supplemental Instructions, and any and all additional documents the submission of which are required by this Project, are the documents which are collectively referred to as the Contract Documents. 1.11. Contract Price: The original amount established in the bid submittal and award by the City, as may be amended by Change Order. 1.12. Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the Contract, as may be amended by Change Order. 1.13. Contractor: The person, firm, or corporation with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14. Field Order. A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15. Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and to the best of Consultant's knowledge, information and belief the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16. Inspector. An authorized representative of Consultant or City assigned to make necessary inspections of materials furnished by Contractor and of the work performed by Contractor. 1.17. Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.18. Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.19. Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 13 1.20. Program Manager: The City has contracted the services of URS Corporation as the Program Manager for this Project who will act as the Contract Administrator. 1.21. Project: The construction project described in the Contract Documents, including the Work described therein. 1.22. Project Initiation Date: The date upon which the Contract Time commences. 1.23. Project Manual: Please refer to item 1.10 - Contract-Documents. 1.24. Resident Project Representative: An authorized representative of Consultant or Program Manager assigned to represent Consultant or Program Manager on the Project. 1.25. Subcontractor: A person, firm or corporation having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely fumishes Materials not so worked. 1.26. Substantial Completion: 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 or Certificate of Completion must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.27. Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.28. Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. 1.29. RFI: Request for Information (RFI). When the CONTRACTOR, during the course of construction, is uncertain regarding the interpretation of a specific item in the plans or technical specifications he shall immediately bring the issue to the attention of the PROGRAM MANAGER. The Program Manager shall review the question and if not able to find the answer to the question in the plans and specifications the CONTRACTOR shall generate an RFI stating his question and submit it to the PROGRAM MANAGER who shall forward it to the CONSULTANT for a response. BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 14 00300. INSTRUCTIONS TO BIDDERS: 1. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 1.1. Examine the Contract Documents thoroughly, 1.2. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work, 1.3. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, ordinances that may affect costs, progress, performance, fumishing of the Work, or award, 1.4. Study and carefully correlate Bidder's observations with the Contract Documents, and 1.5. Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. 1.6. Take into account the necessary allowances, of time and cost, due to the potential impact of the Miami Beach Convention Center's Schedule of Events and the restrictions imposed by the planned events there upon the Project (see attached schedule). 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 fumishing 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. 2. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding. Oral and other interpretations or clarifications 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 Bid 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. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 15 3. Submittino Bids: All bids must be received in the Procurement Division, City of Miami Beach, 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, before the time and date specified for bid opening, enclosed in a sealed envelope, legibly marked on the outside: BID FOR: Multipurpose Municipal Parking Facility Bid Package 02- Piling and Retaining Walls BID/CONTRACT NO.: 17-06/07 4. Printed Form of Bid: All bids must be made upon the blank BidlTender 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 the directions on the bid form. 5. Bid Guarantv: All bids shall be accompanied by an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 5, General Conditions. The Bid Bond shall be equal to, er lly sasl:l, R=l9F19Y sFQar, ser=t:ifies st:lesk, sast:lier's st:lasl{, Iii; GwafaAty FSFFR, L'RS9F1aitieRal ~8t:t9r sf CFesit (F9r~ 9941 Q), tr=eaE~F8r'6 sl:1esk er eaFlk smA af SAY RatieAal er slate llaRk (URileQ Stales), five percent (5%) of the Bid price and be made in favor $9, payallle Ie of the City of Miami Beach, Florida, and conditioned upon the-successful Bidder executing the Contract and providing the required one- hundred percent (100%) Performance Bond and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security 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 and Certificate(s) of Insurance, -within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. The time for execution of the Contract and provision of the Performance Bond, Payment Bond and Certificate(s) of Insurance may be extended by the City's Procurement Director for good cause shown. Bid Securities of the unsuccessful Bidders will be retumed after award of Contract. 6. Acceptance or Reiection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within ninety (90) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of ninety (90) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of ninety (90) calendar days from the date of bid opening by delivering written notice of withdrawal to the Purchasing Division prior to award of the Contract by the City Commission. BID NO: 17-06107 DATE: 11/22/067 CITY OF MIAMI BEACH 16 7. Determination of Award: The City Commission shall award the contract to the lowest and best Qualified bidder. In determining the lowest best qualified bidder's bid, bidders will be evaluated on the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgement, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 8. Evaluation: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. I neither situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful CONTRACTOR. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful CONTRACTOR for future bids with the City. 9. Contract Price: The Contract Price shall include furnishing all labor, materials, equipment including tools, supervision, mobilization, demobilization, survey, services, bonds, insurance, permit fees, applicable taxes, overhead and profit for the completion of the Work, except as may be otherwise expressly provided in the Contract Documents. Ti:18 ElSilt sf aRY iteRl(s) sf 'Nsr:k Ret Ge'l8F8E1 BY a sp8Elifls CeRtFaGt WRit pAse er IWlllp SWill pAse si:1all Be iRslwEleEl il'1 tAe CeRtFaGt b1Rit pRce er IblFRp SblFR pRse is \~:t.:liSA tt=le ite~(s) is Mest applisaele. 10. Postponement of Date for Presentino and Openinc of Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least seven (7) calendar days written notice of any such postponement to each prospective Bidder. 11. Qualifications of Bidders: Bids shall be considered only from firms normally engaged in performing the type of work specified within the Contract Documents. Bidder must have adequate organization, facilities, equipment, and personnel to ensure prompt and efficient service to City. In determining a Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claimsllitigation history of the Bidder. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 17 12. Addenda and Modifications: The City shall make reasonable efforts to issue addenda within seven (7) calendar days prior to bid opening. All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as changes to the Contract Documents. 13. Prevailino Waoe Rates: City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, 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, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. 14. Occupational Health and Safetv: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: 14.1. The chemical name and the common name of the toxic substance. 14.2. The hazards or other risks in the use of the toxic substance, including: 14.2.1. 14.2.2. The potential for fire, explosion, corrosion, and reaction; The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and 14.2.3. The primary routes of entry and symptoms of overexposure. 14.3. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. 14.4. The emergency procedure for spills, fire, disposal, and first aid. BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 18 14.5. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 14.6. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 15. Environmental Reoulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The nonsubmission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 16. "Or Eoual" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. 17. Protested Solicitation Award: Bidders that are not selected may protest any recommendation for Contract award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for resulting protested bids and proposed awards. Protests not made timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. 18. Financial Stabilitv and Strenoth: The bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 19 Bidders shall submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a Joint Venture, each bidder involved in the Joint Venture must submit financial statements as indicated above. Any bidder who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the bidder under federal bankruptcy law or any state insolvency, may be declared non-responsive. 19. Eoual Benefits Ordinance Bidders are advised that this Bid and any contract awarded pursuant to this . procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. All bidders shall complete and retum, with their bid, the "Declaration: Non- discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his designee determines that the successful bidder Contractor shall complete and retum the "Reasonable Measures. Application" contained herein, and the Cash Equivalent proposed. It is important to note that bidders are considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Following this page please find a Q & A of the major points of the proposed Ordinance. Additionally, the following documents need to be retumed to the City with your bid: . Declaration: Nondiscrimination in Contracts and Benefits Form . Reasonable Measures Application Form BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 20 PROPOSED EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What Is the Intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an intemal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: . Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.). . Contracts valued at over $100,000. . Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 21 . Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: . The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts). . The City contract is not competitively bid. . The City contract is valued at less than $100,000. . The contractor has less than 51 employees. . The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners. . The contractor is a religious organization, association, society or any non profit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society. . The contractor is another government entity. The following City contracts are not covered by the Ordinance: . Contracts for sale or lease of City property. . Development Agreements. . Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development . Cultural Arts Council grants . Contracts for professional AlE, landscape AlE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act". . Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 517ths vote, waive application of the Ordinance for the following: . Emergency contracts. . Contracts where only one bid response is received. . Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 22 The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How Is the Ordinance enforced by the City? . City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the issued bid documents. . At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract. . The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance. . The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalenr' of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: . Breach/default under the contract. . Termination of the contract. . Monies due under the contract may be retained by the City until compliance is achieved. . Debarment of contractors from City work, as prescribed by the City Code. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 23 m CITY OF MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Sedion 1. Vendor Information Name of Company: eosw~ .j;,... loril"" Co. Name at Company Contact Person: SCott- A \k.i.... ",r &; "",,' OH'~ Phone Number:(2<P.>\~'5-0S~ Fax Number: (~\)1.S'-llGo'glf E-mail: Vendor Number (if known): FederallD or Social Security Number: fi 'f - O;;)d.. OJ to 0 (If 50 or less, skip to last page (26), date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? X Yes_No 7:'> Approximate Number of Employees in the U.S.: o.PftO >' Union name(s): Pile.d:c,vc...."S L-oCc.1 1..lV\""'v\ [O';J.\, lMJ Oper~p~ [J",,,v'\ loc....l (JO.L/'5j- Section 2_ Compliance Questions Question 1. Nondiscrimination - Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate: a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. I Race Color Creed Religion National origin Ancestry Age Height ~Yes_No ~Yes_No ~Yes _ No ~Yes_No )LYes_No I('Yes_No XYes No LYes = No Sex Sexual orientatiort Gender identity (transgender status) Domestic partner status Marital status Disability AIDS/HIV status Weight ,,"Yes _ No ,KYes _ No ~es No .i(Yes ~ No )!.Yes _ No ,&Yes_No XYes No ~Yes=No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note: you must answer this question, even if you do not intend to enter into any subcontracts. -!-:: Yes _No BID NO: 17-06/07 DATE: 11/22106 CITY OF MIAMI BEACH 24 Question 2. Nondiscrimination. Equal Benefits for Employees with Spouses and Employees with Domestic Partners Questions 2A and 28 should be answere-dVE"S--even-jfyour em~IOyees-niust ] pay ~~~e or all of the cost of spousal._~t~?_~~~~~..e?_~.~_~~~!:1_~~i!~.:..__~."._......._..__ .....:. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? 'bYes _ No B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? .Yes ~o rthe term Domestic Partner shall mean any two (2) adults of the same or different sex, who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. A Contractor may institute an internal registry to allow for the provision of equal benefits to employees with domestic partner who do not register lheir partnerships pursuant to a governmental body authorizing such regislration, or who are located in a jurisdiction where no such govemmental domestic partnership exists. A Contractor that institutes such registry shall not impose criteria for registration thaI are more stringent than those required for domestic partnership registration by the City of Miami Beach If vou answered "NO" to both QuestIons 2A and 28, go to Section 4 (at the bottom of this p~ge), complete cHld ~igfl the form, filling ill all items lequesled. If YOU answered "YES" to either or both Questions 2A and 28, please continue to Question 2C below. Question 2. (continued) C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified, Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefrts are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Yes for Yes for Employees No, this Benefit Documentation of this Employees with with Domestic is Not Offered Benefit is Submitted SaGuses Partners with this Form Health '" X u )I.... Dental [] , ...,. [. Vision 0 - '>i 0 Retlr:)men! tenSion, 'jL X " " 40Hk . elc. Bereavement 0 c 0 Familv Leave 0 c LI Parental Leave 0 - D c Employee Assistance D - t 0 pronram Relocation & Travel D - ....I- D Company Discount. 0 X " Facilities & Events , Credit Union D , D Child Care 0 . i " Other D - i 0 BID NO: 17-06/07 DATE: 11/22106 CITY OF MIAMI BEACH 25 Note: If you can nol offer a benefit in a nondiscriminatory manner because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent. submit a compleled Reasonable Measures Application with all necessary attachments. and have your application approved by the City Manager. or his designee. Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example. to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist. attach an explanation. Have you submitted supporting documentation for each benefit offered? Xves, No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of FlOrida that the foregOing is Irue and correct, and that I am authorized to bind this entity contractually. Executed this IJ. day of bee, in the year BLXJ{o , at YV\ r W>-( Fl City State C&- O~ J 1511 flW ",'crtl, A,,-<,r Dr:~ Signature Mailing Address c..~~r<. Ore""",,-" yv.;""",; Fl. >"71 d-S Name of Signatory (please print) Of11 U I1i\N' p-(f'r Title City. Stale, Zip Code BID NO: 17-06/07 DATE: 11/22106 CITY OF MIAMI BEACH 26 ~ ~ CITY OF MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Division ONLY IF you: a. Have taken all reasonable measures to end discrimination in benefits: and b. Are unable to do so; and c. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 1. The names. contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 2. The dates on which such benefits providers were contacted; 3. Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 4. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct. and that I am authorized to bind this entity contractually. f"bSf'fct ~INtktKQ,o\ Co. Name of Co pany (please print) dl54 AW ^",(th. R;ver 'Pr. Mailing Address of Company C1tv'6nN.. '!:>C't ",,,,,,r.J Name of Signatory (please print) CfilCL ~~" r Title 1V\\~\~IOtfJ..Ao. 3?1~ City. State. ip (?;;oS) :?JS" - 015 :30 Telephone Number i:>-~l>\" Date r4-~ Signature BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 27 PROOF OF BENEFITS ~ Neighborhood Health 1J..l Partnership A UnitedHealthcare Company BILLING STATEMENT For: CHRISTINE BRENNAN EBSARY FOUNDATION CO 2154 NW NO RIVER DRIVE MIAMI, FL 33125 l~J~~$i~~-iN'6n{~-~~~ ',Group.Number,,: " Period Date Due Invoice Date Bll150 000101467580 12/01/2006-12/31/2006 12/01/2006 11/18/2006 CURRENT PREMIUM EFFECTIVE CONTRACT FAMILY 1D NUMBER NAME DATE TYPE SIZE AMOUNT 592480613 ALFELE, SCOTT 07/01/06 Fl 4 $855.93 437744834 CALAIS, JOSEPH D 07/01/06 ES 2 $931.30 437886630 CHENEVERT, GERARD A 07/01/06 Fl 4 $899.00 592732466 GELABERT, RAUL 07/01/06 SC 1 $551.79 265998482 HERNANDEZ, CARLOS 07/01/06 SC 1 $551.79 149708734 HERRERA, GEROMIMO 07/01/06 SC 1 $360.69 264758526 LIZANO, MAGALY 07/01/06 F1 4 $899.00 081621328 ORTIZ, BRIAN 07/01/06 SC 1 $185.73 591052293 WE! DNER, JOHN 07/01/06 Fl 4 $855.93 TOTAL CURRENT PREMIUMS DIVISION Bl1150HOOl $6,091. 16 TOTAL CURRENT PREMIUMS GROUP NUMBER B11150 $6,091.16 PAGE, 2 OF 2 'C g .... d' .., ... 1\ a ~ ' i ~ !a..= Z ,e'6 ... ~. .. .~ 2~ " . , e t; ]j ~. :S ... ~! ~ :> N 8 E" U '" ., '" U " ~ :0 i .... ~ N ~ I. ...:: 0 ~ .., ... 8 .., ~ ~ . .. ... "" u ;.1 a '<I g.5 ~!) ~ '" ... , !~ . ~ 0 = < .......J oU z '1S tt:l::: iZIu.. t ;>.'<1 ~1: e, .;; ...J::I:: Z Cl ... <O-g ",-", .S! ~ "'U~OO a ]~ ... ~'" ~o ~~I iii~ "- ~ ]<il ~ i .. .... <gj",u~ ;; " . . ~ c. [:::o;!~:;;~ .!l " ~ ~ !i a 5 "'8 u- .ll 8~;g~6 a ... ~~ Iii:! r;; <75< ,. ~ cnUt/l......J:: .~ ~ .;; "i'! ;:;1 ill " .~ I g, .: !i ~~ t r ~ ~ .8: ~ ., [ ]. ... ! .. ] .= .. 8 .... -< ~ ... 1 ~ ~ ~ .. ~ ... ~ ~ g .. :~ ~ I " )1 ~! - N 28 <= '" - ::2.~ " ~ 00 5 "'0' ~. - "'''' ~ .. ....00 . ~ " .... "'~ n .. '" ~.., a~ ,S "'....- - ~;z;u u <= ~5~ " .... OOuf-<....;j 5 :JUZti.o ~<~z 00 eo ~~z~ 00 .... ! <= u~~~ .... '" ... ~ ....< .., = .. ~<gg '" ... t1.u.fricc ~ (tonI) Lo-l-alEEOTcUS (81o-r090)0t9Zl: S10 ":)dlS .mqw::!w "p::l,u:'lll::lJ ~qS!-lIlV ':rol C"o;) tfl qaJl'IlpS IOIJ8q::> tOOtQ Pll.,EDRIVERS MASTER AGREEMENT Effective August 1, 2005 through July 31, 2007 ARTICLE 1 PREAMBLE This Agreement, made and entered into, effective as of August 1,2005, is by between Ebsary Foundation Company, Inc. hereinafter referred to as the Employer, and Piledrivers, Divers, and BridgebuiJders, of the Florida Carpenters Regional Council Local Uillon 1026, hereinafter referred to as the Union. ARTICLE 2 BARGAINING REPRESENT A TlVE The Employer agrees that the Union is the sole and exclusive bargaining representative of its employees performing piledriving, diving, and highway construction work within the jurisdiction of the Union. The employer having received from the Uillon a demand or request for recognition as the majority representative of the unit employees covered by this collective bargaining agreement, and having been presented with or being offered to by the Union proof that the Union has the support of, or has received authorization to represent, the majority of the unit employees covered by this collective bargaining agreement hereby expressively and unconditionally acknowledges and grants recognition to the Union as the sole and exclusive collective bargaining representative of the unit employees covered by this collective bargaining agreement pursuant to section 9A of the National Labor Relations Act, as amended, and agrees to not make any claim questioning or challenging the representative status to the Union. ARTICLE 3 GEOGRAPIDCAL JURISDICTION The parties agree that the territory covered and included in this Agreement shall be that Geographical area which has been assigned or shall be assigned within the life of this Agreement by the United Brotherhood of Carpenters and Joiners of American., to Local Union 1026 Florida Carpenters Regional Council and shall include, but not be limited to, all counties in the state of Florida: 3 counties in Georgia, Decatur, Grady and Thomas, South of Highway 40 in Georgia including ST. Mary's. See addendum for piledriving jurisdiction in the state of Florida. The following counties are included into Zone I: Broward, Collier, Dade, Glades, Hendry, Indian River, Lee, Martin, Momoe, Okeechobee, Palm Beach, and St. Lucie. 3 3. The Union recognizes the rights of the Employer in his or her discretion to employ key workers, administrative personnel, or specialists in the accomplishment of his or her work (excepting work performed by Employees under this Agreement). 4. The Union agrees they shall not furnish workers to any Employer signatory to this Agreement who: A. Fails to provide coverage required by this Agreement. B. Fails to properly pay when due to the Federal government any and all sums legally withheld or deducted from the pay of Employees for Federal Old Age Benefit coverage and withholding tax deductions. C. Fails to properly pay when due to the State Government any and all amounts legally required by the Unemployment Compensation Law, if the Employer is covered by such law. D. Fails to pay when due the specified wage rates, make the required reports, and pay the fringe benefits and check-off stipulated in this Agreement in the manner prescribed. ARTICLE 30 HEALTH AND WELFARE, PENSION, AND APPRENTICE TRAINING FUNDS Each contractor shall pay to the fringe benefit funds listed below the rates provided for in this Collective Bargaining Agreement for each hour worked by employees covered by the Collective Bargaining Agreement, such contributions to be made no later than the 15th day of the month following the month in which the hours were worked. Such payments may be made in a single check and shall be accompanied by a written report stating the name, social security number, gross wages, dues check-off, and hours worked by each person covered a by this Agreement. The Florida Millwright Annuity Fund, applicable only to those locals who participate, is a separte payment sent to Southern Benefit Administrators, Ine. P.O. Box 1449. Goodlettsville, TN 37070-1449. Health and Welfare Fund Pension Fund Florida Millwrights Annuity Fund South Florida Carpenters, Millwrights, Piledrivers Training Trust Fund. Each contractor hereby ratifies the Agreements and Declarations of Trust and Rules and Regulations of the fringe benefit funds, including all collection procedures now or hereafter established by the trustees and any amendments or restatements thereof as fully as if such contractor was signatory to such documents. Notwithstanding any other provisions of this Agreement, the obligation to make fringe benefit fund contributions at the rates set forth herein and under the terms and conditions set forth herein shall continue beyond any expiration date of this Agreement until the date the contractor executes or becomes bound by a successor Collective 19 Bargaining Agreement or notifies the trustees, in writing, that is bas bargained with the Union for successor Agreement and that an impasse in such bargaining bas been reached and notifies the trustees the specific date that such impasse was reached. All fringe benefit fund payments and working dues assessment shall be sent to the Benefits Funds Administrator for distribution. ARTICLE 31- DELETED ARTICLE 32 DIVING DIVING shall be defined as any work performed beneath the water surface by piledriver contractors and highway bridge contractors signatory to this Agreement, which required individual extemallife support systems for safe and efficient performance. Submarine diving, in all its branches and phases, such as the salvaging of all ships and barges, etc., the underwater repair, removing, dismantling, demolition, burning and welding in all marine salvage operations; all underwater construction and reconstruction and the salvage of, and removing of, underwater structures; underwater inspection and repair of hulls, docks, bridges, and dams, underwater pipelines, sewage and water systems, underwater suction and discharge lines such as those used at chemical plants, pulp mills, and desalinization plants; inspecting, surveying, removing, rescuing, and recovering of all objects below water surfaces; all underwater work necessary on offshore oil platforms permanent or temporary, including all offshore floating drill rigs and offshore jack up platforms; all underwater work on pipelines and hookups including oil, gas, water, sewage systems; the laying of underwater power and telephone cables; offshore marine mining and dredging operations using divers in any phase of their work; all petroleum, fisheries, oceanographic, research and experimental work, nuclear reactors where the use of divers is necessary; all underwater demolition and blasting work requiring divers. EFFLUENT DIVING: the diver and the tender will be paid one and one halftimes (1,1/2) the basic diver and tender rate for all dive work performed during a regular shift. All overtime will be paid at the appropriate over rate based on this effluent rate. The employer shall provide adequate time and materials for proper decontamination of equipment and personal. The employer shall provide the appropriate inoculations to insure the health of employees exposed to effluent materials. On wet day, divers shall be paid the divers' wages with the following premium rates: PRE.MIUM PAY FOR DIVING: 60' - 100' Over 100' $1.00 per foot per day - To be negotiated between the diver and the employer. 20 No diver shall dive without a full-time tender. Divers and Tender shall be journeyman piledriver divers. Tenders shall perform no other work while the diver is under water except to tend the diver and maintain his gear. Tenders shall have sole responsibility for operation and maintenance of life support systems, equipment, and tools for his diver, whether topside or under water. The tender shall work with the piledriving crew if his tending duties are completed. DIVING SAFETY-STANDARDS-TABLES: All diving operations will be carried out under the guidelines set forth by the following agencies and publications: 1. U.S. NAVY DIVING MANUAL 2. O.S.HA- Part 1910 Subpart T- Co=ercial Diving operations 1910.401 thru 1910.441 3. U.S. COAST GUARD- subchapter V- marine occupational safety and health Standards part 197- General Provisions subpart B- Co=ercial Diving Operations section 197.200 thru 197.488. 4. ARMY CORPS OF ENGINEERS DIVING MANUAL 5. CONSENSUS STANDARDS FOR COMMERCIAL DIVING OPERATION AS PUBLISHED BY THE ASSOCIATION OF DIVING CONTRACTORS, INC. The basis for determining divers' safety shall be applicable regulations set forth in the Navy Divers' Manual and OSHA. DIVER'S TOOL LIST: All divers must have the follow items and tools when reporting to work Wet suit Weights Mask Snorkel Coveralls Knife Gloves Booties ARTICLE 33 WAGES Payment of wages shall be weekly and during working hours, normally on Friday but, in any event, not later than three (3) days after the close of the payroll period; by mutual consent between the employer and the Union, this time may be modified. Payment shall be in currency or company check, with a statement of wages and itemized deductions attached. Ibis check will be drawn on a bank which is chartered by the State of Florida, or if an out-of-state bank is used., the employer shall arrange for the cashing of the payroll check at a local bank before the first payroll check is issued. If a payroll check shall have 22 been returned by a bank because of insufficient funds, then at the option of the Union, the payment by that company thereafter shall be made in cash. Fringe benefit contributions shall be paid in accordance with this agreement for each hour of work performed by apprentices, (periods two thru eight.) (pension contributions shall not be paid on first year apprentices, regardless of indenture, who shall not be eligible to receive either pension vesting or benefit credits for twelve calendar months from the date of his or her initiation. PILEDRIVERS AND BRIDGE CARPENTERS: Effective - August 1,2005 Certified Welders - Premium Pay $.50 FOREMAN FOREMAN JOURNEYMAN 1Q MEN OR LESS 10 MEN OR MORE WAGE $19.80 $22.30 $22.80 HEAL TII & WELFARE 3.30 3.30 3.30 ANNUITY 2.10 2.10 2.10 PENSION FUND 2.30 2.30 2.30 APPRENTICE FUND .50 .50 ~ TOTAL $28.00 $30.50 $31.00 Effective August 1, 2005, there shall be an additional $.65. Effective January 1,2005, there shall be an additional $.50. Effective July 1,2006, there shall be an additional $.50. Effective January 1, 2007, there shall be an additional $.50. CARPENTERS In the event that Local Union 1026 cannot provide journeyman Piledrivers with the proper skills to perform Carpenter work, i.e. Sea wall caps, Decking for docks, Pier caps, Local Union 1026 shall utilize members from other locals within the Jurisdiction of the Florida Regional Council of Carpenters. The wages shall be $17.15 per hour for journeyman Carpenter. The benefit package shall be the same as the Piledriver benefit package. Increases shall mirror the Piledriver increases. This wage package shall only be 23 used when Local Union 1026 cannot provide Piledrivers with the proper skills to perform the above stated work. The Union reserves the right to redirect from negotiated wage amounts and/or fringe benefit increases all or part thereof, to the Pension Trust Fund, Health and Welfare Trust Fund and/or the Apprenticeship and Training Trust Fund (more specifically described herein) for the purpose of maintaining the financial stability of these Funds. Journeymen shall be paid as set forth above. In order to be entitled to the journeyman wage rate, all journeyman piledrivers shall complete 8 hours of training during the first contract year (August 1 through July 31); and 16 hours of training during the second contract year. The Training Center will develop, conduct, monitor and certify such training, utilizing input from Employers. Any journeyman piledrivers not in compliance with this annual training requirement shall not receive scheduled wage increases beginning August 1,2006. (Note: the 16-hour Safety Training Passport (OSHA) shall be accepted for this training during the first year for those who do not already have it.) APPRENTICE CONIRIBUTIONS Fringe benefit contributions for Health and Welfare, Pension and Apprentice Training Funds, and Agreement Administration shall be made for each Apprentice and Pre- Apprentice except as follows: First Year..........60% Health and Welfare, Apprenticeship, FULL FRINGE CONTRIBUTIONS AFTER SIX (6) MONTHS EMPLOYMENT. Second Year.....70% FULL FRINGE CONIRIBT.mONS; Third Year.......80% FULL FRINGE CONTRIBT.mONS; Fourth year..... 90% FULL FRINGE CONTRIBUTIONS; PREMIUM PAY FOR 1RAINING AND CERTIFICATION: 1) Any employee covered under this Collective Bargaining Agreement who has completed and obtained a Certification in O.S.H.A. (Occupational Safety Health Administration), 30 Hour Safety Course shall be paid $0.05 (five cents) above their base wage rate. 2) Any employee covered under this Collective Bargaining Agreement who bas completed and obtained a Certification in First AidlC.P.R. (Cardiac Pulmonary Resuscitation), shall be paid $0.05 (five cents) above their base wage rate. In regards to items 1 & 2 above, the Contractor at his or her option may compensate any employee a one time amount of $600.00 (six hundred) dollars as a continuing Education Incentive. This incentive payment may be paid in lieu of the hourly rate. It shall be understood that employees who are compensated under this method most have been in the Company's employment for at least 6 (six) months or have worked for said employer for at least 1040 hours within the previous 6 (six) months. CHARGES FOR DRUG TESTING: 24 . Rx OatelTime JUL-14-c006(FRI) 15: 57 JUL-IH006 FRI 04:01 PM PIlfffillOOLUW16 9549628505 FAX No, 9549618505 p uUc: P 002 i LOCAL UNION 1026 PILEDRIVERS · DIVERS and BRIDGEBUILDERS 2727 SOUTH PARK ROAD' HALLANDALE, FLORJDA 33009 DADE (305) 620-5514' TOLLFREE1-S8S-863-S551 tI1 <~ J" I.~ .",,' BROWARD (954) 981-1810' FAX (954) 962-8505 Rates Effective August 1, 2006 , WAGE AND FRINGE BENEFIT PACKAGE JOURNEYMEN PILEDRIVER: Wage: Health & Welfare Pension Annuity Apprenticeship $20.55 3.30 2.30 2.35 .50 Total Package $29.00 Foreman Rate is $2.50 per hour over Journeyman Piledriver rate and General Forman Rate is $0.50 per above Forman Rate of pay. APPRENTICE PILEDRIVER: 1 ST YR - 60"10 2nd YR - 70% 3nl YR- 80% 4thYR-90% $12.33 $14.39 $16.44 $18.50 COLLECTIVE BARGAINING AGREEMENT Between INTERNATIONAL UNION OF OPERATING ENGINEERS LOCAL UNION NO. 487 Miami, Dade County, Florida 1425 N.W. 36th Street, Miami, Florida - and- EBSARY FOUNDATION COMPANY May 1,2006 TO April 30,2008 FOUNDATION AGREEMENT ZONE I ARTICLE XI APPRENTICESHIP, HEALTH AND WELFARE AND PENSION Section 1. The Union and the Employer agree to be bound and be subject to the provisions of the agreements and declarations of trust of The South Florida Operating Engineers Joint Apprenticeship and Training Trust, the I.U.O.E. Local 487 Health and Welfare Trust, and the LU.O.E. Local 487 Pension Trust. Said agreements and declarations of trust by this reference shall be incorporated herein as if fully set forth. Section 2. The separate agreements and declarations of trust shall include among other requirements, provisions to establish: A. A Joint Board of Trustees with representation equally divided between the Employer and the Union B A provision for the selection and/or appointment of a given number of Labor and Management Trustees. A provision to provide for the Trustee's resignations, removal of a Trustee for cause, and the termination of a Trustee's term of office by the selection and/or appointment authority. C. A provision for the resolution of deadlocks between the Trustees over the Administration of the Trust. D. A provision for selection and utilization of required and necessary professional services to assure that all funds are administered in a prudent and lawful manner. E. A provision for fund audits that meet all existing statutory requirements. Section 3. The Employer agrees that in addition to all wage benefits to be paid herein, the Employer shall pay monthly fringe benefits in the amounts designated in the Wage and Benefit Scheduled attached hereto as Addenda and the Employer shall report, on forms to be supplied (at no cost to the Employer) by the Trusts, the name, social security number and the total number 13 of hours worked during the report period for each Employee covered under this agreement. Contributions to fringe benefits shall be paid on the total hours worked, to include all straight time and overtime hours. If the Employer has no reportable employees, this shall be indicated on the required reporting forms. Section 4. Fringe Benefit contributions shall be paid monthly, no later than fifteen (15) days following the month for which the contributions have accrued and shall be accompanied by the required reporting forms. due set Section 5. The employer for contributions to fringe forth herein and further agrees to pay all accrued monies benefits in a timely manner as agrees, if the correct amount accrued is not paid as set forth herein, or the Employer does not report and pay accrued benefits on all covered Employees, a sum equal to ten percent (10%) of all monies owed shall be assessed as a service fee and will become due and payable immediately. In addition, should the Board of Trustees be required to engage attorneys to collect unpaid monies owed by an Employer, and/or to enforce compl iance wi th the provisions of Article VI I, of this Agreement and/or to seek relief through litigation, the Employer shall pay all reasonable fee, together with incurred court costs. Section 6. The Employer agrees that should the Board of Trustees of anyone of the herein stated Trusts elect to direct an impartial certified public accountant to audit an Employer's payroll records, said Employer shall cooperate without reservation or purpose of evasion, with the auditing firm and shall permit the audit to be conducted at the Employer's place of business during reasonable business hours. Further, the Employer agrees to make available to the auditing firm all necessary payroll records, allied papers and reports necessary to determine the names, social security numbers, hours of work performed, wages paid and the location where the wages were earned, pertaining to Employees covered under this Agreement. Should the 14 . Audit reveal discrepancies indicating serious violations of the requirements set forth herein, the Employer shall become liable for incurred expenses of the audit and other reasonable professional fees associated with rectifying the violations. A true copy of the audit report together with allied papers shall be furnished to the Employer. The audit report and allied papers shall be classified as "Confidential" and shall be released only to the Boards of Trustees and the Employer concerned. Section 7. Local Union 487, I.U.a.E., reserves an option to divert from negotiated wage or fringe benefit increases or to divert from one or more fringe benefit contribution, all or part thereof, to the Joint Apprenticeship and Training Trust, Health and Welfare Trust and/or the Pension Trust Funds for the purpose of maintaining the financial stability of these Funds. Section 8. Contributions for all be mailed to a designated recipient at a determined by the Boards of Trustees. fringe benefits shall designated address as ARTICLE XII SEPARABILITY (SAVINGS CLAUSE) Section 1. provisions of this Agreement adjudged to be unlawful by a court of competent jurisdiction shall become null and void, but all other provisions of this Agreement shall continue to be in full force. 15 APPRENTICE WAGE RATES Periods 5/1/2006 11/1/06 5/1/07 11/1107 1st 6 mos 10.40 10.61 10.94 11.24 2nd 6 mos 11.43 11.67 12.03 12.37 3rd 6 mos 12.47 12.73 13.12 13.49 4th 6 mos 13.48 13.76 14.19 14.59 5th 6 mos 15.60 15.92 16.41 16.87 6th 6 mos 16.68 18.04 18.60 19.12 Apprentices must be under the supervision of a journeyman. A ratio of no more than three (3) apprentices to one (I) journeyman shall be maintained. EMPLOYER CONTRIBUTIONS TO FRINGE BENEFIT FUNDS ALL CLASSIFICATIONS July 1,2006 through June 30, 2008 51t 106 1111/06 5/1/07 1111/07 HEALTH & WELFARE: PENSION APPRENTICESHIP $3.90 $3.00 $.20 3.90 3.00 .20 3.90 3.50 .20 3.90 3.50 .20 18 - ~ EMPLOYER ACCEPTANCE IT IS MUTUALLY AGREED AND PROMISED by the parties affixing their signatures below, that each and every term and condition of the above Agreement, between The International Union of Operating Engineers, Local #487, AFL-CIO, and: EBSARY FOUNDATION CO. dated: is hereby accepted and the Employer agrees to be bound in all respects to the conditions of said Agreement. The undersigned hereby acknowledges receipt of a copy of the aforementioned Collective Bargaining Agreement and Addenda. Ebsary Foundation Co. Name of Firm 2154 N.W. North River Dr. Address of Firm Miami City FL 33125 State Zip 305-325-0530 Phone Number <"" AND TITLE jkhf0 .. / DATE F AUTHORIZED AGENT And for The International Union of Operating Engineers Local #487, AFL-CIO $~ 2<htb~ ~lAbJ;"IJf1-1r?iiA?~ ~IG TURE OF ~UTHORIZED AGENT D TITLE mnf1: :<00& DATE 19 Definition of Terms A. REASONABLE MEASURES The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not pOSSible for the City Contractor to end discrimination In benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: (1) The number of benefrts providers identified and contacted. in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; (2) The existence of benefits providers willing to offer equal benefits to the City Contractor; and (3) The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. CASH EQUNALENT "Cash Equivalent' means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: a. For bereavement leave, cash payment for the number of days that would be allowed as peid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance In force for himself or herself. c. For family medical leave. cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 28 00305. TECHNICAL REVIEW PANEL SELECTION CRITERIA / SELECTION PROCESS The Evaluation process to be used by the City for this bid will be one of "Best Value Procurement", meaning that the City will, in addition to price, consider past performance on previous contracts, Risk Assessment for this ITB, Qualifications of Personnel proposed, and interview of Contractor's personnel. (See Section 00315) The procedure to be used for bid evaluation and selection is as follows: . Invitation to Bid issued. . Pre-Bid Meeting . Receipt of bids. . Opening and listing (except pricing) of all bids received. . A Technical Review Panel shall meet to evaluate each bid in accordance with the requirements of this ITB. If further information is desired, bidders may be requested to make additional written submissions for clarification purposes only. The Technical Review Panel will rank all responSive bidders and will provide their recommended ranking to the City Manager. There will be three (3) phases to the evaluation process and they are as follows: PHASE I 1) Risk Assessment Plan to include Project Schedule (25 points). 2) Past performance based on number and quality of the Performance Evaluation Surveys (25 points). PHASE" 3) Interview of Key personnel (25 points). PHASE "I 4) Bid Price (25 points). Scoring procedure: When the Technical Review Panel convenes they will provide their scores for Phase I. At the Panel's discretion, taking into consideration the number of responses, the Panel may decide to short list bidders for continuation of Phase" and III. Upon completion of scores for Phase I, scores shall be carried over to Phase II. Upon completing the Interview session with each bidder, the score for Phase II shall be added to the Phase I score. Phase III shall be evaluated and scored at the end of the Evaluation process. The Bid Price will not be opened until the Technical Review Panel has provided their scores for Phases I and II. Upon evaluation and ranking of Phase III, the Technical Review Panel shall add all three Phase scores and shall arrive at a final score, at which time; they will provide their ranking of bids and their recommendation to the City Manager. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 29 00310. BID SUBMISSION REQUIREMENTS The following information should be submitted with you bid response 1.01 CONTENTS OF QUALIFICATION STATEMENT Bid packages must contain the following documents, each fully completed, and signed as required. Bidders are to submit one (1) original and ten (10) copies of all the bid documentation. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed in the City's sole discretion to be non-responsive. The City reserves the right to request any documentation omitted, with exception of the 5% Bid bond and the Bid Price form in a sealed envelope, bidder must submit the documentation within three (3) calendar days upon request from the City, or the bid shall be deemed non- responsive. Non-responsive bid packages will receive no further consideration. A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide an Identification Page including the following information: . Name of Bidder. (Note: if co venture, specify) . Address of submitting Bidder. (Note: if co venture, specify) . E-mail address for the appropriate contact person at the submitting company. . Phone number and facsimile number of submitting Bidder. . Federal Tax Identification Number for submitting Bidder. . Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) . Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. . Printed name of the authorized signing officer or other individual. . Title of the authorized signing officer. . Date of signature. . Table of Contents. B. QUALIFICATION OF THE CONTRACTOR'S TEAM It is a requirement of the bid that the Bidder, staff the project with competent individuals, and qualified supervisory personnel. To that end, the Bidder shall provide: . An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 30 supervision. At a minimum, the bidder shall include the following proposed project team members: . Construction Project Manager . Construction Superintendent . A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all Sub-contractors proposed for the Project. C. PAST PERFORMANCE Each Bidder shall provide proof of successful project completions for projects comparative is size and complexity as outlined on this bid. Please provide your client with the Performance Evaluation Letter and Survey attached herein on pages 38 and 39, and request that your client submit the completed survey to Roman Martinez, Sr. Procurement Specialist at (Fax) 305-673-7851 or e-mail romanmartinez@miamibeachfl.gov. Please understand that we will not acceot Client Survevs beinQ sent to our office from the office of the bidder. Surveys must be sent to Procurement from your clienfs office(s). Contractors are responsible for making sure their clients return the Performance Evaluation Surveys to the City. The City reserves the right to verify and confirm any information submitted in this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site-visitation, and other independent confirmation of data. In addition to the above process requirement, each bidder must provide 3 sample projects as proof in meeting the Minimum Requirement for this bid, which states: "Prospective Bidders shall be required to provide proof with their Bid of having satisfactorily constructed on schedule, as a General Contractor in the State of Florida, at least three (3) projects each in excess of seven hundred thousand dollars ($700,000) and of a complexity similar to that provided in the Bid Documents. General Contractor will be required to self perform, at a minimum, seventy five percent (75%) of the work." Please use the form on pages 146 - 151 herein to articulate all information requested in reference to the construction work provided on the three sample projects. D. RISK ASSESSMENT AND PROJECT SCHEDULE All Contractors submitting a bid must submit a Risk-Assessment Plan (RAP) that should be coordinated with an attached Project Schedule. The RAP must not be longer than two pages, front side of page only, excluding the Project Schedule. The RAP plus the Project Schedule should be submitted in a sealed envelope and included within the bid documentation. You may place BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 31 the name of your company on the outside of the envelope fro reference. The RAP document MUST NOT HAVE ANY COMPANY NAMES or any information that may give a due as to who has prepared the document. (Please refer to Section 00315.BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS, Attachment NO.3 found on pages 40 - 43). The RAP should address the following items in a dear and generic language: (1) What risks the project has. (Areas that may cause the Contractor not to finish on time, not finish within budget, cause any change orders, or be a source of dissatisfaction with the owner). (2) Explanation of how the risks will be avoided/minimize. (3) Propose any options that could add value to this project. (4) Explain the benefits of the Risk Assessment Plan. Address the quality and performance differences in terms of risk minimization that the City can understand and what benefits the option will provide to the user. Do not provide brochures or marketing pieces. 5) Please make sure you attach a Project Schedule behind the Risk Assessment Plan E. BID PRICE Bidders are required to submit their bid price lump sum using the form found on page 50 herein. Bidders are to submit this form in a sealed envelope but separate from the sealed Risk Assessment envelope. Labeling the sealed envelope with your company's name is permitted. The Bid Price (Phase III), shall be evaluated and ranked at the end of the Technical Review Panel Meeting and the score added to Phases I and II to arrive at a final score for each bidder. 00315. BEST VALUE PROCUREMENT ATTACHMENTS AND FORMS ATTACHMENT 1 Detailed Instructions on How to Prepare a Reference List and How to Prepare and Send Performance Surveys Overview The objective of this process is to identify the past performance of a contractor and key components of their team. This is accomplished by sending survey forms to past customers. The customers will retum the forms directly to the City, and the ratings will be averaged together to obtain a contractor's past performance rating. The figure below illustrates the survey process. Vendor or Individual 1-.'" . ~"':' .,.... :".<:"::.,'"<.-. .......<..::.. SendJFax Surveys to past clients Canto Confum Prepare & Email Reference List CLIENT Faxes back to the City Il TheCity ?.:::...... Compil~ .,:::::, Informabon Pa.t Cu.tomer. I- %f>"~' Figure 1: Survey Process A. Creating and Submitting a Reference List 1. All key components must create a list of Dast users that will evaluate their past performance. This will be referred to as a "Reference List". The Reference List Excel file can be downloaded from BidNet under ITB-17-06/07 or can be sent to you via E-mail, please send an E-mail to romanmartinezt1llmimaibeachfl.aov requesting the file. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 33 2. The key components may be different for each project. If you are proposing on a specific project, olease make sure to find out what the critical comoonents are for that oroiect. The following are the key components to be used for this bid: Key Component Minimum Number of Maximum Number of Surveys allowed SurveYS allowed The Contractor 1 25 The Construction Proi8et Manaoer 1 10 The Construction SLiDerintended 1 10 3. The Contractor is responsible for selecting their team and for the performance of their team. We recommend that the Contractor use high performing individuals (i.e. project manager, and any other individuals required on a particular project). 4. The maximum number of past projects that will be given credit, is 25 (twenty-five) for each Contractor, and 10 (ten) for each individual (PM, etc.). The minimum number of past projects is 1 (one) for each key component. Credit will be given to vendors with more high performing surveys. 5. The reference list should include the firms/individuals "best" projects. Credit will be given to Contractor I individuals with more high performing surveys. 6. The Reference List must include the following (All fields are reauired! If you do not submit all the information required, there will be no credit given for the reference): CODE A uninue--idifferentl number assinned to each r')roiect FIRST NAME First name of the D8rson who will answer customer satisfaction Questions. LAST NAME Last name of the carson who will answer customer satisfaction Questions. PHONE NUMBER Current nhone number for the reference {jncludino area code \. FAX NUMBER Current fax number for the reference (includina area codet CLI ENT NAM E Name of the company or institution that the work was performed for (i.e. Cactus School Distrct, Rock Industres, City of Austin). PROJECT NAME Neme ofthiDrOiOctlBird Hklh School A-Wino, Warehouse B, etc.). DATE COMPLETED Date when the project was completed. (i.e. 5131/1995) [MMIDDIYYYY] COST OF PROJECT Awarded cost of oroiect ($50,000\ 7. The data in the reference list must be submitted via fax to Roman Martinez at 305-673-7851 and in electronic format on a MS Excel spreadsheet file. The file must also be emailed to Roman Martinez at romanmartinezt1llmiamibeachfl.aov . (The format of the file is shown in Figure 2). 8. The Contractor is responsible for verifying that their (and their key components) information is accurate prior to bid submission. 9. The reference list must contain different proiects. You cannot have multiole oeople evaluatina the same iob. However, one person may evaluate several different jobs. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 34 .!l-: :.:.Jt. W)f:J):~:~ Smith Johnson McGill Robinson Cami an Jones GI'S John Greckb J~~~J; ~e.f~~~ ~~~~ Figure 2: Example of Reference List 10. The past projects (on the reference list file) do not have to be similar to the type of project being bid. 11. The past projects must be comoleted past proiects (no on-going or substantially complete projects). 12. The past client/owner must evaluate and complete the survey. 13. All key components must submit their reference list in separate excel files. There must be a separate excel file for each company and individual participating in the process. Name the file by the company name or the individual name. Figure 3 shows a sample of the excel files that must be emailed to the client. .,.....,.'-.--...-'-..--'--......,...,'-'..-'-'......'...'...,.,..,-,..,-,.-.,.......-,..--.--.........-.--.--...,......--.--.--..."...-................--.--.--,. ~-g== fljPam Hamilton (Site Super) - Reference list-xis LJ fIj Spark Electrical Contractors - Reference List. xis ~Bob and Sons Mechanical Contractors -Reference list-xis Figure 3: Submit separate excel files for each component 14. Each key component should inform their past clients about the survey and the deadline for submission of the information. The City may contact the references for additional information. If the reference cannot be contacted after several attempts, there will be no credit given for that reference. 15. Each Excel file will have two tabs (see Figure 4 below). One tab contains the reference list information (discussed above), and the second tab contains the company or individual profile. The profile tab contains information about the key component (Contractor or individual). Fill out the company information if the excel file is for the Contractor or Individual. Fill out the individual information if the excel file is for an individual. DO NOT fill out both sections in one excel file. (Remember: each component will have their own excel file). BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 35 .............iilllllil11Iilllllllllll'ltlllllll ,"m on...'S: n=--==:>;:.'!'. .'~..:~.-.:. ":':::::;0'; \: :;:::::;:Jr ." ;';:::::'f.::::::;':' ':-:::a(::::::~::::::::;t{;-:-:. PliiSt rlllootonllont'ollhEolOllTl$:bebw, I' t}isrVmll'no.listisfor.a ~ple.anu~ tMComPar\Jfom'l oinop_:. this rfltrtACtllstlllor Indin.toJ~aLpIt_ putlhtk icIformllloftil'l tht lecondfllflll btlow.OOlUJrFlIllUI bod!. A.IMfI'ttr~ ITll.istbt,.a~p.a'illl'tiiQflfjlefOrtachifidyOlalp..t~.aii"il..thepro~5~: .. J" ", "~" c CoMpaR!I ~ TIIM!; POll. Of Cotnc'; PIIoH' N......: F.N....; E__I: (AlE Flrm, l6l'ldsc.. AlChktttlrtFlrm;rr..ffic EnglMHlngF1Jm.tfC) e 1 -, 11Idiwidu.II"-: T~ "-"" - PItoHNlIilIber: F_NIIIIii.bM: .... (prcjlcl:Manllgfi;<<.<?,) Figure 4: Example of the Profile tab. This 'lab contains information about the key component (whether it is an individual or firm) B. Preparing the Surveys 1. Each key component is responsible for sending out a survey questionnaire to each of their past clients. The survey questionnaire is provided in this document. 2. Each key component should enter the Survey ID (Code), past clients contact information, and project information on each survey form for each reference. The team member should also enter the name of the firm and/or individual being surveyed. 3. All the information on the survey form must match the reference information in the excel file (see Figure 5). BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 36 Mesa Park Police Buildin 3 Cefeteria#1 Warehouse renovation 81a Ie Road Ova as Road Renovalion Street Li ht Installation Buildin 456 renovation ~MU~H:~~~ili{<8:Fh~$.:;.~~:;.~~~~mK}::~:itt%~iM1" . Survey Questionnaire fI"": rl'IiIlMiGIlI r .................TTNa~'orpe'son..compieijiig.SUNiiyr.~.~. I I~ii~~. uur4'58~~5;i'352m. ruSur:;.y..rtr.Ou3.....j ......................................-..-. .......j .;~a~ .T458~q'6.n85.~;;_u i ~.U.bJ..c:t:.u.l"~~I..~...rf~"".~~.c....~.U!.v.~.Y..')f:.... i ABC :::::L:.(N~~~~..~R:~:~r~:.:~~=:. .._...__.,l.:..~.~J~J~.~:~~!~".t~;~l.~~~.~!h~.m!.~.~:~,~~.1~.~1...,.....~~....~,,,. ..;....:;;.(~m!.9f.~1..: A Clie.nt is implementing 3 process that collects' past performance information on firms ,and their key pef~onnel. Theinformalion will b eusedtoassist the. client 'inthesel.~ction 'of firms, to, perform va ria us proJects. The fjrrrVin~ividu,aIJisted above has listed yau as a client for which they have previously performed work an.Wewauld appr,eciate your takin9'the timetacomplete this ,sur~~y. Rate<each:.of.the cfllen'a ona scale of 1< to 10, . with 10 r9p~ntingthat you W6~ very satisfied (and would mreU~ flrrrtindlvidua/agamJ:and 1 r9p~sentingthM you ~eteveryunsat~f/ed (and: would never hir9the fitm'indi0<:UJal $!J9lnJ. Ple8Be rat9 each of the criteria to t~bei!t of yolJr f,t,now/Bdge. If you do not h91fl!13IJfficient knowlBdge ofp8st performer?ceina perticuJarSl'88; laeve ;tb1rmit jGllenrN'ame:' ! ('}aynfMes'i) fFrrolecfN~im~{'''.''''...'''..'("(.:ideterra'7~1 il',ojocl"C-om'pfoiio'n'l)"aie'TTiGilJ80' l...w....w.................M.....W....~.M..._.._......~M'..........____"... ............-.-j Ability to manage the prajectcost (minimize change orders) Figure 5: Example of Survey Form. The information It match the excel file. To save work in the future, list all key individuals on the survey that participated on the project. 4. If a reference will be evaluating several team members (such as the PM), please list all of the members on the survey form to get credit for all the areas (as shown in Figure 5). 5. Do not list more than one individual for the same position (i.e. if Joe Smith was a PM on the project, you cannot list another individual as a PM on that same project). 6. Each key component is responsible for making sure that their past clients receive the survey, complete the survey, and return the survey back to the City. The survey must be sent directly from the past client to the City or your survey will not receive credit. Be sure to indicate to your clients the due date when the survey should be faxed in to the City. 7. The City may contact the references for additional information or to clarify survey data. If the reference cannot be contacted, there will be no credit given for that reference. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 37 ATTACHMENT 2 ce MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeochfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 ,Fax: 305,,673.7851 November 22, 2006 To: (Client's Name) Individual Providing the Survey Response: Phone: Fax: E-mail: Subject: Performance Evaluation of (Consultant firm and/or Project Manager/Cost Estimator) Number of pages including cover: 2 To Whom It May Concern: The City of Miami Beach has implemented a process that collects past performance information on various Contractors that have the qualifications and experience in providing construction of piling and structural foundations. The company listed in the subject line has chosen to participate in this program. They have listed you as a past dient that they have done work for. Both the company and City of Miami Beach would greatly appreciate you taking a few minutes out of your busy day to complete the accompanying questionnaire. Please review all items in the following attachment and answer the questions to the best of your knowledge. If you have difficulty or cannot decipher the question's meaning, please provide your best judgment as to it's understanding and ~core accordingly. Please return this Questionnaire to Roman Martinez bv ___I20~,,2_ or earlier by fax: 305.673.7851; or e-mail romanmartinez@.miamibeachfl.Qov Please provide one Survey for the Contractor and one Survey for the Construction Project Manager or Construction Superintendent who directly worked on your project. Thank you for your time and effort. Gus Lopez, CPPO Procurement Director BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 38 C9 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139. www.miamlbeaehfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 I Fax: 305.673.7851 PERFORMANCE EVALUATION SURVEY Project Name: o Contractor (Bidder) o (Check one) Construction Project Manager and/or Construction Superintendent (Individual) Name of Above Phone or e-mail of above Consultant or Individual: Please evaluate the performance of the Contractor's fIrm and/or Construction Project Manager and/or Construction Superintendent (10 means you are very satisfIed and have no questions about hiring them again, 5 is if you don't know and I is if you would never hire them again because of very poor performance). NO CRITERIA UNIT 1 Ability to manage the project cost (minimize change orders) (1-10) 2 Abil~y to maintain project schedule (complete on-time or early) (1-10) 3 Quality of workmanship (1-10) 4 Professionalism and ability to manage (includes responses and (1-10) prompt pavment to suppliers and subcontractors) Close out process (no punch list upon turnover, warranties, as- 5 builts, operating manuals, tax clearance, etc. submitted (1-10) promptly) 6 Communication, explanation of risk, and documentation 11-101 7 Ability to foliow the users rules, reguiations, and requirements (1-10) Ihousekeeoina. safetv, etc...) 8 Overall customer satisfaction and hiring again based on (1-10) performance (comfort level in hirina contractor aaain) Overall Comments: Agency or Contact Reference Business Name: Contact Name: Contact Phone and e-mail: Date of Services: Dollar Amount for Services: PLEASE FAX THIS QUESTIONNAIRE TO ROMAN MARTINEZ AT 305.673.7851 BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 39 ATTACHMENT 3 Risk Assessment Plan Guide Introduction The purpose of the Risk Assessment Plan (RAP) is to capture the contractor's ability to preplan (identify the risks on a future project in terms of cost ($), time, and client expectation of quality and performance). The RAP is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience and expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. The RAP will become cart of the contract. RAP Plan Format The format for the RAP is attached. The RAP should clearly address the following items in a non-technical manner. 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate any change orders, or may be a source of dissatisfaction for the City. Attach a cost ($), time extension, or quality differential for every risk. 2. Explain how the Contractor will avoid I minimize the risk. If the contractor has a unique method to minimize the risk, it should be explained in non-technical terms. 3. Propose any options that could increase the value (expectation or quality) of their work. List any value or differential that the contractor is bringing to the project. No nameslll - In order to minimize any bias by the Technical Review Panel, the RAP must not contain ANY names (such as contractor, manufacturer, or designer names, personnel names, project names, product names, or company letterhead). The RAP should not contain any marketing Information. Lenath - The City's goal is to make the selection process as efficient as possible. Efficiency is to minimize the effort of all participants, especially those who will not get the project. Therefore, the RAP should be a brief, well organized and concise. The RAP must not exceed 2 pages. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 40 Font size - The font should be no smaller than 12 point. Oraanization - Outline format. The attached format is only a sample. Impact of Risks Risks are any items that you should be concerned with throughout the entire project. They are the most critical items that can impact the cost, time, or quality expectation of the client. The risks should be prioritized, or listed in order by the greatest risks at the top to the lowest risk in descending order. Each risk should have a cost and/or time concern. If the risk has cost implications, the actual estimated cost should be listed. If it has time concerns, the number of days should be listed. Ratina of Risk Assessment Plans The RAP will be rated by the Technical Review Panel assigned to this project. Rating criteria will be: 1. The understanding and minimization of risks. 2. Contractor's differentiation of their value. 3. Schedule. Checklist for Risk Assessment Plan 1. Are all names removed from the RAP: personal, project, or company names? 2. Does every risk have a cost or time attached to it? 3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless you perceive others are not doing it) 4. Does the RAP include all service, quality control processes; documentation that you do that your competition does not. 5. Are you including Public Relation risks such as interfacing with project managers, users of the facility, or auditlinspection personnel? 6. Do you have a simple schedule with major milestones? 7. Do you understand that anything you list becomes a part of your contract? 8. Does your RAP plan differentiate you? By how much? 9. Can your RAP plan make a non-technical person comfortable with hiring you? 10. Did you number the pages of the risk assessment plan? 11. Did you make one original and ten (1Q)copies of your RAP and enclosed them in a sealed blanked envelope? If all items are checked, your risk assessment plan is ready to submit. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 41 ATTACHMENT 4 Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to project cost (in terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables below as necessary. Maior Risk Items Risk 1: Impact: Schedule (Days) Solution: Risk 2: Impact: Cost ($) Schedule (Days) Solution: Risk 3: Impact: Cost ($) Schedule (Days) Solution: Risk 4: Impact: Cost ($) Schedule (Days) Solution: RiskS: Impact: Cost ($) Schedule (Days) Solution: Risk 6: Impact: Cost ($) Schedule (Days) Solution: Risk 7: Impact: Cost ($) Schedule (Days) Solution: Risk 8: Impact: Schedule (Days) Cost ($) Solution: BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 42 Risk 9: Impact: Cost ($) Schedule (Days) Solution: Risk 10: Impact: Cost ($) Schedule (Days) Solution: Value Added ODtions or Differentials (what YOU will do that the others do notl Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease project schedule, cost, or expectation. You may add/delete the value tables below as necessary. Item 1: Impact: Cost ($) nunonmnomm... ..n...nmm....... Schedule (Days) Item 2: Impact: Cost ($) Item 3: Impact: Cost ($) Item 4: ...............nonm__. Impact: Cost ($) Schedule (Days) Schedule (Days) Schedule (Days) Attached behind this page please include a copy of your company's Project Schedule. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 43 Page lof2 -......---...., . f " l~_. / RISK ASSESSMENT PLAN Maior Risk Items Risk 1: Dewatering for pile cut-off We think the use of a traditional wellpoint dewatering system (pipes installed vertically in the ground around the site to draw the water table down) is not possible for this bid package. There is insufficient time to obtain a deep well permit to dispose of the water generated by a wellpoint system. We believe it will take 2 - 3 months to get the proper permit. It will be very difficult to obtain this permit, install the wells and perform the pile cut-off work in the time frame discussed for this bid package. We feel the storm water system in the area may not be able to handle the amount of water that will be generated by well pointing the site and are unsure that approval to do so would be granted. We plan on obtaining a standard DERM dewatering permit to open pump (from one hole to another) and maintain the water on site. The risk is that the ground may not allow the water to percolate at a rate sufficient to open pump from hole to hole. If this is the case, a wellpoint system will be required. Cost Impact: Add $100,000.00 Schedule Impact: Add 45 days Solution: Our plan is to excavate only the pile caps we feel we can dewater each day. We believe that we can excavate 2 or 3 smaller caps or I larger cap, dewater, cut-off the piles and have them as-built by the surveyor all in one day. Our intent is to attack this operation so that we are dewatering in different areas of the site to maximize the soils ability to absorb the water. This may be an issue with the 46, 34 and 29 pile caps because they are so large. We propose to pour the 45 and 29 pile caps in two pours (cold joint in the concrete) if dewatering becomes difficult. We believe this is an option because the pile caps are very long and thin. The 34 pile cap may require additional pumps, local well points around the cap perimeter or sheet piling to help manage the water volume. Risk 2: Piles require excessive amounts of grout. We have included grout up to 50% over the theoretical pile volume. If additional grout is required to successfull y install the piles we would be looking for an add per cubic foot of grout at the unit price stated below. Cost Impact: Add $8.00/cubic foot Schedule Impact: 0 days Value Added Options or Differentials Item 1: Our lump sum price includes temporary steel sheet piling (interlocking steel wall) along the north retaining wall as a means of shoring. Cost Impact: Add $60,000 Schedule Impact: Add 7 days Item 2: Our lump sum price includes temporary steel sheet piling along the south retaining wall as a means of shoring. The existing City Hall roof overhang prevents installation of the proper length (35') sheets required to retain the soil. We have included tiebacks or soil anchors as a means to support the short (18') sheet piling that are able to be installed. Cost Impact: Add $120,000 Schedule Impact: Add 15 days Page 2 of2 (~ ' Item 3: Our lump sum price includes soft digging at the retaining wall to identify the locations of the existing 8" water main and 30" force main. Cost Impact: Add $2,000 Schedule Impact: Add I day Item 4: Our lump sum price includes a pre-construction survey including pictures, video and report to document the condition of surrounding structures. We also include vibration monitoring and periodic benchmark survey monitoring (point on adjacent building columns) during sheet pile installation to verify the work is within allowable limits and that adjacent structures are not being affected. Cost Impact: Add $12,000 Schedule Impact: 0 days Item 5: Our lump sum price includes overloading the augercast compression test pile to gain additional capacity so re-design costs are not incurred by the City (design fees and/or pile cap contractor change orders) if a pile is placed beyond the allowable installation tolerance. Cost Impact: Add $1,500 Schedule Impact: Add I day Item 6: Our lump sum price does not include bending hook bars on the tension pile reinforcing steel so that it is not damaged (broken oft) when the pile cap contractor re-excavates the pile caps. Cost Impact: $0 Schedule Impact: 0 days Item 7: Our lump sum price includes hauling off site the augercast earth spoils and excess grout generated during pile installation. We also include hauling off site the excavation spoils and pile cut-off butts/chips generated by our work. Cost Impact: Add $90,000 Schedule Impact: Add 7 days Item 8: Our lump sum price includes forming and pouring the 4 PC (SP) located at the south end of the north retaining wall. This pile cap must be constructed under this bid package because the retaining wall extends over the cap and abuts the pedestrian bridge column this pile cap is supporting. Cost Impact: Add $6,000 Schedule Impact: Add 3 days Item 9: Our lump sum price includes forming and pouring the retaining walls in two pours. This means there will be a cold joint at the location where the wall notches in and becomes thinner. We believe that the quality ofthe pour (reduce honeycombing) would be much better if constructed this way. Cost Impact: Deduct $25,000 Schedule Impact: Deduct 5 days * Note: Items I through 9 are included as cost and schedule adds or deducts in our lump sum bid price. Item 10: As a value added option we believe it would be more cost effective to have the excavation and dewatering under the pile cap contractors bid package as is traditionally done in the industry. We would still include pile cut-off and removal of pile butts/chips in our scope. However, we would return to do this work after the cap contractor had their dewatering system in place and began excavation. This option would eliminate the "doubling up" of costs to excavate and dewater. As bid, the pile cap contractor would still have to perform some excavation (clean and expose) of the piles because our dewatering system will be removed and the holes will fill with water (soil will slough in). Excavation around piles that are already cut -off with steel exposed is also and issue. There will be a lot of hand digging and cleaning around the piles to prevent damage to the rebar and prepare them for forming. The pile cap contractor will also have to provide their own dewatering system. It would be more cost effective to have them provide their dewatering system (either wellpoints or open pumping) for the entirety of the below water table work (pile cut-off and cap fonning/pouring). If this item is exercised, we would still include the excavation and dewatering for the retaining wall work under this bid package. Cost Impact: Deduct $125,000 Schedule Impact: Deduct 30 days * Note: Items 10 is not included as cost and schedule deducts in our lump sum bid price. '" o o ~ N N - N ~ 0 ..... '" Q) '" .0 N E '" Q) ~ +-' 0- '" Q) (f) N '" N ..... l/) '" :J ~ 0> N :J ~ <X: '" '" N N N ~ '" :J ~ ...., <0 ~ .... N Q) r- c: ~ :J ...., 0 ~ '" r- N >- 0 N CO :2: '" ~ '" '" N N N - 'L:; '" 0- ~ <X: <0 ~ (/) Q) (/) a:: .!!l ~ Q) ll= ro >- a:: OJ (/) 0 U Q) C - 0 3: ro c: - (/) (/) - IJJ (/) Q) ~ :J :J Q) a.. I- U OJ oil a:: c (/) I- - -C "i::: OJ - Q) ro - Q) C C (/) Q) (/) - '(ij C 0 ro .J:: 0 ro ro 1il :;::; E :;::; u (/) ...J U ~ Q) Q) u '- ~ '- c::: Q) Q) .-:: :J Q) Q) Q) Cl .J:: (/) '- OJ OJ '- (/) +-' - Q) a.. - :J Q) (/) :J - :J Q) 0 c <t: (/) E <t: - Q) ~ .t::! 0 ro a.. > ..... - - '- > - 0 0 :.c u ro ro 0 ro rl E E 0 't: Q) - - - '- S 0 '- (/) (/) Q) (/) X 0 & :2: a.. c c a.. c W LL .', \ ) (J,. / .. -_.- - t- O o N .....- OJ ::l '0 OJ .r::. () Cf.J '0 OJ rJ) o 0.. e 0... ATTACHMENT 5 Interview of Key Personnel Introduction The purpose of the interview is to rate the following of key individuals in their respective areas: 1. How well they see the project, from beginning to end. 2. Can they pick out and prioritize the critical points (risk) in terms of time and cost, and have they preplanned for them. 3. Can they continuously improve. 4. Can they measure their own performance. 5. Can they minimize change orders, additional charges, and customer dissatisfaction? Format The key personnel shall be evaluated by the Technical Review Panel during its meeting(s), and should be prepared to attend if invited to provide a presentation. The interview will cover the above points. They will be questioned by the Technical Review Panel and other individuals who may indude the procurement staff and personnel from several City user Departments such as CIP, Public Works and Parks and Recreation. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 44 00400. BIDITENDER FORM: Submitted: ( ?..!;).~/ofo Date City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done: that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02- PILING AND RETAINING WALLS The Bidder also agrees to furnish the required Performance Bond and Payment Bond 9f alternative forR'l sf Geourity, if J:lerR'litloc:l by tho City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. 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. BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 45 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of the Contract Documents: AJ.Jev-J.().~ 1,;(,'3,l1 . Attached is a Bid Bond [ ], Cush [ ], Money Order [ ], UnconditionClI Letter of Credit [ ], Trousurer's Chook [ ], Bunk Druft [ ], CClshior's Chock [ ], or Cortiflod Chock [ ] for Doll:Hs sum BClnk of of No. tho ($ ). in the amount of $.....,......00 equaling 5% of the Bid Price. The Bidder shall acknowledge this bid by signing and completing the spaces provided below Name of Bidder: City/State/Zip: ;1'Va w\.,' , Telephone No.: Social Security No. or Federal I.D.No.: 5~ - O~~ q (50 Dun and Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: NI/t BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 46 (Siqn below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) (Siqn below if incorporated) :z; ~ ~s"'e",y E1saV"~ rO~11'0Y\ C&. .1'Y\.~' (Type or rint Name of Corporation) , (CORPORATE SEAL) R~~y-cl w. f:b54Yif: . f(~SiJ~V\.T- (Type or Print Name Signed Aoove) Incorporated under the laws of the State of: fro (1'1", BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 47 Washington IN1UINo1OlONAL NSI..JFWI:;E C(;UiWff '~T' 300 Puk Boulevard, Suite SOO, Itasca, Dlinols 60143-2625 630/227-4700, Fax: 630/221-4817, 800/338..()153 BID BOND (AlA 310) Bond No. N/A KNOW ALL BY THESE PRESENTS that Ebsary Foundation Company, Inc. WHEREAS the Principal has submitted a bid for Multipurpose municipal parking facility bid package 02 - piling and retaining walls. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the ObligeE in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Document~ with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed, sealed and dated DECEMBER 19th, 2006 By JOHN W. CHA By N Attorney-in-Fact & FlA RES. AGENT NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERN A TIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. THAT North American Specialty Insurance Company. a corporation duly organized and existing under laws orthe Stale of New Hampshire, and having its principal office in the City of Manchester. New Hampshire. and Washington Intemational Insurance Company, a corporation organized and existing under the laws orthe State of Arizona and having its principal office in the City of Ita sea. Illinois. each does hereby make, constitute and appoint: JOHN W. CHARLTON and D. W. MATSON. III JOINTL Y OR SEVERALL Y Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature ofa bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or pennitted by law, regulation, contract or otheIVIise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10.000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: '-RESOL VED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice Presidenl, the Secretary or any Assislant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized lo attesllo the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Altorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond. undertaking or contract of surety to which it is attached:' 6 ~ ~,\,\\llUUIIII/J1 ~\~ (j\~UTl' f. IJ~ #q<:c;.............~~ ! ~~.,.(P"'POR~1;.'% EiI! SEAL W;~ ~ffi\\. 1973 Iu}:;~ \"fi.'......}fAMf1'3t.~~i ~+.(......:.:..."..,,:,,"'b~~ ~~Jf. "'uN" >>.... ~\\~ Illf"'lII1l\\\\\'~ By Sl~~~n P. Anderson. Pr"sid~nl & Cbid Eu"uli"e om"e. of Wnbinglon Inrl!rnalionalln.unn"~ Cnmp~n)' & Vie~ Presid~nl of Nonb American SpftialTy Insuranee Company 1J,c ..42-r~~ By David M. Layman, Vi~ Prelidenl or WaSbinlllon Inlemarionallnlurnnc~ Company & Viee Pl'l!lid~nl o(Nortb AmericlUl S~clalty Imunm"e Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 28th day of June . 20~. North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 28th day of June , 20~ before me, a Notary Public perSonally appeared Steven p, Anderson , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M. Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies, "OI'I'IOALSEAI." SUSAN AHSS. 1IoIo'y~-"'- My~&lii...7l1il3JJ8 I, James A. Camenter . the duly elected Assistant ecretarv of North American Specialty Insurance Company and Washington International Insurance Company. do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. / /1--{.4L<'~ / t4~ Susan Ansel, Notary Public IN W1TNESS WHEREOF, I have set my hand and affixed the seals of the Companies lhis 19-. day of December , 20~. ? -.... '4 r8~'/'~ J:Ulles A. Carpenler. Vice Presidenl & Assislanl SeCrelill')' orWashinglOn InlemalionallmuriUlCl: Compllll) & North American Special!)' lnsurllllce Company 00405. CITY OF MIAMI BEACH LICENSES. PERMITS AND FEES: Pursuant to the Public Bid Disclosure Act, each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The prospective bidder (General Contractor) must have a valid State of Florida General Contractor's License. LICENSES, PERMITS AND FEES WHICH MAY BE REQUIRED BY MIAMI-DADE COUNTY THE STATE OF FLORIDA, OR OTHER GOVERNMENTAL ENTITIES ARE THE RESPONSIBILITY OF THE GENERAL CONTRACTOR. 1. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. 2. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: al If the contractor is a State of Florida Certified Contractor the followina will be reauired: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption bl If a Dade Countv Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES ,lCOMPANY AND PERSONNEL) AND CORPORATE CERTIFICATES WITH YOUR BID RESPONSE As per FBG 1822.1.20, the City shall hire and pay for Special Inspectors for Piling as required. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 48 00407. SCHEDULE OF PRICES BID: Consideration for Indemnification of CITY $25.00 [Xl Cost for compliance to all Federal and State requirements of the Trench Safety Act' [NOTE: If the brackets are checked or marked, the Bidder must fill out the Trench Safety Act sheet, Page 63, Section 00540, to be considered responsive.] BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 49 SCHEDULE OF PRICES BID: BID NO. 17-06/07 MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02 - PILING AND RETAINING WALLS BID FORM (Page 1 of 2) Our LUMP SUM BID includes the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, demobilization, overhead & profit, insurance, permits and taxes to complete the Work to the full intent as shown or indicated in the Contract Documents. Lump Sum Bid: $ L1l(,ooo,oO .. ~ Of\e... VY\n\~oY\ ~e..Vi4". P\1AY\dre.cA ~ell~yvt+V)iA.5a.rJ. a..v-J. 00/100 Written Amount :::::T:::E I:Z:;?-#~:t:^,.~~1>'on Co. I ;f,,~ , TITLE/PRINTED NAME: SCoff Al.f'e--fe..., A~ V,'c.e... Pre..SI'deY\.t- ADDRESS: ?-l5l..f ,N,W. N(){+J-.... RNe..r Dr. . M.c'GtW'\i ,FL 3~1~5 , TELEPHONE NUMBER: ('305) ?~5' -05"30 FAX: (?1d5) 3J.'5 - g-6~Lf BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 50 LIST OF UNIT PRICES (For Information Purposes only) BID FORM (Page 2 of 2) Please provide the following cost for each unit line item and include this form together with your Schedule of Prices Bid Form on the previous page. Both forms need to be submitted in a sealed envelope, you may place your company's name on the outside of the envelope. Item # 1 - Additional Piling Unit of Price Measurement Per Lineal Foot $ Auger Cast Grout Piles (div. 02 Section 371) 3~.oo Item # 2 - Additional Mobilization Unit of Price Measurement Work shall include all cost associated with mobilizing Each $ equipment and work force to the job site location. 'J..O,C() 0 Item # 3 - Additional Demobilization Unit of Price Measurement Work shall include all costs associated with demobilizing Each $/O)OOD equipment and workforce from the job site location. Item # 4 - Cast In Place Concrete Unit of Price Measurement Work shall include all costs associated with cast in place Cubic Yard $'100 concrete BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 5] 410. BID CYAR/'.NTY BOND FORM ICity te preville} (Standard Form used bv Surety ComDanv is acceDtable U~lcmJ[)ITIONAl leTTeR OF CRe[)IT: gate sf ISEldS ISSbliRg iaAk's ~J9. i8Asfisiarv: AeslicaAt: City sf Mia~i ie9st=l 1799 CeR\f8Rti9R CeRter CFi':e Miami 8esQtl, Florida ii13Q P.FR9WRt: iFl URitea States FblFlag ExpiriFlg: (Date) BiElICeRtFast ~1l,lFflBer '.^.(e RBr-eby al::Jtt.leFize yel::J te ara.~J SA at (!laRk, ItEl=I8r Rame) by Sr=Q8r sf aFlGl ter tt=le aG:C9wFlt (BFaRSi:l aaaress) sf (C9Rtt=aCtQF, applicaRt, sl:IsteFRer) b1p i9 SR aggr=egate aFR9l=1F1t, iR YFliwa itaws FblRas, sf available BY ye'=lr aFa~s at sigt=lt, ass9MpsFlies by: 1. f. sigAeel stateFRBAt JFem iRe City MaRsger af tf:le City sf MisFRi Iieasl:l, Sf Ris aI:JttxleR29a FSpF989Rtati'Je, tRat tRe gFa~:JiRi is elbl9 is Gl9fsbllt iA peFfeFFASRCe sf 9Bligati9F1S SA tt=le paR: sf agF9S8 I:IpeA sy BRa (S9RtFaSWr, applissRt, EiblGteFRSr) S8t\~J89R City sf MiaFRi iea~R, F"lgFiga aR~ (&sRtFaGtar,.appli&aRt, sl;IstSFRer) lill,lrSl,laRt te ti:le l!liEl.'CeRtFaGl Ne. fer (RaFfle 9f IilFejeGl) OFafts Ffll,lSt Be aFa>::R aRa Rell9tiatea Ret later ti:laR (8)(,aiFati9R ~ate) Dmfts FRl;IGt Dear tAe &18\,1&e: "Ora\.a/A \,lASer letter 9f CFQait ~Js. sf aatea BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 52 (8aRk Ramel TRis letter ef Cr:eelit sets fer:tR iR flolll teFFRs ef ewr wReleFtakiRg, aReI SWSR wReler:takiRg &1:1311 Ret iFl SAY ':Iay b8 FR9gi~8g, Sfl:l8RQeS, er aFJlplifieQ lay r8feF8Rt8 te SAY Q9SblFR8F1t€, iRstrblmeRt, Qr sgr:eemeRt r:efer:reel tQ Rer:eiR Qr te 'lIRiSR tRis letter Elf Cr:eelit is r:ef8r:reel Qr tRis letter Qf Cr:eait r:elates, aRa aRY SblSR refereRS9 sRall RQt be eleemeel te iRS9Ff3eFate R8F8iR lay F9feF9RQ8 SRY g9e;~FReRt, iRStR:lFR9Rt, er SgF99FR9Rt. \~J9 h9~91ay 391=99 '.vith iRe Qr-mf:ers, 9REleFS9F8, sRa B9RS figs Aela9F8 9f all araAs Sr:a>:JR bUlBar SA61 iA GQFRJ}liaAS9 "a/ith tRe ter:R:18 e:f tf:1is letter 9f Creait tRst S'=ISR Glr:aJts 'IJiII ge sldly 1=l9A9f9Q b1p9A pF8S9RtatieR Ie tRB 6h=8o':.(99. TRe exeGloltieR ef tRe CQRtFaSt aReI tRe sblbmissiQR ef tRe r:eEllolir:eel PeFfeFFRaRSe SRa PaYFR9Rt G'=IBFaRty SRg IR8b1FaRS9 CeFtifitaw lay tl:18 (&eRtr:aaSf, applicBRt, sblsteFRer) st:lalllae a r:alesse 9f all elaligatieFls. TRis Letter af CFeait is sbllajest ie tRe "UAif.eFFR Cl::IsteFRs aAet PFastise fer DaSI:IFReAtary CFssits," IRt9r:F1Sti9ASI Cl:taFRlaer 9.f CeFRFR9~9 (1 QQ3 F9'/isi9A), f'bllalitati9R ~Je. '399 SAg 19 tl:19 PFe'JisiSAS af FleAGle 19\-J. If a Q9RJlist be~::geR tho LJRifeFFR C~steFRE SAg PFastiS9 Jar OeS~FR8RtafJ' CFSEUt8 BREI FleFiEla 181:: 8Re~IEI aFiE9, FleFiElB la'.\' 8Rall pF9',ail. If a seR~ist b9t\'fgeR tRe la\"J 9f aRetRer Etate sr ce~Rtr1J sREI FleriEls Is ~'.v GRebil; aFiE8, Fler-iag 1a\1'.' sRslI pFSv~i1. .'\blttxlsFizeEl SigRatblr:9 BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 53 00500. SUPPLEMENT TO BIDITENDER FORM: THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. QUESTIONNAIRE The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business while possessing one of the licenses, certifications, or registrations specified in Section 00405? License/Certification#/Registration# G. c... L~( e ","c,'L # Years "30 + 1A. What business are you in? !tea. V, CoY''">tV'\I-L+{O\l\. 2. What is the last project of this nature that you have completed? R\ve...Y"' Oa..~S Cav-JI'IW\.tY\'IlAM-I'\51 ,v.j,IJ, SMtJ... RI'~V()r'IA1Io., ~~VSOl^ Ave... '-011<. - 40 I J~~1'1Y'\ Ave.. . A1tk rni fX&(d.. I 3. Have you ever failed to complete any work awarded to you? If so, where and why? f'Jo 3A. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. Nt A- 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work: BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 54 4.1. Ba.~ '1vo.r---,,>Iea..lA- "600 N. ~q N~., ~Jly~l f\9fE05-b"G05 (name (address) (phone #) 4.2. &\oh. KTh~k -3731 Coll~s MI'L, M.. &l1 C'f5l.l)05'O -oo;).f:, ~ (address)' (phone #) 4.3. C:Svv 5. List the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers.) 6. ORIGINAL CURE NT NAME OF OWNER & CONTRACT CONTRACT PROJECT PHONE # tt VALUE VALUE f~r-{~IA(t1- !/--I" ,<(;70 1t Vfl/.. ll70 ~o7 M!c..- j( {,IIJ(),ou> f4/FJ..tJ,ooo VOl Tri - ~~ \ So",rJ.- }Vot/! - .R5'17,S'oD t.B7?5Ov 'J(Ot (Continue list on insert sheet, if necessary.) Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? Ye s DATE OF COMPLETION PER CONTRACT % OF COMPLETION TO DATE <=to Z. "15 l. (0 i, 7. Will you subcontract any part of this work? If so, give details including a list of each subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount, the approximate percentage, and the work that will be performed by each such subcontractor(s). Include the name of the subcontractor(s) and the approximate percentage of work. Yfl"}, ~y..S-N,^cl6YoU.f Gif. I /~!." -fO('>'Y\,4 fOv.r ve-tO'. ~ V'..\Yj W,^-( I s r'V\dvJ IYj-----f" I-L <'cy5. The foregoing list of subcontractor(s) may not be amended after award of the Contract without the prior written approval of the Contract Administrator, whose approval shall not be unreasonably withheld. 8. What equipment do you own that is available for the work and provide copy of their maintenance records? BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 55 Make: AV'I\..l'{\' cp j"\. Model: l~qo Year: ~.{. nl(J1\ V\. (No 9. What equipment will you purchase for the proposed work? Make: Model: Year: N/ir ( 10. What equipment will you rent for the proposed work? Make: Model: Year: Nt A-- 11. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. Sc.o t+ Al.p<...\~. f. M . , ft\; /L.t- GOy\.'Z.'61Je.z... ) Supt. *" .se~ ~~W\.eS' (;(:lfo..c.J\~ +0 br'J. &c..v..m.~t5, 12. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 12.1 The correct name of the Bidder is 'f1,so..t",/ ~,,,~...J~.:hoY'(O. ;:II'\L' 12.2 The business is a (Sole Proprietorship) (Partnership) (~ BID NO: 17-06/07 D ATE: 11/22/06 CITY OF MIAMI BEACH 56 12.3 The address of principal place of business is ;1.'9-1 /J.l,J, No~ R,ve.r ()y: A1io.~, FL.. 33J~ J , 12.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Y\rkd. 66 Sa.f'f' P('<LS ;J<LY\ f- ) SLOtt- A Jf.e1e. / l/tee.. Prestcli'r\+- +- Se.cre-ia,Yt 12.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. AI/+- BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 57 12.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. N(A- 12.7. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). JJ(A- 12.8 List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute: and the final outcome of the claim. Sf'.e.- a. tb.cl.J S".u.k- /Jr t{Y'S~V' +0 3h(\~ ilA.e.~+,'ol'\. BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 58 ANSWER TO OUESTION 12.8 1. Ebsary Foundation Company vs. Downtown Dadeland Residential Condominiums. LLC and Platte River Insurance Comoany Case pending in the Miami-Dade County Circuit Court. Case No. 06-2174 CA 08. The dispute arises out of tbe Downtown DadeJand project. located at 7250 North Kendall Drive. Miami. Florida. Ebsary initiated the lawsuit seeking payment of a balance of $973.411.65 owed to it for unpaid toundation work at the project. consisting of the installation of augercast piles. perimeter and interior sheeting. The primary Defendant is the owner of the project. Downtown Dadeland Residential Condominiums. LLC. Ebsary perfected a construction lien on the project for part of the money owed to it ($710,182.85). During the Course of the lawsuit Ebsary's construction lien was bonded off by the owner and Defendant. Platte River Insurance Company. Ebsary's claim against Defendant. Platte River Insurance Company is upon the payment bond. The owner. Downtown Dadeland has denied Ebsary's claim, filed affirmative defenses. and a countcrclaim based upon alleged defective performance and alleged delays to the coilstruction project. The amount of the owner's counterclaim against Ebsary has not been deternlined: but is allegea to be in excess of $15,000.00. The owner's counterclaim includes a claim against Eb~ary's pertonnance bond on the project. which was issued by Washington International Insurance Company. As' a part of the same case, the owner also filed its claims against the general contractor on the project. Miller & Solomon General Contractors. r nc. The claims of the various parties are still pending. and are being litigated in the Miami-Dade County Circuit Court. There has been no !'inal outcome on the claims of any of the parties. 2. Ebsarv Foundation Company vs. Ma!!na Casa Development. LLC. K&A Lumber COlllpany. Inc.. Intercounty Laboratories. Inc. and Ma!!na Casa. Inc. Case previously pending in the Broward Cqunty COitl1, Case No. CACE Of-020723 [need further information]. We. rv,.,vt.... b~ ~o-I "- ctV\t1-. u...Se. I'') se.;ft-'~. 3. Ebsarv Foundation Company adv. Franklin Green and loanella Green Case previously pending in the Dade County Circuit Court. Case No. 03-18474 CA 01. This case was a claim tor damages against Ebsary for personal injuries sustained as a result of a trip and fall at a construction site. On October 27, 2004 the trial court entered a tinal order of summary judgment in favor of Ebsary_ The trial court's decision was affilmed on appeal on January 25. 2006. and that was the tinal outcome of this claim. 12.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder. its principals or officers or predecessor organization(s) were defendants. Jv0- 12.10. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. N(1t 12.11. Under what conditions does the Bidder request Change Orders. -.sf +kfe.... IS ~ ~-f41'oJ cht'^'~ t'Y\ +t.-(!.... S(L)r- at- /MJv* o~""'\a If/. Cr;Y\t~~ a.rJ./ 0 y -fhL s,'-/-JL CNJ,'+loy\ d~{:/.ey- ffC>I^- ~t- W~S ~~5e-r'\.te..i t'V\. -thL CoY\. ftad- Joe kl1'\...~+S . BID NO: 17.06/07 DATE: 11/22/06 CITY OF MIAMI BEACH S9 00520. SUPPLEMENT TO BIDITENDER FORM NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this ;1.;2... day of Pe..~e V- , 200~ The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. 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. The Bidder states that this Bid is based upon the documents identified by the following number: Bid o. 17-06/07 ~tf- A-}rlJ~ PRINTED NAME V\'c..~ f(e...s !Jt.V\:r TITLE (IF CORPORATION) BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 60 00530. SUPPLEMENT TO BIDfTENDER FORM DRUG FREE WORKPLACE CERTIFICATION THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. The undersigned Bidder hereby certifies that it will provide a drug-free workplace program by: (1) Advising all employees/prospective employees, including those of subcontractors. that a prerequisite condition of employment on the Project will be passing a drug screening test. (2) Certifying that a drug screening test shall be carried out prior to any employee starting work and the cost of all tests shall be the responsibility of the Contractor and be included in the Lump Sum Bid Price. (3) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (4) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (5) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraphs (1) & (3); (6) Notifying all employees, in writing, of the statement required by subparagraphs (1) & (3), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (Ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 6] (7) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4 & 6) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (8) Any employee who tests positive on a drug test and or is convicted of drug abuse shall not be allowed to work on the Project site. (9) Within thirty (30) calendar days after receiving notice under subparagraph (4 & 6) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action. against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency: and (10) Making a good faith effort to maintain a drug-free workplace program through Im,l,m"I,II" of "b"",,,,h,(1) Ihme,h (9). ~(f{fL . ( idder Signatur fb~f'~ fblArvlo.+/n.,^ G. ~ . (Print V. ndor Name) STATE OF f(.('\~ COUNTY OF]r\.L~x ...... (1N1<L.. The^~foregq,ing instrument was acknowledged bejorfh JT1e this ~~ day of ~t..r ,20~,by ~-f4- tt1~e....... as , I ./1r. A f perso whos signature is being notarized) .ilIa.. p-~5)c~4\.,t- (title) of 11' ~ , -----., (nam of corporation/company) <:known to m~o be the person described herein, or who produced as identification, and who did/did not take an oath. ~~PU4- . Si a~r~ :; ~A ~ L; ZH/lU (Print al1le) o"':.;''<t, MAGALYLIZANO My commission expires: ... MY COMMISSION 100 220911 " EXPIR~5: June 8, 2007 ol'... f>~ &md~,1 Thru B~Y:let Noh!)' $eNicas "'''eOFftC~ BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 62 00540. SUPPLEMENT TO BIDITENDER FORM TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECT~ON 00407) 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 INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE 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 PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method 5l-.~e.."" Pi\ \~ 51= ~}?OO ~~O() {'tJJ.5'oO .s~Y'l'V\j . ~ cy ~1S- 1t~5,OO I',~S- ~ Total $1~3;315 BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 63 IN ORDER TO BE CONSIDERED RESPONSIVE, THE BIDDER MUST COMPLETE* THIS FORM, SIGN AND SUBMIT IT WITH ITS BID DOCUMENT. G. .:+J'\.C. , *COMPLETION REQUIRES FILLING IN THE APPROPRIATE DETAILS UNDER THE HEADINGS. I.e., DESCRIPTION. UNIT. QUANTITY PRICE, UNIT PRICE. EXTENDED, AND METHOD. BID NO: 17-06/07 DATE: Il122/06 CITY OF MIAMI BEACH 64 00550. RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recyded material content in the products bid. The City is particulariy interested in the type of recyded material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 65 IDENTIFICATION PAGE Multipurpose Municipal Parking Facility Bid Package 02 ITB # ] 7 -06/07 Ebsary Foundation Company, Inc. 2]54 N.W. North River Drive Miami, Florida 33]25-2297 scotta@ebsaryfoundationco.com Phone (305) 325-0530 Fax (305) 325-8684 Federal Tax ill No. 59-0229]50 Declaration: Ebsary Foundation Company, Inc. is a Florida Corporation established in ]930. k~~ Scott Alfele, As ice President " ] 2/22/06 TABLE OF CONTENTS A. QUALIFICATIONS OF EBSARY TEAM 1. Organizational Chart a. Resumes b. Licenses c. Corporate Certificate 2. Staffing Plan B. PAST PERFORMANCE 1. Reference Lists a. Company b. Project Manager c. Superintendent 2. Customer Reference Listing (Three Sample Projects) C. RISK ASSESSMENT AND PROJECT SCHEDULE 1. Risk Assessment Plan (Blank Sealed Envelope) 2. Project Schedule (Blank Sealed Envelope) D. BID PRICE 1. Schedule of Prices Bid (Labeled Sealed Envelope) E. ADDITIONAL BID FORMS 1. 00400. Bid/Tender Form (Bid Bond Attached) 2. 00500. Supplement to Bid/Tender Form (Questionnaire) 3. 00520. Supplement to Bid/Tender Form (Non-Collusion Certificate) 4. 00530. Supplement to Bid/Tender Form (Drug Free Workplace Certification) 5. 00540. Supplement to Bid/Tender Form (Trench Safety Act) 6. 04000. Acknowledgement of Addenda 7. 06000. Sub-Contractor Listing Information 8. Equal Benefits for Domestic Partners a. Proof of Benefits ~ 0..; N" .~ t: o ~ .t:: ~ ~ P-. t 0 ;> E- O i:: ~ 0 ..<::: ~ U 1:l S U 0 rn 0 "0 d ~ .~ 0 r/l .... -< ~ P-. .. Z <I) g- O 0 " "~ ~ ::> r:n ~ '" E-4 r/l oi ";J ~ ~ - r/l <.S i:: <a ] :;;: 0 U ~ .~ 0/) ~ ..<::: t: f! ;:::l 0 0 0 0 Pa 0 0.. 0 ~ r:n 0 ~ 14 0 ::> N 0 1 .. g- d r:n 0 ...." ~ 0 .a "- 0 ~ .E .s; SCOTT A. ALFELE Position: Vice President and Qualifier Ebsary Foundation Company, Inc. 2154 N.W. North River Drive Miami, Florida 33125 Phone (305) 325-0530 Fax (305) 325-8684 Manage company estimating, project management and field operations. Experience: Ebsary Foundation Company - 13 years as estimator/project manager including 9 years as v.P. Education: Bachelor of Science in Business Administration University of Central Florida Master of Business Administration Florida State University Licenses: State of Florida Certified General Contractor (CGC059721) Miami-Dade County Certificate of Competency Structural Engineering (E502) Certifications: OSHA 10 Hr., Trench Safety, CPRlFirst Aid James Mike Gonzalez Position: Vice President of Operations Ebsary Foundation Company, Inc. 2154 N.W. North River Drive Miami, Florida 33125 Phone (305) 325-0530 Fax (305) 325-8684 Manage all field operations. Experience: Ebsary Foundation Company - 20 years total including 8 as a Foreman, 10 as a Superintendent and 2 years as V.P. of Operations. Work included augercast piles, H-piles, wood piles, prestressed piles, steel sheet piling and marine construction. Heavy Constructors -13 years as a piledriver and diver. Work included pile driving, sheet pile installation, forming, bridge construction and pipeline work. Education: Hialeah High School graduate Certifications: Certified Journeyman Piledriver Certified 3G Welder OSHA 10 Hr., Trench Safety, Driver Training, CPRlFirst Aid AC# 2 6 0 6 0 0 3 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L060605 LICENSE NBR 06 05 2006 058089749 CGC059721 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2008 ALFELE, SCOTT A EBSARY FOUNDATION 456 NORTH COUNTRY ATLANTIS PALM BEACH JEB BUSH GOVERNOR COMPANY CLUB DRIVE., FL 33462 DISPLAY AS REOUIRED BY LAW SIMONE MARSTILLER SECRETARY ,;' ';1-['.:['[:: C(;!jf\j 1" 1'( :l3~iC "!JORkS DE;J,(,_:-<;T;_1i.:~-i~ ;')\/j l-:I.~n-![-:-:EI :~= ,S,C, ',~! i ;)~, i,::;,~Si :i.':J-2~:GS Cl.,,\T.~~C TJk Tf:.Aut:: -..:HGII\i~ckli\4G dUSIN'::S::' CEkiIFICATE ~F CJMPETENCY EXP~kES L~ J9/30/2007 ~oSARY F0011J~TIGi~ COMPANY 5 T ;{UCT U R..{L ' ~ t,(; C.C<lll ~'~u.:: L...;...;-2 Q.A.: ALFcLE SCOTT A 5.5. Nu~: 264-49-5418 P. ~.. QUAUFYING AGENT (QA) Musr SUPERVISE, DIRECT AND CONTFiOI_/J..J... "'''VMj( I MIAMI-DAOE COUNTY TAX COLLECTOR 140 W. FLAGLER ST. 14th FLOOR MIAMI, FL 33130 2006 OCCUPATIONAL LICENSE TAX 2007 MIAMI-DADE COUNTY - STATE OF FLORIDA EXPIRES SEPT. 30, 2007 MUST BE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODE CHAPTER SA. ART. 9 & 10 FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 THIS IS ["~'~'-:- ~ 3:'_ ,~_...., ~ ~- ,-~ -o.~,. 435963-4 BUSINESS NAME I LOCATION EBSARY FOUNDATION COMPANY 2154 NW N RIVER DR 33125 MIAMI RENEWAL LICENSE NO. 455030-8 STATE# CGC059721 OWNER EBSARY FOUNDATION COMPANY Sec. TYpe of Business l~b GENERAL BUILDING CONTRACTOR WORKER/S 40 THIS IS AN OCCUPATIONAL TAX ONLY. IT DOES NOT PERMIT THE LICENseE TO VIOLATE ANY EXISTING REGULATORY OR ZONING LAWS OF THE COUNTY OR CITIES. NOR DOES IT EXEMPT THE LICENSEE fROM ANY OTHER LICENSE OR PERMIT REOUIREO 8Y LAW. THIS IS NOT A CERTIFICATION OF THE LlCENSEE'S QUALlFICA. TlON. DO NOT FORWARD PAYMENT RECEIVED MIAMI-DADE COUNTY TAX COLLECTOR: 08/04/2006 60060000167 OOQ"ll1Jli .-.00 EBSARY FOUNDATION COMPANY RICHARD EBSARY PRES 2154 NW N RIVER OR MIAMI FL 33125 1.,11."11",,11,,),1,/,/,,,1.1,,1.11,1,,1.,,11.1,,/,1.,1,,1.1 1ill'pnrtWl'nt of ~tatr I certify from the records of this office that EBSARY FOUNDATION CO. is a corporation organized under the laws ofthe State of Florida, filed on August 8, 1930. The document number ofthis corporation is 122915. I further certify that said corporation has paid all fees due this office through December 31, 2006, that its most recent annual report/uniform business report was filed on March 13,2006, and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal ofthe State of Florida at Tallahassee, the Capitol, this the Fifteenth day of March, 2006 CR2E022 (2-03) i::::n:::l !:l STAFFING PLAN Primary Contact: Scott Alfele, Project Manager Sheet Piling: Gerry Chenevert, Project Manager Doug Calais, Superintendent Augercast Piles: Scott Alfele, Project Manager Mike Gonzalez, Superintendent Florida Erection Services Inc., Sub-contractor to tie cages Chin Diesel, Inc., Sub-contractor to haul spoils/grout Excavation/Dewatering: Mike Gonzalez, Superintendent Chin Diesel, Inc., Sub-contractor to haul excavated spoils Pile Cut-Off: Carl Dunbar, Foreman Chin Diesel, Inc., Sub-contractor to haul cut-off butts Retaining Walls: Construct Group Corp., Sub-contractor to fonn and pour retaining wall pile caps and walls Backfill/Compaction: Gerry Chenevert, Project Manager Doug Calais, Superintendent All Ebsary personnel discussed above are available for this project. :;::8:;:::;l!;l:H~g",@ iiiii~ii~~ w ~Bl8~~~fJfJ~~ ~~~~~~~~~~ m......MN..........OI...........M .. .. >; ::I:) .c:.c: ~~]!II:1!.~iii~ :t::~l!!~~51 :ii cll"'..12:ll,!1. 0: ~..... asal .~ '~ ",0 ~~M~~~~~~O"""NM~~~~~O>O......NM~~ 8~8~~~8~~ooooooooooSSSSSS ~ ~ E o . . a EO . EO ~ c " ~ c . E on e N 18 "jij ~ ~ . ! ~;S o~.1l H- E ~. ~ c ~ ~E_ :::IE:B p;;; E ;~~ 1'5 -~ ~l6'\V .. ~ . c co_ o." .!!-;;~ pc ~U ~~D: o~~ 1iH E~! ~c. ~S~ ~ .~~Si J. E."e: rJJ K~d 1\)- - CI) aU J!!E'Ox ~ 8.5 J!! ~ c. o..m .!! l5 0_ ...Ju.u.o... SU;;!fll(V)~~128N~ iD11S,.... ~va)/'..,....~ _ nnl~lin~ l;l 1Bl8~lHl88~~ S:iiii5lala!3~~",l'l ~~~~~s~;:~~ JI! ~ ::lI::lI ..c:..c: fiHH ~ ~H~ .z",ee~:l!:1Z;;s'" l-l- iiS~ ~ a ~ ~ o . .8 E . E 'E . E c . E e -.; E ~ c ~~ .!!S ~~ .85 ~>l c~ EO Erg p; d c _ . . ~ ~ 6.5 ." -. ~~ e E ~ 0 'l!'" '0'0 ~ c .!l.Q E" ~ ~ c1ii E ~ ~~ j,j-~ S 1i"E IfJ U~ 8H B5 ~H ililH 1;i)al3 ::Ju..a:: !II. " ~ !lIl € ~ ~~HHUH &jO)l!!I.'!!~>S2~::::Jr:r:; ~l- MtB & ~ ~ o . .11 E . E ~ c ;; . E c . ~ ~ ~ ~ 5i~ .!!2 ".11 .11_ g1ii c_ EO eil 11:;; ~~ [ij1ii . ~ 5.E -" .- . ~~ U 1;15 " c .11~ g! c. E . ,~ ..~'(; .t:! _s:- !it;~ K:52 g~ $ !!~~ i!H '5a1A ]lol ~"-Q. 00708. FORM CERTIFICATE OF INSURANCE A form Certificate of Insurance will be attached here. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 77 This certificale is executed b Libe Mutual Insurance Grou as res cts such insurance as is afforded b those: com 'es. BM0068 Certificate of Insurance This certificate is issued liS II matter of infonnation only and confers no rights upon you the certificate hollk:r. This certificate is not an insurance policy and does nOI amend, exlend, or aller the coverage affordedb the licieslistedbelow. This is to certify that (Name and address ofInsured) ~ Libertx ~ Mutual.. Ebsary Foundation Company Ebsary Construction Services 2154 NW North River Drive Miami, FL 33 125 IS, al the Issue dale oCthis certifICate, msured by the Company under the poilcy{lCS) lISted below. The mswance afforded by the listed potiCY(les) IS subJecl to all their terms, exclusions and conditions and is not altered bv anv .....l'Iuirement tenn or condition of m.", contract or other docwnent with I'Csnect to which this certificate mav be issued. Expiration Tvoe EffJExn. Date(s) Pollcv Number(s) Continuous. 10/0112006/10/0112007 WC1-151-021626-656 ,~~, f1Y1~16/0J ,- - X Extended Policy Tenn Workers Compensation 1 % 1/2006 /10/01/2007 TBI-ISI-!l21626-676 General Liability U Claims Made I X I Occurrence Retro Date 10/01/2006/ 10/01 :2007 ASI-151-021626-666 Automobile Liability X Owned X Non-Owned X Hired Limit. of Liabilitv Coverage afforded under we law of Employers Liability the following states: FL Bodily Injury By Accident $500,000 Eacb Accident Bodily Injury By Disease $500,000 Policy Limit Bodily Injury By Disease $500,000 Each Person General Aggregate-Other than Prod/Completed Operations $2,000,000 Products/Completed Operations Aggregate $2.000000 Bodily Inj ury and Property Damage Liability $1,000000 Personal and Advertising Injury $1000000 Other Liability Other Liability $300,000 Dm. oforem rtd to vo $10,000 Medical Pavments Each Accident - Single Limit ~ B. I. and P. D. Combined $1,000,000 Each Person Per Occurrence Per Person I Or2animtion Eacb Accident or Occurrence Eacb Accident or Occurrence C Job: ITS-NO. 17-06/07- For Multipurpose Municipal Parking Facility Bid Package o 02 piling and retaining walls; 1755 Meridian Avenue, Miami Beach, Florida M M City of Miami Beach is listed as Additional Insured with respect to General Liability Coverage. E N T S -If the certificate expiration date is continuous or extended term, you will be notified. if coverage is tenninated or reduced before the certificate expiration dale. However, you will nOI be notified annually t'f Ihe continuation of coverage. Special NOlice _ Ohio: Any person who, with intent to defraud or knowing thai he I she is facilitating a fraud against an insurer, submits an application or files a claim containing a false or deceptive statement is guilty of insurance fraud. Important information to Florida policyholders and certificate holders: in the event you have any questions or need information about this certificate for any reason, please comact your local sales producer, whose name and telephone number appears in the lower left comer of this certificate. The appropriate local sales office mailing address may also be obtained by calling this number. Notice of cancellation: (not applicable unless a number of days is entered below). Before the stated expirntion date the company will not cancel or reduce the insurance afforded under the above policies unlil at least 30 days notice of such cancellation has been maik:d to: Office: Fl Lauderdale, FL Phone: 800-542-0055 " ..~ /~'C.l:{~'^ ~ 1."./ .... ~ ~. <';L~:7_^'!._.(~ L.' Certificate Holder: FELICE V1NARUB Ci ty of Miami Beach Authorized Renresentative Procurement Division 1700 Ccrlvention Center Drive Miami Beach, FL 33139 Date Issued: 01/25/2007 Prepared By: DB 00710. FORM OF PERFORMANCE BOND BY THIS BOND, We EbsaI)' Foundation Company, Inc. , as Principal, hereinafter called CONTRACTOR, and Washington Intemationallnsurance Company , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called CITY, in the amount of One million, seven hundred eleven thousand. and 001100 Dollars ($ 1,711,000.00 ) 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.: S9037020 awarded the 17th day of JanuaI)' . 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 Multipurpose municipal parking facility bid package 02 - piling and retaining, 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; an BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 78 FORM OF PERFORMANCE BOND (Continued) 3. Performs the guarantee 01all 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 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 26th day of January ,2007 BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 79 FORM OF PERFORMANCE BOND WI~~ ' Secretary (CORPORATE SEAL) IN THE PRESENCE OF: BID NO: 17-06/07 DATE: 1lI22/06 (Continued) ----- By: INSURANCE COMPANY: By: ttorney-In-Fact Address: 770 South Dixie Highway, Suite 101 (Street) Coral Gables, FL 33146 (City/State/Zip Code) Telephone No.: 305.662.3852 CITY OF MIAMI BEACH 80 ~, 00720. FORM OF PAYMENT BOND BY THIS BOND, We Ebsary Foundation Company, Inc. , as Principal, hereinafter called CONTRACTOR, and Washington International Insurance Company , as Surety, are bound to the City of Miami Beach, Florida, as Obligeei hereinafter called CITY, in the amount of One million, seven hundred eleven thousand, and 00/100 Dollars ($ 1,711,000.00 ) 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 ~ Contract, Bid/Contract No.:S9037020 awarded the 17th day of January , 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, I furnish to CONTRACTOR a notice that he intends to look to the bond for protection. BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 81 FORM OF PAYMENT BOND (Continued) 2.2. A claimant who is not in privity with CONTRAC~OR 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 materi,als 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, materiais, 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 Dbcuments 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 26th day of January ,20~ CONTRACTOR By: (Corporate Seal) (Signa re) () 1? vv'. M5Af2-v. ~ (prin~ame a~Title) / J ;2!L day of .JANV/rj ,20~, BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 82 IN THE PRESENCE OF: !-{. tp 1dl\Hi~ BID NO: 17-06/07 DATE: 11/22/06 INSURANCE COMPANY: By: Address: 770 ~outh Dixie Highway. Suite 101 (Street) Coral Gables, FL 33146 (City/State/Zip Code) Telephone No.: 305.662.3852 CITY OF MIAMI BEACH 83 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY TIIESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: JOHN W. CHARLTON and D. W. MATSON, III JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature ofa bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or pennitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TEN MILLION (10,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24'" of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ~",\\nUUl/I/JII ~ ~~ ~~ a ~~ ~'1.W"'''''';;.92.\ :t:~ _~tJ,.' 5<'l \.~o~_ By ~CllIlI'ClMIE ft" ~ Steven P. Andenon, President & ChiefExeeutive Officer of Wishing ton Internationlllnsunnce Complny & ! %,iil\.-;' 197.1 !fJj;;i Vice President of North Amerlcln Spedllty InlurlnceComplny SEA~ ;;;'~'~1- ,~<<"o~ ..... ~ "':',.h'olIM~";:":.i"~ "<<.'<".........":~..'*' .'3 ~ . ~It. ON.}..l'~'*'~ ~~ ~ '" 11111/'JUm\\\\\~ BY. P n David M. Laymln, Vice Ptelldent ofWai'hlnlton Inlematlonallnlunmce Complny & Vice President of North Ameritllll Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 28th day of June . 20~. North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page S5: On this 28th day of June . 20~ before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Vice President of North American Specialty Insurance Company and David M, Layman. Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. /L~ / l~ "OI'I'ICIAL SEAl.. SUSAN AN&'EL IlDIIIyP1M:.S1iIool_ I,lyClmnldian6ql;*7_ I, James A. Caroenter , the duly elected Assistant'secretarv of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certifY that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. Susan Ansel, Notary Public IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 26t!lay of January, 2007 . ?.......wy6~ James A. Carpenter, Vice President & Assistant Sec",tary oCWashinglon Inlernational Insurance Company & North AmeriCllfl Specially Insurance Company 00721. CERTIFICATE AS TO CORPORATE PRINCIPAL I, , 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 hislher 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 ,20 . day of My commission expires: Notary Public, State of Bonded by BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 84 9gn5. PIERj;ORMA~JCI! .^,~JD p,WMlEm Gblt,RI'.mV j;ORM U~JCmJOITlmjAL LI!TTI!R OF CRI!OIT: gate sf Issble IS8l:1iA(ii liaRI<:'g r>Je. 89Refisiarv: :\raelitaAt: City sf MiaFRi lieasR 170Q CeRv9RtisFl CeRter gFi~/9 MiaR=li 8esst:l, FleriEJa i313Q AFR9l.JRt: iR URites !States FIlRSS Iix~iry: (9a\e) l!liel.'CeRtr-ast J>JllmB8r \'^."e t=Jefetay S'-ItReRZ9 YSl:I ie EiFa\V SR (~aAk, ISElder RaFAe) at BY eFEJer (taFaRStx1 aaaFSss) sf aRS fGr t"'e aSG91lRt sf (seRtr-aster, applisaRt, skAstemer) lip te aR aggregate amellRt, iR URites !States j;IlRSS, sf BY yellr sr=afts at sig"'t, assempaRies BY: ta'/aileels 1. .'\ SigA8G1 €tatSFR9Rt fr:9R=t il=le City MaR8ger er Ria abltReRZQQ GlesigR98, tRst tRe GI~.:iRg is able te &tela..l! iFl peR9FFRaFU;e 9f sertaiR etaligati9AE SA tRe paFl (ssRtr=aster, applisaRt, alstamsr) sgmes l:JpeR BY BREI B9t\~/geR tRs City sf MiaFRi ieasl:1, FleFiGle SRa (t9Rtr=aster), pwrSbl8Flt Is tt:le (applis8Rt, Ql:IIEteFRSr) liiaJCeAtFast (>J9. fGr (Rame sf pr=ejest) aRS !SestieR 255.95, j;ler:isa !Stat\,Jtes. Crafts FAblE! B8 Glrs\&:n BREI negetiateQ Ret later tt.1aFl (expiFatisA ~atB) BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 85 DFafts Fl'lwst Bear tRe slal:lse: "DFa'//R wRller letter Elf CF911it ~le. (NWFl'lBer), ef (BaRk RaFl'le) llatell TRis better ef Cr-ellit sRall Be F9Rewell fer sWElElessive lleFiells sf eRe (1) year easi:l b1F11988 '::9 pre'JiBe tRe City sf Miami ieasR \~:itt=l \A.~Fitt8R Relies sf sblr iRteAt is termiFlate tRe SF8Bit RSfeiFl 9~8R"9g, '/:Ri,1:l R9tis9 !=Rbi&! 1:)8 prxe'JiaeB at Isagt tl:1irty (]Q) gays pFier 19 tl=l8 8xpir=ati9F1 aate of iRe eFigiAal t9FJ.:R t.:lsr=99f or SAY mRS'"a/S; eRS (1) year term. ~jetifisatieR te ti:le CITY tRat tRis letter Elf CF911it 'nill el(llire IlFier te lleFfeFRlSRSe sf ti:le SSAtFaster'S ebligatieRs 'Nil! 138 seeFRss a ggfabllt. Ti:lis better ef Cr-ellit sets feFti:l iR full ti:le tel1'As sf ewr wRllel'lal'.iRg, aRll swsi:l wRllel'lakiRg st:lall Fist iR SRY '.'Jay 99 msaifies, er amplifies BY rxefer=9ASe i9 SAY aeSblFR9Rts, ir:1stNFl'leRt, er sgFgeFl'leRt F9feFF911 te ReF9iR er te WRisR ti:lis better ef CF9ait is F9feFF911 er tRis better ef CF911it Falsies, SRll SRY swsi:l F9feF9RSe si:lslI Ret Be lleeFl'lell te iRSeFFleFate RsreiR 13y r9f9F9RS9 SAY EleSl:IFR8Rt, iAstFblFR8Rt, er agF89FRBRt. '-AJe l:1eF9BY agree ~:Jitt:l tRB elFa'::SFS, BAeieFSBFS, aAs BaAS fiae AgleaFE sf all Br=aJtS BFa~'A b1ASer aRd if! saFRpliaASe \\'itl:l tt.:le t9FmS 9f tRis SF9Gtit tRat SbltR Glr-afts ':Jill 99 Glblly haRems b1pSA pr988RtatieR is tRe sFa\.:ee. Obli8~tieFlS l:IFlSer tl:li~ letter ef Cre&tit sl:lall ge r=eleaseg eFle (1) year atter tRe FiFlal CeFl'lllletieR sf ti:le PF9jest BY ti:le (seRtFaElter, SlllllissRt, swsteFl'ler) Tt.li~ Cmgit is sl:IBjest ts tRe "UFliJer=m CI::I~tsm~ aAg PFad:i~g Jer CeswmeFltan' Cr=e&ti~ II J , IRteFRatieRsl CRSFl'lBer ef CeFl'lFl'leFSe (199~ F9YisieR), PWBlisatieA Ne. 599 sRa te ti:le pFS'Jisi9FlS sf FleAGla Ia\.:. If a S9FlJlist get\a.(eeFl tRe IJFliJer=m Cl:Istems aFlg Pr:astise Jer De~wmeFltary CF8&tit~ SFlg FleRea le':1 sl:lel:lla aA~e, Fie Res Is':: sl:lslI pr=eveil. If a seFl~ist get\.:geFl tl:le Ie':: ef sFletl:ler state er S9l:1Fltr.,' eFle FleAGle Is':: sReblle aRse, FleFiEta la':.' si:lall llF9vail. .^.l:Itl:leFi:!es Sii!)Flatl:lre BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 86 00800. GENERAL CONDITIONS: 1. CONTRACT DOCUMENTS: 1.1. All Work shall be done in strict accordance with the Contract Documents. 1.2. CONTRACTOR shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from CONSULTANT. 1.5. CONTRACTOR shall be furnished three (3) copies, free of charge, of the Contract Documents; one of which shall be preserved without alteration, labeled "Record Copy," and always kept accessible, in the CONTRACTOR'S site office, to the PROGRAM MANAGER and CONSULTANT. In addition one copy of the PFejest Contract Documents shall be used strictly as a "Red Line" set, identified accordingly, and kept in a safe location in the CONTRACTOR'S site office. Additional copies of the Contract Documents may be obtained from CITY at the cost of reproduction. 2. Intention of CITY: It is the intent of CITY to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by CONTRACTOR whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any govemmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and CONTRACTOR shall comply therewith. CITY shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 3. Preliminarv Matters: 3.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 3.2, CONTRACTOR shall submit to CONSULTANT for CONSULTANT'S review and acceptance: BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 87 3.1.1. A Project "Draft" schedule, one (1) copy on a CD and One (1) hard copy, in the indicated form: [X] Bar Chart [ ] Modified CPM [] CPM [ ] Computerized CPM l/SiRg tRe latest eeitieR PFiFRaver=a P~ ggfR..'ar=e (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGe) publication, "The Use of CPM in Construction.") cmlTRACTOR sllall Ilreviee a IlFelimiRal)' Fesel/r-se leaeee, legis ~as9d !lieEe liRS" PF9jest sstxleelblle b1SiRg TR9 pr:e[iF9SE sSRedwle &I:Iall iAaieate tRe IIliaFly SitaFl" SAd "liaFly FiFlisl=l'J dates tsr saeR asti~:ity. TRB CeAtraaer ERSil iFlslblde, iF! aelditieA te Ae~al \..~9Fk asti':ity iFlpblt, iAflwt tl:1at eA~gFRf3aEE9E all EwbFRittal apf3FQ'Jals, eleli':QI)' dwr:atieAs fer iFRpeFtaRt FABleFisls 8AdJer 9~b1ipFR9At. legis r=elatieAsl:1ips 9:f aaivities iFlClblGliFlg pRysisal SAg site f9stmiAts. Tt:lis iRIll/t sllall Be sl/Bmittee l/SiRg IlFeSeeeRlOe Basee CPM slOlleel/le b1SiFlg iRe FRest FBC8At V8FsieR 9f Pr::ima'JeFB PJ s~vaF9. CmJTRACTOR sllall llFeviee PROGRAM M#IAG15R \'JitR a lOellV sf tRB 8e~faF9. Tt=le pF9limiRary pr:sjest StR9dblle \\'1:19Fl €b19FRitled ERSil iAclblele SA eFFGr feileR tllat states Re erFGRl aRe Be alOG8lltaBle te CONSUL TA~JT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule witll aR eFFer repert statiRg Re eFFeRl (that does not revise the base line sslleel/le), showing the progress for the month. CONTRACTOR shall submit one hard copy aRe eRe elestrGAilO lOepy. In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is EltFeRsl\' FelOemmeReee tRat CmJTRP'cTOR Rife a seaseReGi 9refessieAal. iFl tRe W89 ef Pr=ima':er=a P~. te d9\'o199 BAd '=IeGlale tAe PAFRa~/eFa Pi sr:eie&t 8SR9~lo:II8. CONTRACTOR agrees to attend weekly meetings to maintain a three (3) week look-ahead schedule and monthly be prepared to discuss any: 1. Changes of schedule logic to reflect progress of the Work; BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 88 2. Explain and provide a narrative for reasons why logic changes were made; 3. Update to individual subcontractor activities; and 4. Integrate changed work into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S Work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than thirty (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to PROGRAM MANAGER for review and acceptance that demonstrates "Catch Up" within thirty (30) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. C9Mpleti9R ~at9~ 9f t~8 \~Fi9\,1& staggS sf tRe '..^.{erk SAg st:lall f:l:te~:1 SR astivity R9W.'sFk ter iRe plar:lI~iRi1 aR~ m<eCl::ItisR sf iRe \~J.gFk. IAsh::lseEl '::itl:1 iRe pr;Qgr:ess 6s1:1881,,119 BRell Be a RaFFati':e sessFiptieA sf tRe pFSgF9tS sd:lssblle. TRe pr=sgr=eEE eSAeEiblle FRl=let B9 b1paateeJ Fl'lBRtRly BY CO~JHV\CTOR, SblBFl'littBE! as part Bf BaGR /"ppIiElatiBR fer PaYFl'lBRt aRE! sRall BB aElElBptaBIB tB CmJSblb.:r.'\~JT. 3.1.2. .\ raF9liFRiRa~' ECRS8l:11e sf iJl:tep Dr:a'.\'iA!I EblBFRissisRE,; aRa 3.1.3. A preliminary schedule of values for all of the Work which will indude quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail, but in no case be greater than two percent (2%) of the Bid price, to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by CONTRACTOR at the time of submission. [XI Such prices shall be broken down to show labor, equipment, materials and indude a proportional amount of overhead and profit. 3.1.4. After award but prior to the submission of the final progress schedule, CONSULTANT, Contract Administrator and CONTRACTOR shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither CONSULTANT nor CITY shall be responsible for the nonperformance by the utility owners. 3.2. At a time specified by PROGRAM MANAGER but before CONTRACTOR starts the work at the Project site, a pre-construction conference attended BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 89 by CONTRACTOR, CONSULTANT and others as deemed appropriate by Contract Administrator, will be held to discuss the schedules referred to in Section 3.1, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 3.3. The finalized progress schedule will be accepted by CONSULTANT only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by CITY or CONSULTANT of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on CONSULTANT or CITY responsibility for the progress or scheduling of the Work nor relieve CONTRACTOR from full responsibility therefore. The finalized schedule of values pursuant to Section 3.1.3 above must be acceptable to CONSULTANT as to form and substance. 4. Performance Bond and Pavment Bond: Within fifteen (15) calendar days of being notified of the award, CONTRACTOR shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 4.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to CITY the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 4.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that CONTRACTOR will, upon notification by CITY, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 4.3. Pursuant to the requirements of Section 255.05(1 )(a), Florida Statutes, as may be amended from time to time, CONTRACTOR shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide CITY with evidence of such recording. 4.4. AltGmate FeFFR sf S9s~Fitv: 1" liay sf a PeFfe~aRQ9 i9F1Q BAa a PaYFR9Rt ieAEt, CO~JTR.'\CTOR FRay fblmist=l alterABle ferFRs sf secblFity '.vt=licl:l may B9 iR tl:le fQrJJl sf sast=l, FR9ASY er=Eter, ser::tified cl=1eck, sast:1ier's st=Jesk or b1RS9Fu~itieRal letter sf SI'99it iA IRe ferAl attasRe9 R81'9te as F8Fm ggn5. SloISR al18Rlale f8Fms ef sesblFity at:lall 99 €blejest ie tt:1e flFisr appF9\fSl 9f CITY eRa fer Sar:ll8 BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 90 pblrpSS8 BRei ERall B8 SblBj8t;;t ts iRS Sa~8 sSRelitisRS at tRess applisaBle a~eve aRE! sl:lall ~e l:lelE! ~y CITY fer eRe year after seFRpletieR aRE! aSQeptaAGe sf iRe \A{gr:k. 5. Qualification of Suretv: 5.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 5.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 5.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1,1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide CITY with evidence satisfactory to CITY, that such excess risk has been protected in an acceptable manner. 5.1.3. The CITY will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the CITY shall review and either accept or reject the surety company based on the financial information available to the CITY. A surety company that is rejected by the CITY may be substituted by the Bidder or proposer with a surety company acceptable to the CITY, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Amount of Bond Policy- holder's Ratinas Financial Size Cateoorv 500,001 to 1,000,000 1,000,001 to 2,000,000 2,000,001 to 5,000,000 5,000,001 to 10,000,000 B+ B+ A A Class I Class II Class III Class IV BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 91 10,000,001 to 25,000,000 25,000,001 to 50,000,000 50,000,001 or more A A A Class V Class VI Class VII 5.2. For projects of $500,000.00 or less, CITY may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 5.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 6. Indemnification: 6.1 CONTRACTOR shall indemnify and hold harmless CITY, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require CONTRACTOR to indemnify CITY, its employees, officers, directors, or agents from any liability, damage, loss, daim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against CITY by reason of any such claim or demand, CONTRACTOR shall, upon written notice from CITY, resist and defend such action or proceeding by counsel satisfactory to CITY. 6.2 The indemnification provided above shall obligate CONTRACTOR to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at CITY's option, any and all daims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against CITY whether performed by CONTRACTOR, or persons employed or utilized by CONTRACTOR. 7. Insurance Reauirements: BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 92 7.1. Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), Project specific insurance, provided by companies satisfactory to the City, covering the CITY, Program Manager and Consultant and any of their respective employees and agents (the "Additional Insureds") and the general public, coverages set forth herein. The obligation of the CONTRACTOR is to provide such adequate insurance to protect the Additional Insureds from ~risks and or occurrences that may arise or result, directly or indirectly, from the CONTRACTOR'S work or presence on the jobsite and ~risks of injury to CONTRACTOR'S employees and agents. This obligation shall not be avoided by allegations of contributory or sole acts, failure to act, omissions, negligence or fault of the Additional Insureds. Each policy of insurance shall waive subrogation against the Additional Insureds. 7.1.1. Workers' Compensation insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must indude: 7.1.1.1. Employers' Liability with a limit of One Million Dollars ($1,000,000.00) Dollars each accident. 7.1.1.2. If 3AY epeFatisRs arxe is 99 ldRQer1aken sn sr QB9b1t Aa~/igaBl9 \AJatGrs, G9'/erage RU:lst Be iAslblEieEi ter tl=le W.i. beAgsRSrBFR9R & FtaFBsr '..^}eFkeFS As! SRg .:JeRes Ad:. 7.1.2. Comprehensive General Liability with minimum limits of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability with a General aggregate of Two Million Dollars ($2,000,000). Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: [ X] 7.1.2.1. Premises and/or Operations. [ X] 7.1.2.2. Independent Contractors. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 93 [ X] 7.1.2.3. Products and/or Completed Operations for contracts over Fifty Thousand Dollars ($50,000.00) CONTRACTOR shall maintain in force until at least three years after completion of all work required under the Contract, coverage for Products and Completed Operations, induding Broad Form Property Damage. [ X] 7.1.2.4. Explosion, Collapse and Underground Coverages. [ X] 7.1.2.5. Broad Form Property Damage. [ X] 7.1.2.6. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. [ ] 7.1.2.7. Personal Injury Coverage with Employee and Contractual Exdusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. [ X] 7.1.2.8. CITY is to be expressly included as an Additional Insured with respect to liability arising out of operations performed for CITY by or on behalf of CONTRACTOR or acts or omissions of CONTRACTOR in connection with general supervision of such operation. 7.1.3. Business Automobile Liability with minimum limits of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: 7.1.3.1. Owned Vehicles. 7.1.3.2. 7.1.3.3. Hired and Non-Owned Vehicles. Employers' Non-Ownership. (Not Applicable to this bid) [ X ] 7.1.4. Builder's Risk insurance for the construction of and/or addition to aboveground buildings or structures is/is not required. The coverage shall be "All Risk" coverage for 100 percent of the completed value, covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each daim. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 94 7.1.4.1. Waiver of Occupancy Clause or Warranty-Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building(s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The Policy must be endorsed to provide that the Builder's Risk coverage will continue to apply until final acceptance of the building(s), addition(s) or structure(s) by CITY. [ X] 7.1.4.2. Flood Insurance--When the buildings or structures are located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structures, or, the maximum amount of flood insurance coverage available under the National Flood Program. [] 7.1.5. Installation Floater for the installation of machinery and/or equipment into an existing structure islis not required. The coverage shall be "All Risk" coverage including installation and transit for 100 percent of the "installed replacement cost value," covering CITY as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. 7.1.5.1. Cessation of Insurance--Coverage is not to cease and is to remain in force (subject to cancellation notice) until final acceptance by CITY. 7.1.5.2. Flood Insurance-When the machinery or equipment is located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structure, or, the maximum amount of flood insurance coverage available under the National Flood Program. 7.1.6 Umbrella Liability Policy and shall be written at a limit of two Million Dollars ($2,000,000) and apply excess over the Employer's Liability, General Liability, and Automobile Liability primary policies. This policy shall be written to provide policy limits on a per project aggregate basis. 7.2. If the initial insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 95 7.3. Notice of Cancellation and/or Restriction--The policy(ies) must be endorsed to provide CITY with at least thirty (30) days prior written notice of cancellation and/or restriction. 7.4. CONTRACTOR shall furnish to the City's Risk Manager Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The Certificate of Insurance shall be in form similar to and contain the information set forth in Form 00708. 7.5. The official title of the Owner is the City of Miami Beach, Florida. This official title shall be used in all insurance documentation. 8. Labor and Materials: 8.1. Unless otherwise provided herein, CONTRACTOR shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 8.2. CONTRACTOR shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 9. Rovalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 10. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Artide 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent CONTRACTOR from productively performing controlling items of work identified on the accepted schedule or updates resulting in: BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 96 (1) CONTRACTOR being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) CONTRACTOR must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by CONTRACTOR, and providing that CONTRACTOR was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. (3) CONTRACTOR requests for time extension/s due to weather conditions shall be submitted to PROGRAM MANAGER no later than twenty four (24) hours after the occurrence. 11. Permits. Licenses and Impact Fees: 11.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by CONTRACTOR pursuant to this Contract shall be secured and paid for by CONTRACTOR. It is CONTRACTOR's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 11.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by CONTRACTOR. CONTRACTOR shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to CONTRACTOR in no event shall indude profit or overhead of CONTRACTOR. 12. Resolution of Disputes: 12.1 To prevent all disputes and litigation, it is agreed by the parties hereto that CONSULTANT shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or fumished under or, by reason of, the Contract Documents and CONSULTANT's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any daim, question, difficulty or dispute which cannot be resolved by mutual agreement of CITY and CONTRACTOR shall be submitted to CONSULTANT in writing within twenty-one (21) calendar days. Unless a different period of time is set BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 97 forth herein, CONSULTANT shall notify CITY and CONTRACTOR in writing of CONSULTANT's decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless CONSULTANT requires additional time to gather information or allow the parties to provide additional information. All nontechnical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, CONTRACTOR, CONSULTANT and CITY shall act in good faith to mitigate any potential damages induding utilization of construction schedule changes and alternate means of construction. 12.2.1 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment daimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 13. Insoection of Work: 13.1. CONSULTANT and CITY shall at all times have access to the Work, and CONTRACTOR shall provide proper facilities for such access and for inspecting, measuring and testing. 13.1.1. Should the Contract Documents, CONSULTANT's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, CONTRACTOR shall give CONSULTANT timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than CITY, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of CONSULTANT, it must, if required by CONSULTANT, be uncovered for examination and properly restored at CONTRACTOR's expense. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 98 13.1.2. Reexamination of any of the Work may be ordered by CONSULTANT with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by CONTRACTOR. If such Work is found to be in accordance with the Contract Documents, CITY shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, CONTRACTOR shall pay such cost. 13.2. Inspectors shall have no authority to permit deviations from, nor to relax any of the provisions of, the Contract Documents nor to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of CONSULTANT. 13.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by CONTRACTOR to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of CONTRACTOR will constitute a breach of this Contract. 14. Suoerintendence and Suoervision: 14.1. The orders of CITY are to be given through PROGRAM MANAGER, which instructions are to be strictly and promptly followed in every case. CONTRACTOR shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to PROGRAM MANAGER. The superintendent shall not be changed except with the prior written consent of PROGRAM MANAGER. The superintendent shall not be absent from the site for more than one (1) day without prior written approval from the PROGRAM MANAGER. The superintendent shall represent CONTRACTOR and all directions given to the superintendent shall be as binding as if given to CONTRACTOR and will be confirmed in writing by CONSULTANT upon the written request of CONTRACTOR. CONTRACTOR shall give efficient supervision to the Work, using its best skill and attention. 14.2. Daily, CONTRACTOR's superintendent shall record, at a minimum, the following information on a Daily Report Form, format to be approved by PROGRAM MANAGER: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, induding representatives of, CONSULTANT, regulatory representatives; all safety incidents; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in ink. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 99 Daily reports shall be provided to the PROGRAM MANAGER daily by noon the following day. Non-compliance with this procedure will result in delay of payment of the applicable progress application. A copy of all daily reports shall be kept on the Project site and shall be available at all times for inspection and copying by CITY and CONSULTANT. 14.3. The PROGRAM MANAGER, CONTRACTOR and CONSULTANT shall meet at least weekly or as determined by the PROGRAM MANAGER, during the course of the Work to review and agree upon the work performed the prior week and to establish the controlling items of work for the next three twe weeks. In addition, other issues related to the Work shall be discussed. The agenda and format for the weekly progress meeting shall be established by the PROGRAM MANAGER. CONTRACTOR shall prepare and distribute the weekly Project Meeting agenda, chair the meetings and distribute minutes and any comments thereto of each such meeting for review and acknowledgement of their accuracy by all attendee. Minutes shall be distributed within forty eight (48) of the weekly meeting and any comments shall be required to be received back within forty eight (48) hours. 14.4. If CONTRACTOR, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the CONTRACT Documents, it shall be CONTRACTOR's duty to immediately inform PROGRAM MANAGER, in writing using an RFI (format of form to be provided by PROGRAM MANAGER). PROGRAM MANAGER will promptly review the same and forward to CONSULTANT if the issue can not be clarified by PROGRAM MANAGER after reviewing the Project Documents. It will be the objective under this Contract to respond to RFI's within 48-hours when ever possible. Any work done after such discovery, until authorized, will be done at CONTRACTOR's sole risk. 14.5. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 15. CITY's Riaht to Terminate Contract: 15.1. If CONTRACTOR fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 100 to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if CONTRACTOR shall fail to perform any material term set forth in the Contract Documents or if CONTRACTOR shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to CONTRACTOR and its Surety of such delay, neglect or default, specifying the same. If CONTRACTOR, within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then CITY may upon written certificate from CONSULTANT of the fact of such delay, neglect or default and CONTRACTOR's failure to comply with such notice, terminate the services of CONTRACTOR, exdude CONTRACTOR from the Project site and take the prosecution of the Work out of the hands of CONTRACTOR, and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, CONTRACTOR shall not be entitled to receive any further payment until the Project is completed. In addition CITY may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in CITY's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by CITY, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to CONTRACTOR. In case the damages and expenses so incurred by CITY shall exceed the unpaid balance, then CONTRACTOR shall be liable and shall pay to CITY the amount of said excess. 15.2. If after notice of termination of CONTRACTOR's right to proceed, it is determined for any reason that CONTRACTOR was not in default, the rights and obligations of CITY and CONTRACTOR shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience dause as set forth in Section 15.3 below. 15.3. This Contract may be terminated for convenience in writing by CITY upon ten (10) days written notice to CONTRACTOR (delivered by certified mail, retum receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case, CONTRACTOR shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by CONTRACTOR relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have not been performed. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 101 15.4. Upon receipt of Notice of Termination pursuant to Sections 15.1 or 15.3 above, CONTRACTOR shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to CITY all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 16. CONTRACTOR's Riaht to Stop Work or Terminate Contract: Should CONSULTANT fail to review and approve or state in writing reasons for non-approval of any Application for Payment within twenty (20) days after it is presented, or if CITY fails either to pay CONTRACTOR within thirty (30) days after presentation by CONSULTANT of any sum certified by CONSULTANT, or to notify CONTRACTOR and CONSULTANT in writing of any objection to the Application for Payment, then CONTRACTOR may, give written notice to CITY and CONSULTANT of such delay, neglect or default, specifying the same. If CITY or CONSULTANT (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then CONTRACTOR may stop work or terminate this Contract and recover from CITY payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by CITY to an Application for Payment shall be submitted to CONSULTANT in accordance with the provisions of Article 12 hereof. 17. Assianment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall CONTRACTOR assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 18. Riahts of Various Interests: Whenever work being done by CITY's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 19. Differina Site Conditions: In the event that during the course of the Work CONTRACTOR encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 102 Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, CONTRACTOR, without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify PROGRAM MANAGER and CONSULTANT in writing of the existence of the aforesaid conditions. CONSULTANT and CITY shall, within two (2) business days after receipt of CONTRACTOR's written notice, investigate the site conditions identified by CONTRACTOR. If, in the sole opinion of CONSULTANT, the conditions do materially so differ and cause an increase or decrease in CONTRACTOR's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, CONSULTANT shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If CITY and CONTRACTOR cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to CONSULTANT for determination in accordance with the provisions of Artide 12. Should CONSULTANT determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, CONSULTANT shall so notify CITY and CONTRACTOR in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by CONTRACTOR for an equitable adjustment to the Contract under this provision shall be allowed unless CONTRACTOR has given written notice in strict accordance with the provisions of this Artide. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by CONSULTANT as the date of substantial completion. 20. Plans and Workina Drawinas: CITY, through CONSULTANT, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Contract Documents. In case of disagreement between the written and graphic portions of the Contract Documents, the CONTRACTOR shall bring the inconsistency to the attention of the PROGRAM MANAGER who shall provide the final interpretation after consulting with the CONSULTANT. 21. CONTRACTOR to Check Plans. Specifications and Data: CONTRACTOR shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from CONSULTANT, and shall notify CONSULTANT of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. CONTRACTOR will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by CONSULTANT. CONTRACTOR shall not be liable for damages BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 103 resulting from errors, omissions or discrepancies in the Contract Documents unless CONTRACTOR recognized such error, omission or discrepancy and knowingly failed to report it to CONSULTANT. 22. CONTRACTOR's Resconsibilitv for Damaoes and Accidents: 22.1. CONTRACTOR shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by CITY, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 22.2. CONTRACTOR shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by CITY, CONTRACTOR shall replace same without cost to CITY, except as provided in Article 29. 23. Warranty: CONTRACTOR warrants to CITY that all materials and equipment furnished under this Contract will be new and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by CONSULTANT, CONTRACTOR shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. 24. Succlementarv Drawinas: 24.1. When, in the opinion of CONSULTANT, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by CONSULTANT. 24.2. The supplementary drawings shall be binding upon CONTRACTOR with the same force as the Contract Documents. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 25. Defective Work: 25.1. CONSULTANT shall have the authority to reject or disapprove work which CONSULTANT finds to be defective. If required by CONSULTANT, CONTRACTOR shall promptly either correct all defective work or remove such defective work and replace it with non-defective work. CONTRACTOR shall bear all direct, indirect and consequential costs of BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 104 such removal or corrections induding cost of testing laboratories and personnel. 25.2. Should CONTRACTOR fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by CONSULTANT, CITY shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at CONTRACTOR's expense. Any expense incurred by CITY in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to CONTRACTOR, or may be charged against the Performance Bond. In the event of failure of CONTRACTOR to make all necessary repairs promptly and fully, CITY may declare CONTRACTOR in default. 25.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, CONTRACTOR, after receipt of written notice from CITY, shall promptly correct such defective or nonconforming Work within the time specified by CITY without cost to CITY, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which CONTRACTOR might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 25.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate CITY to final acceptance. 26. Taxes: CONTRACTOR shall pay all applicable sales, consumer, use and other taxes required by law. CONTRACTOR is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 27. Subcontracts: 27.1. CONTRACTOR shall not employ any subcontractor against whom CITY or CONSULTANT may have a reasonable objection. CONTRACTOR shall submit in writing a request for approval of any and all Subcontractors prior to signing a formal Subcontract agreement. CONTRACTOR shall not be required to employ any subcontractor against whom CONTRACTOR has a reasonable objection. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 105 27.2. CONTRACTOR shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that CONTRACTOR is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and CITY or any obligation on the part of CITY to payor to see the payment of any monies due any subcontractor. CITY or CONSULTANT may furnish to any subcontractor evidence of amounts paid to CONTRACTOR on account of specific work performed. 27.3. CONTRACTOR agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of CITY. [X] 27.4. CONTRACTOR shall perform the Work with its own organization, amounting to not less than Seventy Five (75%) percent of the Contract Price. 28. Seoarate Contracts: 28.1. CITY reserves the right to let other contracts in connection with this Project. CONTRACTOR shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 28.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any other persons, CONTRACTOR shall inspect and promptly report to CONSULTANT any defects in such work that render it unsuitable for such proper execution and results. CONTRACTOR's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of CONTRACTOR's Work, except as to defects which may develop in other contractor's work after the execution of CONTRACTOR's. 28.3. CONTRACTOR shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, CONTRACTOR shall be liable to the affected contractor for the cost of such interference or impact. 28.4. To insure the proper execution of subsequent work, CONTRACTOR shall inspect the work already in place and shall at once report to CONSULTANT any discrepancy between the executed work and the requirements of the Contract Documents. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 106 29. Use of Comoleted Portions: 29.1. CITY shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, CONTRACTOR shall be entitled to reasonable extra compensation, or reasonable extension of time or both, as recommended by CONSULTANT and approved by CITY. 29.2. In the event CITY takes possession of any completed or partially completed portions of the Project, the following shall occur: 29.2.1. CITY shall give notice to CONTRACTOR in writing at least thirty (30) calendar days prior to CITY's intended occupancy of a designated area. 29.2.2. CONTRACTOR shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from CONSULTANT. 29.2.3. Upon CONSULTANT's issuance of a Certificate of Substantial Completion, CITY will assume full responsibility for maintenance, utilities, subsequent damages of CITY and public, adjustment of insurance coverages and start of wanranty for the occupied area. 29.2.4. CONTRACTOR shall complete all items noted on the Certificate of Substantial Completion within the time specified by CONSULTANT on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, CONSULTANT shall issue a Final Certificate of Payment relative to the occupied area. 29.2.5. If CITY finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by CITY and CONTRACTOR and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of CONTRACTOR and of BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 107 the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 30. Lands for Work: 30.1. CITY shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by CITY or the use of CONTRACTOR. 30.2. CONTRACTOR shall provide, at CONTRACTOR's own expense and without liability to CITY, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. CONTRACTOR shall fumish to CITY copies of written permission obtained by CONTRACTOR from the owners of such facilities. 31. Leaal Restrictions and Traffic Provisions: CONTRACTOR shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and CONTRACTOR's general operations. CONTRACTOR shall conduct its operations so as not to dose any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 32. Location and Damace to Existinc Facilities. EauiDment or Utilities: 32.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, CITY does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the CONTRACTORLS responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 32.2. The CONTRACTOR shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid by the CONTRACTOR. All charges by utility companies for temporary support of its utilities shall be paid for by the CONTRACTOR. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the CONTRACTOR for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. BID NO: 17-06107 DATE: 1lI22106 CITY OF MIAMI BEACH 108 32.3. The CONTRACTOR shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The CONTRACTOR shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the CONTRACTOR for any loss of time or delay. 32.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the CONTRACTOR. All such repairs made by the CONTRACTOR are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 33. Value Enaineerina: CONTRACTOR may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to CONSULTANT in writing. CONSULTANT will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without CONSULTANT's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by CONSULTANT shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, CONTRACTOR agrees to pay directly to CONSULTANT all CONSULTANT's fees and charges related to CONSULTANT's review of the request for substitution, whether or not the request for substitution is accepted by CONSULTANT. Any substitution submitted by CONTRACTOR must meet the form, fit, function and life cyde criteria of the item proposed to be replaced and there must be a net dollar savings including CONSULTANT review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between CONTRACTOR and CITY and shall be processed as a deductive Change Order. CITY may require CONTRACTOR to furnish at CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 34. Continuina the Work: CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with CITY, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 109 35. Chances in the Work or Terms of Contract Documents: 35.1. Without invalidating the Contract and without notice to any surety CITY reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 35.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by CITY as hereinafter provided. 36. Field Orders and Suoolementallnstructions: 36.1. The CONSULTANT, through, Contract Administrator shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 36.2. CONSULTANT shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 37. Chance Orders: 37.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the CITY. 37.2. All changes to construction contracts must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $25,000 shall be approved in advance by the City Manager or his designee. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 110 37.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, CITY reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to CONSULTANT as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by CITY, CONTRACTOR shall promptly proceed with the change in the Work involved and advise the CONSULTANT and Contract Administrator in writing within seven (7) calendar days of CONTRACTOR's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 37.4. On approval of any Contract change increasing the Contract Price, CONTRACTOR shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 37.5. Under circumstances determined necessary by CITY, Change Orders may be issued unilaterally by CITY. 38. Value of Chance Order Work: 38.1. The value of any work covered by a Change Order or of any daim for an increase or decrease in the Contract Price shall be determined in one of the following ways: i@,1.1. \~A:.18F8 tRe \l'Jer:k iA~:el.Je~ is ss',:eres BY l:IRit pRses sSRtaiRes iA tt=le CSRtr:ast CSGl:IFR9RtS, lay applisati9R 9f !::tRil raFi~96 ie tRe Elbl8Rtiti96 sf iteFRs irxr:el\'es, sbl9je&t te tAs pr=e'AsisAS sf SestieR 38,.7,. 38.1.2. By mutual acceptance of a lump sum which CONTRACTOR and CITY acknowledge contains a component for overhead and profit. 38.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a CONTRACTOR's fee for overhead and profit which is determined as provided in Section 38.4. 38.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by CONTRACTOR in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by CITY, such costs shall be in amounts no higher BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 111 than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 38.3. 38.2.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the work described in the Change Order under schedules of job classifications agreed upon by CITY and CONTRACTOR. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall indude, but not be limited to, salaries and wages plus the cost of fringe benefits which shall indude social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall indude superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by CITY. 38.2.2. Cost of all materials and equipment fumished and incorporated in the work, induding costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless CITY deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to CITY. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to CITY and CONTRACTOR shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by CITY with the advice of CONSULTANT and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 38.2.3. Payments made by CONTRACTOR to Subcontractors for work performed by Subcontractors. If required by CITY, CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CONTRACTOR and shall deliver such bids to CITY who will then determine, with the advice of CONSULTANT, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 11/22/06 112 of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as CONTRACTOR'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 38.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 38.2.5. Supplemental costs including the following: 38.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRACTOR's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 38.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, applian- ces, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of CONTRACTOR. 38.2.5.3. Sales, use, or similar taxes related to the work, and for which CONTRACTOR is liable, imposed by any governmental authority. 38.2.5.4. Deposits lost for causes other than CONTRACTOR's negligence; royalty payments and fees for permits and licenses. 38.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 38.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 38.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 38.3. The term "cost of the work" shall not include any of the following: BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 113 38.3.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, derks and other personnel employed by CONTRACTOR whether at the site or in its principal or a branch office for general administration of the work and not specifically induded in the agreed-upon schedule of job classifications referred to in Section 38.2.1., all of which are to be considered administrative costs covered by CONTRACTOR's fee. 38.3.2. Expenses of CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the site. 38.3.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR's capital employed for the work and charges against CONTRACTOR for delinquent payments. 38.3.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 38.3.5. Costs due to the negligence or neglect of CONTRACTOR, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, induding but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 38.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 38.4. CONTRACTOR's fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 38.4.1. A mutually acceptable fixed fee or if none can be agreed upon, 38.4.2. A fee based on the following percentages of the various portions of the cost of the work: 38.4.2.1. For costs incurred under Sections 38.2.1 and 38.2.2, CONTRACTOR's fee shall not exceed ten percent (10%). BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 1lI22/06 114 38.4.2.2. For costs incurred under Section 38.2.3, CONTRACTOR's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and No fee shall be payable on the basis of costs itemized under Sections 38.2.4 and 38.2.5, (except Section 38.2.5.3), and Section 38.3. 38.5. The amount of credit to be allowed by CONTRACTOR to CITY for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in anyone change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, CONTRACTOR shall not be entitled to claim lost profits for any Work not performed. 38.4.2.3. 38.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, CONTRACTOR will submit in a form acceptable to CONSULTANT an itemized cost breakdown together with the supporting data. 38.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 38.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, CONTRACTOR shall submit an initial cost estimate acceptable to CONSULTANT and Contract Administrator. 38.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 38.8.2. Whenever a change involves CONTRACTOR and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for CONTRACTOR and each Subcontractor shall be itemized separately. 38.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 115 39. Notification and Claim for Chance of Contract Time or Contract Price: 39.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by CONTRACTOR to the Contract Administrator and to CONSULTANT within five (5) calendar days of the commencement of the event giving rise to the daim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the daim with supporting information and documentation shall be provided unless CONSULTANT allows an additional period of time to ascertain more accurate data in support of the daim and such notice shall be accompanied by CONTRACTOR's written notarized statement that the adjustment claimed is the entire adjustment to which the CONTRACTOR has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by CONSULTANT in accordance with Article 12 hereof, if CITY and CONTRACTOR cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITlED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 39.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of CONTRACTOR if a daim is made therefor as provided in Section 39.1. Such delays shall indude, but not be limited to, acts or neglect by any separate contractor employed by CITY, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 40. No Damaces for Delav: No claim for damages or any daim, other than for an extension of time, shall be made or asserted against CITY by reason of any delays except as provided herein. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from CITY for direct, indirect, consequential, impact or other costs, expenses or damages, induding but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by CONTRACTOR for actual delays due solely to fraud, bad faith or active interference on the part of CITY or its CONSULTANT. Otherwise, CONTRACTOR shall be entitled only to extensions of the Contract Time as the sole and exdusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 116 41. Excusable Delav: Compensable: Non-Compensable: 41.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of CONTRACTOR or its subcontractors, suppliers or vendors is Excusable Delay. CONTRACTOR is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. CONTRACTOR shall document its claim for any time extension as provided in Article 39 hereof. Failure of CONTRACTOR to comply with Artide 39 hereof as to any particular event of delay shall be deemed condusively to constitute a waiver, abandonment or relinquishment of any and all daims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the CONTRACTOR or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of CITY or its agents. In no event shall CONTRACTOR be compensated for interim delays which do not extend the Contract Time. CONTRACTOR shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by CONTRACTOR shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. CITY and CONTRACTOR recognize and agree that the amount of CONTRACTOR's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract Documents, and that proof of the precise amount will be difficult. Therefore, indirect costs recoverable by the CONTRACTOR shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate CONTRACTOR for all indirect costs caused by a Compensable Excusable Delay and shall indude, but not be limited to, all profit on indirect costs, home office over11ead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all other indirect costs incurred by CONTRACTOR. . The amount of liquidated indirect costs recoverable shall be N/A per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 117 (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of CONTRACTOR, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the CITY or CONSULTANT, or (ii) is caused jointly or concurrently by CONTRACTOR or its subcontractors, suppliers or vendors and by the CITY or CONSULTANT, then CONTRACTOR shall be entitled only to a time extension and no further compensation for the delay. 42. Substantial Completion: When CONTRACTOR considers that the Work, or a portion thereof designated by CITY pursuant to Article 29 hereof, has reached Substantial Completion, CONTRACTOR shall so notify CITY and CONSULTANT in writing. CONSULTANT and CITY shall then promptly inspect the Work. When CONSULTANT, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of CITY and CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of CONTRACTOR to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to CITY through the Contract Administrator and CONTRACTOR for their written acceptance of the responsibilities assigned to them in such Certificate. 43. No Interest: Any monies not paid by CITY when daimed to be due to CONTRACTOR under this Agreement, including, but not limited to, any and all daims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of CITY's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 44. Shop Drawinas: 44.1. CONTRACTOR shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 118 suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 44.2. Within thirty (30) calendar days after the Project Initiation Date specified in the Notice to Proceed, CONTRACTOR shall submit to CONSULTANT a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by CONSULTANT shall in no way relieve CONTRACTOR from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 44.3. After the approval of the list of items required in Section 44.2 above, CONTRACTOR shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. CONTRACTOR shall indude all shop drawings and other submittals in its certification. 44.4. CONTRACTOR shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. In addition, CONTRACTOR shall highlight the specific item submitted for approval when submittal ("cut sheef') shows more than one item. 44.5. If the Shop Drawings show or indicate departures from the Contract requirements, CONTRACTOR shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve CONTRACTOR from its responsibility to comply with the Contract Documents. 44.6. CONSULTANT shall review and approve Shop Drawings within fifteen (15) calendar days from the date received, unless said Drawings are rejected by CONSULTANT for material reasons. CONSULTANT's approval of Shop Drawings will be general and shall not relieve CONTRACTOR of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by CONSULTANT. Approval shall not relieve CONTRACTOR from responsibility for errors or omissions of any sort on the Shop Drawings. 44.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is CONTRACTOR's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 119 CONSULTANT along with its comments as to compliance, noncompliance, or features requiring special attention. 44.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 44.9. CONTRACTOR shall submit the number of copies required by CONSULTANT. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 44.10. CONTRACTOR shall keep one set of Shop Drawings marked with CONSULTANT's approval at the job site at all times. 44.11 CONTRACTOR will develop and maintain a Submittal Log providing status of all submittals. An updated copy of the Submittal Log will be available for discussion at the weekly progress meeting. 45. "As-Built" Documents: 45.1. CONTRACTOR shall maintain an accurate and precise record, on a daily basis, of the "As-Built" condition of the Work on a specially designated set of contract documents used solely for the specific purpose. PROGRAM MANAGER and the CONSULTANT will have the right to inspect the "As- Built" documents as required. The As-Built documents, shall be signed and sealed by the CONSULTANT at the end of the Project, shall be made on reproducible paper and shall be delivered to the PROGRAM MANAGER prior to, and as a condition of, final payment. In addition to the paper copy an electronic copy of the "As-Built" Documents shall be delivered to the CONSULTANT. 45.2. CONTRACTOR shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to CONSULTANT for reference. 45.3. Prior to, and as a condition precedent to Final Payment, CONTRACTOR shall submit to CITY, CONTRACTOR's record drawings or as-built drawings acceptable to CONSULTANT. 46. Safetv and Protection: 46.1. CONTRACTOR shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 120 Project. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: CONTRACTOR will be required to provide a Draft copy of its Safety and Health Manual to the Program Manager, for review and acceptance, within the fifteen (15) days after award of contract by the City Commission and the Manual will be part of the submittal required upon contract execution by the CONTRACTOR and the City. Receipt by the PROGRAM MANAGER of a satisfactory Safety and Health Manual will be precedent to issuance of the Second Notice to Proceed. 46.1.1. All employees on the work site and other persons who may be affected thereby; 46.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 46.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 46.2. CONTRACTOR shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 above, caused directly or indirectly, in whole or in part, by CONTRACTOR, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONTRACTOR. CONTRACTOR's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and CONSULTANT has issued a notice to CITY and CONTRACTOR that the Work is acceptable except as otherwise provided in Article 29 hereof. 46.3. CONTRACTOR shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to CITY. 46.4 CONTRACTOR shall be required, and include in its Safety Manual, a set of "Emergency Procedures" for accidents. Procedure shall be submitted to and approved by the PROGRAM MANAGER prior to issue of the 2nd. Notice to Proceed. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 121 [ ] 47. Final Bill of Materials: CONTRACTOR shall be required to submit to CITY and CONSULTANT a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by CONSULTANT until CONTRACTOR submits the final bill of materials and CONSULTANT verifies the accuracy of the units of Work. 48. Payment bv CITY for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by CONSULTANT shall be bome by CITY and performed by a testing firm chosen by CONSULTANT. For road construction projects the procedure for making tests required by CONSULTANT will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which CONTRACTOR fails shall be paid for by CONTRACTOR. The City shall hire and pay for the services of a Special Inspector who shall inspect and test: . Piling . Forming, Reinforcing Material Testing and Installation . Concrete Material, Pouring and Testing . Grout Material, Pouring and Testing. 49. Proiect Sian: Any requirements for a project sign shall be as set forth within the Technical Specifications section. 50. Hurricane Precautions: 50.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane waming or alert, the CONTRACTOR, at no cost to the CITY, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the CITY or CONSULTANT has given notice of same. 50.2. Compliance with any specific hurricane waming or alert precautions will not constitute additional work. BID NO: 17-06107 DATE: 11/22/06 CITY OF MIAMI BEACH 122 50.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 50.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the CITY has directed such suspension, will entitle the CONTRACTOR to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 51. Cleanina Uo: City's Riaht to Clean Uo: CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, CONTRACTOR shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If CONTRACTOR fails to clean up during the prosecution of the Work or at the completion of the Work, CITY may do so and the cost thereof shall be charged to CONTRACTOR. If a dispute arises between CONTRACTOR and separate contractors as to their responsibility for cleaning up, CITY may clean up and charge the cost thereof to the contractors responsible therefor as CONSULTANT shall determine to be just. 52. Removal of Eauioment: In case of termination of this Contract before completion for any cause whatever, CONTRACTOR, if notified to do so by CITY, shall promptly remove any part or all of CONTRACTOR's equipment and supplies from the property of CITY, failing which CITY shall have the right to remove such equipment and supplies at the expense of CONTRACTOR. 53. Nondiscrimination. Eaual Emolovment Oooortunitv. and Americans with Disabilities Act: CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by CITY, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. CONTRACTOR's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical BID NO: 17-06107 DATE: 1l/22106 CITY OF MIAMI BEACH 123 or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. CONTRACTOR shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. 54. Proiect Records: CITY shall have the right to inspect and copy, at CITY's expense, the books and records and accounts of CONTRACTOR which relate in any way to the Project, and to any claim for additional compensation made by CONTRACTOR, and to conduct an audit of the financial and accounting records of CONTRACTOR which relate to the Project and to any claim for additional compensation made by CONTRACTOR. CONTRACTOR shall retain and make available to CITY all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, CONTRACTOR shall provide CITY access to its books and records upon seventy-two (72) hours written notice. BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 124 900. SUPPLEMENTARY CONDITIONS: The following supplementary conditions shall apply to all Work unless specifically excluded in writing: 900.01 Working Hours: Contractor, his employees and subcontractors shall Work the standard hours established for the Project. CONTRACTOR shall notify PROGRAM MANAGER twenty fours (24) in advance for any day when an exception is required. 900.02 Site Utilization: i. Contractor shall provide with his Bid a copy of his proposed site phasing/utilization plan including traffic control. A sample of a Phasing Plan is shown on drawing No.: A-030 & A-031. It should be noted that the construction fence is the limit of the soace that will be made available. ii. CONTRACTOR shall limit his construction activities, restricting materials delivery, during the following events at the Miami Beach Convention Center: a. Miami International Boat Show 2007 - 02/08 through 02/24 2008 - b. South Florida Auto Show 2007 - 09/28 through 10/15 2008 - c. Jeweler's International Showcase 2007 -10/20 through 10/23 2008 - d. National Minority Supplier Development 2007 - 10/29 2008 - e. I.N.S. New Citizens Swearing In 2007 - 2008 - CONTRACTOR is reminded that he will be required to work around Convention Center activities and not all dates can be provided at this time. CONTRACTOR shall Include the Imoact for the above in the Base Line schedule. No additional comDensation for cost or time will be Drovided. 900.03 Photographs i. CONTRACTOR shall provide, with each monthly pay application 4-sets of 8" x 10" photos, including an aerial, depicting the progress of the work. The photos shall be for the strict use of the OWNER. ii. PROGRAM MANAGER shall provide CONTRACTOR direction on a standard orientation to be used for progress photos iii. CONTRACTOR shall under no circumstances take or use any photographs of the Work without the prior written authority of the OWNER. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 125 900.04 Notifcation I. CONTRACTOR shall set up a notification procedure, to be approved by the PROGRAM MANAGER, for all concrete pours, testing, grouting and special inspections that provides Forty Eight (48) hours advance notice. 900.05 Official Correspondence: i. All official correspondence shall be addressed to: Stephen Baumal - Project Administrator with copies to: CONSULTANT 900.06 Protection of the Work i. CONTRACTOR shall be responsible to protect the Work until officially accepted by the CITY. ii. CONTRACTOR shall be responsible to provide any and all security for the project, The City's temporary facilities, his employees, equipment, materials and temporary facilities at the job site. In addition the CONTRACTOR shall provide insurance for the City's temporary facilities. 900.07 Employee Identification CONTRACTOR shall develop and implement a procedure, subject to review and approval by the PROGRAM MANAGER, that requires all employees wear photo identification badges, 900.08 Project Quality Control i. CONTRACTOR shall designate one of his staff as the Project Quality Control (QC) Manager. The QC Manager shall be on site at all times. ii. CONTRACTOR shall provide a copy of his QC Manual for review and approval within thirty (30) days from execution of the Contract by both parties hereto. iii. The Q.C. manual must include formal periodic inspection of all work that entails completing Observation Reports; Non-Compliance Reports (when applicable); Receiving, Damage & Shortage Reports. A complete file of all reports complete with Logs shall be maintained at the site iv. CONTRACTOR shall require, being part of the Subcontract Agreements conditions, his Subcontractors to comply with CONTRACTOR'S QC Manual and procedures. 900.09 List of Deliverables i. CONTRACTOR shall provide, within fifteen (15) days from Contract Award a complete list of "Deliverables" required under the Contract. 900.10 Visitors Log i. CONTRACTOR shall maintain a "Visitors Log" and require all visitors to the project site to sign the log. This shall include all City inspectors or otherwise. 900.11 Demobilization I. CONTRACTOR shall request and receive, in writing, approval from the PROGRAM MANAGER prior to de-mobilizing. BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 126 900.12 "eBuilder Solutions" The City intends to implement "eBuilder Solutions", an electronic construction management system, on this Project and will require CONTRACTOR'S staff to be trained in its use. These supplementary conditions shall take precedence over conditions in Division 1 of the Technical Specifications BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 127 00920. ADDITIONAL ARTICLES: [Xl 1. Prevailina Waae Rate Ordinance. This Project is not federally funded. City of Miami Beach Ordinance No, 94-2960 provides that in all non-federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a party, 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, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. [-NOTE: INSERT IF APPLICABLE] [l 2. Federal Grant Proiects: (N/AI 2.1. By virtue of the fact that the funding of this Project will be delivered in full or in part from the United States government through , federal assurances must follow the grant application in addition to any and all supervening assurances set forth in Rules and Regulations published in Federal Register or CFR. 2.2. Clauses, terms or conditions required by federal grantor agency are hereby attached and made a part of these Contract Documents. BID NO: 17-06107 CITY OF MIAMI BEACH DATE: 1l/22/06 128 WAGE RATES lIf ADDlicablel GENERAL DECISION: FL20030001 10/27/2006 FL1 Date: October 27, 2006 General Decision Number: FL20030001 10/27/2006 State: Florida Superseded General Decision Number: FL020001 Construction Type: Building County: Miami-Dade County in Florida. BUILDING CONSTRUCTION PROJECTS (does not include single family homes and apartments up to and including four (4) stories) Modification Number o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 ASBE0060-001 04/01/2005 Publication Date 06/13/2003 01/23/2004 04/09/2004 OS/28/2004 08/27/2004 01/28/2005 04/08/2005 08/12/2005 09/23/2005 12/16/2005 04/14/2006 06/02/2006 07/14 /2 00 6 08/04/2006 09/01/2006 09/22/2006 10/27/2006 Rates Fringes Asbestos Worker/Heat and Frost Insulator.... .... .... ....$ 23.45 ELEC0349-001 09/01/2006 Including Fire Alarm 8.84 Installation Rates Fringes Electrician (Including Fire Alarm Installation) Electrical contracts including materials that are less than $2,000,000. ..$ 23.00 Electrical contracts BID NO: 17-06107 DATE: 1l/22/06 6.05+8% CITY OF MIAMI BEACH 129 including materials that...$ 25.46 Electrical contracts including mateials that are over $2,000,000.........$ 26.46 Electrical contracts including materials that are less that $2,000,000....$ 24.00 6.05 + 8% 6.05+8% 6.05+8% ELEV0071-001 01/01/2005 Rates Fringes Elevator Mechanic..............$ 29.805 12.115 FOOTNOTE FOR ELEVATOR CONSTRUCTORS: A: Employer contributes 8% basic hourly rate for 5 years or more of service or 6% basic hourly rate for 6 months to 5 years of service as Vacation Pay Credit; Paid Holidays: New Year's Day; Memorial Day; Independence Day; Thanksgiving Day; Christmas Day, plus the Friday after Thanksgiving. ENGI0487-001 07/01/2006 Rates Fringes Power equipment operators: Boom Truck Operator... ......$ 25.50 Crane (Including Truck Crane) . . . . . . . . . . . . . . . . . . . . . . $ 25.50 Crane Oiler (Including Truck Crane).. .... .... .... ..$ 17.90 Piledrivers... ........ .... ..$ 25.50 7.10 7.10 7.10 7.10 IRON0272-001 04/01/2003 Rates Fringes Ironworkers: Ornamental.... .... .... .... ..$ 19.75 Reinforcing. . . . . . . . . . . . . . . . . $ 19.75 Structural.... ..............$ 19.75 4.70 4.70 4.70 PLUM0519-001 09/16/2006 Rates Fringes P1umber........................$ 24.17 7.48 PLUM0725-001 06/30/2006 Rates Fringes Pipefitter (Including HVAC) ....$ 26.60 9.35 SFFL0821-001 07/01/2006 BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 130 Rates Fringes Sprinkler Fitter...............$ 25.60 11. 39 * SHEE0032-001 08/12/2003 Rates Fringes Sheet metal worker (Including HVAC duct work) . .. .. .. .. .. .. . $ 20.96 8.97 SUFL1999-001 03/04/1999 Rates Fringes Acoustical Tile Installer.. ....$ 10.00 0.62 Brick1ayer/B1ock1ayer...... ....$ 15.36 Carpenter (Including Drywall Hanging and Batt Insta11ation).$ 12.90 2.40 Carpet Layer..... .... .... ......$ 14.25 Cement Mason/Concrete Finisher.$ 14.50 3.15 Drywall Finisher............... $ 12.50 Glazier. . . . . . . . . . . . . . . . . . . . . . . . $ 13.05 2.42 Laborers: Pipe layers . . . . . . . . . . . . . . . . . . $ Plasterer Tenders........... $ Unskilled (Including Mason Tending) . . . . . . . . . . . . . . . . . . . . $ 13.81 10.09 8.70 Painter, Brush............... ..$ 9.61 Plasterer...... .... .... ........$ 15.05 Power equipment operators: Backhoe. . . . . . . . . . . . . . . . . . . . . $ 15.71 Bulldozer. . . . . . . . . . . . . . . . . . . $ 14.58 Concrete Pump Operator......$ 14.78 Grader. . . . . . . . . . . . . . . . . . . . . . $ 15.93 Loader. . . . . . . . . . . . . . . . . . . . . . $ 15.04 Roller...... .... .... .... .... $ 12.84 2.85 2.85 2.85 2.85 2.85 Roofer (including Built Up, Composition and Single Ply) ....$ 9.99 Tile Setter...... .... .... ......$ 12.50 0.87 Truck Driver. .... ...... ...... ..$ 10.95 1. 83 BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 131 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) be: Has there been an initial decision in the matter? This can * * an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling * * On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division u.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 132 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 133 00922. STATEMENT OF COMPLIANCE (PREVAILING WAGE RATE ORDINANCE NO. 94-29601 No. Project Title Contract No. The undersigned CONTRACTOR hereby swears under penalty of pe~ury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated ,20 (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this , 20_, by personally known to me or who has produced identification and who did/did not take an oath. day of who is as WITNESS my hand and official seal, this day of ,20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 134 00923. STATEMENT OF COMPLIANCE (DAVIS BACON ACT) No. Contract No. ProjectTitle The undersigned CONTRACTOR hereby swears under penalty of pe~ury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated ,20 Contractor By: By: (Signature) (Print Name and Title) STATE OF COUNTY OF ) ) SS ) The foregoing instrument was acknowledged before me this , 20_, by personally known to me or who has produced identification and who did/did not take an oath. WITNESS my hand and official seal, this day of day of who is as ,20 . (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 135 00925. CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: (name, address) CONSULTANT: TO (CITY): BID/CONTRACT NUMBER: 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. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 136 A list of items to be completed or corrected, prepared by CONSULTANT and approved by CITY, is attached hereto. The failure to include any items on such list does not alter the responsibility of CONTRACTOR to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. CONSULTANT BY DATE In accordance with Section 2.2 of the Contract, CONTRACTOR will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. CONSULTANT BY DATE CITY, through the Contract Administrator, accepts the Work or portion thereof designated by CITY as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of CITY and CONTRACTOR for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 137 00926. FINAL CERTIFICATE OF PAYMENT: PROJECT: (name, address) CONSULTANT: 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 5.2 of the Contract, 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 BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 138 00930. FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.l 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.l CONTRACTOR ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) _ day of ,20_. F:\PU RC\$ALL \Roman\boilerplate\blank construction bid Bid.doc BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 139 [If not incorporated sign below.l WITNESSES: F:\PURC\$ALL\Roman\boilerplate\blank constructionbidBid.doc BID NO: 17-06107 DATE: 1l/22/06 CONTRACTOR (Name of Firm) By: (Signature) (Print Name and Title) _ day of ,20_. CITY OF MIAMI BEACH 140 [X] 00950. DRAWINGS INDEX: I. Specifications/Drawings for the MULTIPURPOSE MUNICIPAL PARKING FACILITY havEl6 been prepared by: PERKINS + WILL ARCHITECTS, INC. 999 Ponce De Leon Boulevard, Suite 915 Coral Gables, Florida 33134 Tel.: 305.569.1333 Fax.:305.569.1334 A list of drawings is identified on drawing No.: G-001 Drawing Index. Drawings: Cover Sheet G-002 - General Demolition and Notes A-100 - Site Plan - Reference Only - Reference Only A-421 - Exterior Site Details Retaining Walls - Reference Only Survey Sheets 1,2 & 3 SSI-001 - Existing conditions Sub-Surface Investigation - Reference Only S-200A - Pile Plan S-301 - General Structural Notes - Reference Only S-301A - Pile General Structural Notes S-30SA - Pile Caps and Detail S-30BA - Pile Cap Detail S-309A - Pile Cap Detail S-031 P1 - Site Plan - Reference Only BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 141 01000. ADDENDA AND MODIFICATIONS: All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as Addendums to the Contract Documents. (Please see page 144) BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 142 02000. TECHNICAL SPECIFICATIONS: Specification Divisions: Division 1 - General Division 2 - Site Work Division 3 - Concrete BID NO: 17-06107 DATE: 1l/22/06 CITY OF MIAMI BEACH 143 04000. ACKNOWLEDGEMENT OF ADDENDA INVITATION FOR BID NO. 17-06/07 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02 - PILING AND RETAINING WALLS Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No.1, Dated l2dJ '?/o 0 , 1.").../15/tX1 I~. !~/{)(p 1~/"J..olob Addendum No.2, Dated Addendum No.3, Dated Addendurn No.4, Dated Addendum No.5, Dated Part II: No addendurn was received in connection with this Bid. Verified with Procurernent staff Narne of Staff Date Bidders- Narne Date Signature BID NO: 17-06/07 DATE: 11122106 CITY OF MIAMI BEACH 144 05000. CUSTOMER REFERENCE LISTING INVITATION FOR BID NO. 17-06/07 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02 - PILING AND RETAINING WALLS CUSTOMER REFERENCE LISTING (3 PROJECTSI Related Project Experience: (Minimum Requirements) Minimum Reauirements: Prosoective Bidders shall be reauired to provide proof with their Bid of havina satisfactorily constructed on schedule. as a General Contractor in the State of Florida. at least three (3) oroiects each in excess of seven hundred thousand dollars ($700.000) and of a comolexitv similar to that orovided in the Bid Documents. General Contractor will be reauired to self oerform. at a minimum. seventv five percent (75%) of the work. BID NO: 17-06107 DATE: 1lI22/06 CITY OF MIAMI BEACH 145 Complete this form and provide three (3) sarnple construction projects that your cornpany has cornpleted as proof of meeting the required "Minimum Requirernent" for this Invitation to Bid. SAMPLE Proiect 1 CONTRACTOR'S NAME: a s~ry folAn ckfr'oV\ G. .:IN: , CLIENTS NAME: Po (.f- fv'if'}lMe.s rJept. ()f fuvJ;'d. CoUV\.TY CLIENTS CONTACT NAME: BY/ALe.... I J.l/A V'!b v\ / ~ ~ /.A.11'\ II 1 CLIENTS ADDRESS: /1> 50 ~Jle.y- Dr.1 h-. IrtAwlt...rl'l.A.'(e.... J FI- 333/(., CLIENTS PHONE: (q9{) 5''t'd..~ 3Lta.Y FAX: ("154) 7G5- 53'K~ OVERALL DESCRIPTION OF THE PROJECT: Co~V;^c...-hhV'\. o-f Cl. _to~WQ-.\~ R+ 8~v*, lJo~. ~l.{ arJ ;;tc; 0.+- f'bA- f3ueY?j~es to rrw~+ oJ.J ,'f1.' (J V\n. ( ~ .efyY\; V\ I'~ (')f fh<- eJ4' ~'V\5 blA (khw..J.. Wct( (. TYPE OF CONTRUCTION PR VID~D: .1 I \ <L IN 'f\. 5 d!-S. alA. '-10 of w~r ,\o\..fu ~~po{'+- slip h/ytforn. I fk'L +Ye-"";~Col'\..cre1 fnlde.r J,t/1A.fe..r C t\JST UCTION TRADES PROVIDED ON T E PROJECT: . . \ \ SPECIAL FEATURES OF THE PROJECT (describe how work was perforrned in City/Urban environrnent and or Beach/Bay Front Vicinity): Ceo ni, 'v\a -Fe ~ work Wi't-''' ~orW\({s-fer ot+ a...c:h've 5eot.t1o,r'f- To , Co~S+Y'w~L-me W~ (( '^-+ s~ bfJtfom. . Was the experience dEjl6cribed above as a Prime Contractor or as a subcontractor? Prime &I' Sub-Contractor What changes and 0 rnodifications were experienced during the course of the project? BID NO: 17-06/07 DATE: 1l/22106 CITY OF MIAMI BEACH 146 (SAMPLE Project 1, Continued) How did those changes/modifications affect the schedule? ;V(A- CONTRACT AWARD AMOUNT $ 'g"'l3) 5q,o FINAL COST AT COMPLETION: $ ~'bLf, '\. 5~ VALUE OF WORK PERFORMED AS THE PRIME: $ f'?5 ,oa 0 TOTAL VALUE OF SUBCONTRACT: $ 150 ,De> C) SCHEDULE START DATE: '?-..)o",r, SCHEDULE COMPLETION DATE sfot.l5 ACTUAL START DATE: ;1..(0", (f ACTUAL COMPLETION DATE: S/q~ PROJECT MANAGER: O~~ Vc:lV\ VoovJ....; s DESIGNER: L.-D...~ C, - Vnk1€...VV\ PROJECT MANAGER: Lu...~s fJa V\<=\ 'f ~ ~ TELEPHONE NO: ~) 17' ~ tP fa 30 -ATTACH ADDITIONAL SHEETS IF NECESSARY- BID NO: 17-06/07 DATE: 11122/06 CITY OF MIAMI BEACH 147 SAMPLE Proiect2 CONTRACTOR'S NAME: ~ sa"i"'a ~~~ ~.:::r:~<:., CLIENTS NAME:_Byo Wt:Uf< Co, f) . G, ''S 'oV\€.1'5 CLIENTS CONTACT NAME GZ1.f'f' (2,o,^ vt\; ( t CLIENTS ADDRESS: L 35'0 rt ky;j) {': ,. h-. La. IAJ<yJ,o. (( , F/..- 333 f f> CLIENTS PHONE:-Ct2:I)'5%"~~ '3404 FAX: ("64)7(" ') -s":?8":t OVERALL DESCRIPTION OF THE PROJECT:~.e.v-J-.. :;tg' v}\COV'I'JI\~ bo I\o..'ret C\.. + PDA- G::\Jur~ kJ e.s. R.e.rtvJIJ~ ex./ s-h ~ tA..kkr kCA0 6o((curJ ~+ W -Pede.). Dn\/! !\ej./ fre~esse4 -f,'ks) ~;k ~p olleY' w~+tr arl c~:ff-a. cJ... bo/(a.rc( SPECIAL FEATURES OF THE PROJECT (describe how worJ< wr~rfOr~in City/Urban environrnent and or Beach/Bay Front Vicinity): /,tVo{' 0 f2foo..tir!J b~.5 ~ ~c;Hv e SeRj. fO(+' &0 vcI/YV;t kl Wo v~ ,^^f.b".J~.J/~O rvY\lt.5~ V' -(fl ,~cJ.JtA ~ ac.d-t"Jt'fr'eS. Was the experience de~ribed above as a Prime Contractor or as a subcontractor? Prirne v' Sub-Contractor to e..x-m..Me-\'f h.C\.Y'J.. &\\) I'~ II,^- ft>cl" BID NO: 17-06/07 DATE: 11122/06 CITY OF MIAMI BEACH 148 (SAMPLE Project 2, Continued) How did those changes/modifications affect the schedule? AJJel.t-t'oVVt 1_ ~~"'e.e-V:~ ~ ?:-V"-R>(rVle.J. c<r.J YrIt)~IWCa.-hl~y\ s -k _tt\cc Je-"T V\1~ ~mpl~-tJ. AftYOx~~+e.-'{ '2.. mct\"*,s cvM. €.A to 0-<< 51'~1 SJ..~LA-(€- , CONTRACT AWARD AMOUNT $ "\.73, en C) FINAL COST AT COMPLETION: $ '7 '0'. (O'tL , VALUE OF WORK PERFORMED AS THE PRIME: $ 0 'to ,DO f) TOTAL VALUE OF SUBCONTRACT: $ I OC:>JO~C) SCHEDULE START DATE: I~/ol.f SCHEDULE COMPLETION DATE: '7:;105" ACTUAL START DATE: I ;;2./D~ ACTUAL COMPLETION DATE: 5Jo S- f PROJECT MANAGER: GUf'y Ch.e..r,elle..'f't- DESIGNER: k~<, - Vn6..leW\ PROJECT MANAGER: L-Olle-Ja ~ NOlV\a y~J:.kct~ TELEPHONE NO: (49-\.) (7/-0G~ " -ATTACH ADDITIONAL SHEETS IF NECESSARY- BID NO: 17-06/07 DATE: 11/22/06 CITY OF MIAMI BEACH 149 SAMPLE Proiect 3 CONTRACTOR'S NAME: fb~ FoIA~J."'-n'oY\ Co. ,Sr<:-. CLIENTS NAME:--.EIe>{\'Jo" fowu" + L--.1'1'-t- CLIENTS CONTACT NAME:_\L6J 1\-\ 1Z~e...y CLIENTS ADDRESS: 15'b #a.~ N..Jv..,Cs~.)M.\'a.W\,'~c.h. '33/39 CLIENTS PHONE: ('?o'S):n-S- S~"\o . FAX:('305)~8""-5~5' OVERALL DESCRIPTION OF THE PROJECT: L-o ca.. 1<:'-. €..,x..Q:.l, i/~te- Q /l\d Jlfr- 0:1 ')-IR..+k. eJe_L-tVYCA L....tYQV\sm.; ~s ioY\ (l'rtZ fVc;m *-CL- h O*D1h'.. at :r I^di a.Y\ CY'f'e.1<.... toy #,f!.... pUr-paS'€... 0+ fe-~ f t" arJ v"e..tIY'~ If 0.+'0 J'\ . TYPE OF CONTRUCTION PROVIDED: D ~V~1^iJ) vY\.ol. y\'~e..... wnviz (')f-.t Iff){;( +lhj ha. V'tje s. CTION TRADES PROVIDED ON T E PROJECT: . t e.. SPECIAL FEATURES OF THE PROJECT (describe how "l'qrk was p~rform~)n City/Urban environrnent and or Beach/Bay Front Vicinity):~ (k~ nrtE ~ ha~5> ,'Y\. 'J:V\dr'o.,^ Cree.J...) M(t.xWl.,' t3ea...cJ.. Was the experience described above as a Prirne Contractor or as a subcontractor? Prirne V Sub-Contractor What changes an / r rnodifications were experienced during the course of the project? BID NO: 17-06/07 DATE: 11122/06 CITY OF MIAMI BEACH 150 (SAMPLE Project 3, Continued) How did those changes/rnodifications affect the schedule? k'U ACTUAL START DATE: CONTRACT AWARD AMOUNT $ I,o~t) ,OtJ{) . . FINAL COST AT COMPLETION: $ '/ (()..7,t)ot) VALUE OF WORK PERFORMED AS THE PRIME: $ ')07~ oC) 0 TOTAL VALUE OF SUBCONTRACT: $ 55, OD 0 '1/ tJ4, , SCHEDULE COMPLETION DATE: il/()'-f , 7,10Lf I ~/ot.f , CA-Q'\..(' \J~y+ SCHEDULE START DATE: ACTUAL COMPLETION DATE: PROJECT MANAGER: Ge..~ DESIGNER: Er L PROJECT MANAGER:_l'e.-v 1'1'\. ~Y\e..y TELEPHONE NO: [~S) 'J.:l.'r' - 5a9o -ATTACH ADDITIONAL SHEETS IF NECESSARY- BID NO: 17-06/07 DATE: 11122106 CITY OF MIAMI BEACH 151 06000. SUB-CONTRACTOR LISTING INFORMATION INVITATION FOR BID NO. 17-06/07 FOR MULTIPURPOSE MUNICIPAL PARKING FACILITY BID PACKAGE 02 - PILING AND RETAINING WALLS PROPOSED SUB-CONTRACTORS PROVIDING SERVICES TO THIS PROJECT Narne of Subcontractor perforrned (Telephone and fax no.) Work to be erforrned % of Work to be q. frrrw.../"fDV.. Y' ref".; Y\1 '" War ts 4- p:\~(AP$. ~ aFP- Sf.oi\ s . Ctv'lAcJt:.. t~ (~ 6 Narne: CJ...~V\. Oie.,,>eJ. Tel:@)~- ???'t, Fax: ~ t Se.rv\Ce...s Lf 6 ;r~,{~5 .. Narne: Tel: Fax: Narne: Tel: Fax: Name: Tel: Fax: (Attach additional forrns if necessary) BID NO: 17-06/07 DATE: 11122/06 CITY OF MIAMI BEACH 152 Tech n ica I Specifications m City of Miami Beach _ Florida Multi-Purpose Municipal Parking Facility Date: September 29, 2006 PERKINS .~ ,,' WILL 999 PONCE DE LEON BOULEVARD. SUITE 915 CORAL GABLES, FLORIDA, 33134 (305) 569 - 1333 .- PERKINSWILL.COM Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 Division Section Title 1. GENERAL 01 330 Submittal Procedures 400 Quality Requirements 420 References 500 Temporary Facilities and Controls 524 Construction Waste Management 600 Product Requirements 700 Execution Requirements 731 Cutting and Patching 2. SITE WORK 02 201 Sub Surface Investigations 240 Dewatering 260 Excavation Support and Protection 300 Ea rthwork 371 Auger Cast Grout Piles 3. CONCRETE 03 300 Cast In Place Concrete END OF TOC TABLE OF CONTENTS TOC-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section Includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections Include the following: 1. Division 1 Section "Quality Requirements" for submitting test and Ins'pectlon reports and for mockup requirements. 2. Division 1 Section "Closeout Procedures" for submitting warranties. 3. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 4. Division 1 Section "Operation and Maintenance Data" for submitting operation and maintenance manuals. 5. Division 1 Section "Demonstration and Training" for submitting videotapes of demonstration of equipment and training of Owner's personnel. 6. Divisions 2 through 16 Sections for specific requirements for submittals in those Sections. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information that requires Architect's and Program Manager's] responsive action. B. Informational Submittals: Written information that does not require Architect's and Project Manager's responsive action. Submittals may be rejected for not complying with requirements. 1.3 SUBMITIAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will be provided by Architect for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect and Program Manager reserve the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. SUBMITIAL PROCEDURES 01 330-1 C. PERKINS+WILL 810059 9/29/06 Submittals Schedule: Comply with requirements In Division 1 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. Multi-Purpose Municipal Parking Facility City of Miami Beach D. Processing Time: Allow enough time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals sufficiently in advance of the Work to allow for permit processing, including resubmittals. 1. Initial Review: Allow 15 fifteen days for Initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it In same manner as initial submittal. 3. Resubmlttal Review: Allow (15) fifteen days for review of each resubmittal. E. Identification: Place a permanent label or title block on each submittal for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. I'rovide a space approximately 6 by 8 inches on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information on label for processing and recording action taken: a. Project name. b. Date. c. Name and address of Architect. d. Name and address of Contractor. e. Name and address of subcontractor. f. Name and address of supplier. g. Name of manufacturer. h. Submittal number or other unique identifier, Including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 06 100.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 06 100.01.A). I. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Locatlon(s) where product is to be installed, as appropriate. I. Other necessa ry identification. F. Deviations: Highlight or otherwise specifically identify deviations from the Contract Documents on submittals. G. Additional Copies: Unless additional copies are required for final submittal, and unless Architect or Project Manager observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. SUBMITTAL PROCEDURES 01 330-2 1. PERKINS+WILL 810059 9/29/06 Submit one copy of submittal to concurrent reviewer in addition to specified number of copies to Program Manager who will be responsible to forward them to the A/E. Additional copies submitted for maintenance manuals are to be compiled and forwarded at closeout. Multi-Purpose Municipal Parking Facility City of Miami Beach 2. H. Transmittal (Using E-Builder): Package each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form (Using E-Builder): Provide locations on form for the following information: a. Project name. b. Date. c. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Specification Section number and title. i. Drawing number and detail references, as appropriate. j. Transmittal number, numbered consecutively. k. Submittal and transmittal distribution record. I. Remarks. m. Signature of transmitter. 2. Using E-Builder procedures, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect and Program Manager on previous submittals, and deviations from requirements In the Contract Documents, Including minor variations and limitations. Include same label information as related submittal. I. Resubmittals (Using E-Builder): Make resubmittals in same form and number of copies as Initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. J. Distribution (Using E-Builder): Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. 1.4 CONTRACTOR'S USE OF ARCHITECT'S CAD FILES A. General: At Contractor's written request, copies of Architect's CAD files will be provided to Contractor for Contractor's use in connection with Project, subject to the following conditions: SUBMITTAL PROCEDURES 01 330-3 Multi-Purpose Municipal Parking Facility City of Miami Beach 1. PERKINS+WILL 810059 9/29/06 Complete and submit Electronic File Transfer Agreement (Architect and Contractor/Subcontractor) (EFTA-Contractor-Sub) at end of this Section with original signatures by party making request. Make payment required by the Electronic File Transfer Agreement (Architect and Contractor/Subcontractor) to Architect. CAD files will be sent in AutoCAD 2006 format via E-Builder. 2. 3. PART 2 - PRODUCTS 2.1 ACTION SUBMITTALS A. General: Prepare and submit Action Submittals required by individual Specification Sections. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's written recommendations. b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Standard color charts. e. Manufacturer's catalog cuts. f. Wiring diagrams showing factory-Installed wiring. g. Printed performance curves. h. Operational range diagrams. i. Mill reports. J. Standard product operation and maintenance manuals. k. Compliance with specified referenced standards. I. Testing by recognized testing agency. m. Application of testing agency labels and seals. n. Notation of coordination requirements. 4. Submit Product Data before or concurrent with Samples. 5. Number of Copies: Submit four copies of Product Data, unless otherwise indicated. . Architect, through PRogram Manager, will return two copies. Mark up and retain one returned copy as a Project Record Document. C. Shop Drawings: Prepare Project-specific Information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following Information, as applicable: a. Dimensions. SUBMITTAL PROCEDURES 01 330-4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WIll 810059 9/29/06 b. Identification of products. c. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Wiring diagrams showing field-installed wiring, including power, signal, and control wiring. f. Shopwork manufacturing instructions. g. Templates and patterns. h. Schedules. i. Design calculations. j. Compliance with specified standards. k. Notation of coordination requirements. I. Notation of dimensions established by field measurement. m. Relationship to adjoining construction clearly Indicated. n. Seal and signature of professional engineer if specified. o. Wiring Diagrams: Differentiate between manufacturer-installed and field- installed wiring. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 Inches but no larger than 30 by 40 inches. 3. Number of Copies: Submit four opaque copies of each submittal, unless copies are required for operation and maintenance manuals. Submit five] copies where copies are required for operation and maintenance manuals. Architect and Project Manager will retain two of the copies; remainder will be returned. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples not Incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 4. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit two full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be SUBMITTAL PROCEDURES 01 330-5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 selected from manufacturer's product line. Architect, through Program Manager,] will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect and Program Manager will retain two of the Sample sets; remainder will be returned. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule or List: As required in indlviduai Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product. 2. Number and name of room or space. 3. Location within room or space. 4. Number of Copies: Submit three] copies of product schedule or list, unless otherwise indicated. Architect, through Program Manager, will return two copies. a. Mark up and retain one returned copy as a Project Record Document. F. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Sectlon(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 4. Number of Copies: Submit three copies of subcontractor list, unless otherwise indicated. Architect, through Program Manager, will return two] copies. a. Mark up and retain one returned copy as a Project Record Document. SUBMITTAL PROCEDURES 01 330-6 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 2.2 INFORMATIONAL SUBMITTALS A. General: Prepare and submit Informational Submittals required by other Specification Sections. 1. Number of Copies: Submit three copies of each submittal, unless otherwise indicated. Architect and Program Manager will not return copies. 2. Certificates and Certifications: Provide a notarized statement that Includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other Individual authorized to sign documents on behalf of that entity. 3. Test and Inspection Reports: Comply with requirements specified in Division 1 Section "Quality Requirements." B. Coordination Drawings: Comply with requirements specified in Division 1 Section "Project Management and Coordination." C. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure SpeCification (WPS) and Procedure Qualification Record (PQR) on AWS forms. Include names of firms and personnel certified. D. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements In the Contract Documents and, where required, Is authorized by manufacturer for this specific project. E. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements In the Contract Documents. Include evidence of manufacturing experience where required. F. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. G. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. H. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, Indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 1. Product Test Reports: Prepare written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. J. Research/Evaluation Reports: Prepare written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following Information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report Is In effect. 4. Product and manufacturers' names. SUBMITTAL PROCEDURES 01 330-7 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 5. Description of product. 6. Test procedures and results. 7. limitations of use. K. Schedule of Tests and Inspections: Comply with requirements specified in Division 1 Section "Quality Requirements." L. Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. M. Compatibility Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and Interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. N. Field Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of field tests performed either during Installation of product or after product is installed in its final location, for compliance with requirements In the Contract Documents. O. Maintenance Data: Prepare written and graphic instructions and procedures for operation and normal maintenance of products and equipment. Comply with requirements specified in Division 1 Section "Operation and Maintenance Data." P. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, If any, used for calculations. Include page numbers. Q. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer. Include the following, as applicable: 1. Preparation of substrates. 2. Required substrate tolerances. 3. Sequence of installation or erection. 4. Required Installation tolerances. S. Required adjustments. 6. Recommendations for cleaning and protection. R. Manufacturer's Field Reports: Prepare written Information documenting factory- authorized service representative's tests and inspections. Include the following, as applicable: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. SUBMITTAL PROCEDURES 01 330-8 5. PERKINS+WJLL 810059 9{29/06 Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. Results of operational and other tests and a statement of whether observed performance complies with requirements. Statement whether conditions, products, and installation will affect warranty. Other required items indicated in individual Specification Sections. Multi-Purpose Municipal Parking Facility City of Miami Beach 4. 6. 7. 2.3 DELEGATED DESIGN A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional Information to Architect through Program Manager. B. Delegated-Design Submittal: In addition to Shop Drawings, Product Data, and other required submittals, submit three] copies of a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect and Program Manager. B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 ARCHITECT'S AND PROGRAM MANAGER'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect and Program SUBMITTAL PROCEDURES 01 330-9 Multi-Purpose Municipal Parking Facility City of Miami Beach . PERKINS+WILL 810059 9/29/06 Manager will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action taken, as follows; a. Final Unrestricted Release: When the Architect marks a submittal "No Exceptions," the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents. Final payment depends on that compliance. b. Flnal-But-Restricted Release: When the Architect marks a submittal "Exceptions As Noted," the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents. Final payment depends on that compliance. c. Returned for resubmlttal: When the Architect marks a submittal "Resubmit," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the notations; resubmit without delay. Repeat if necessary to obtain different action mark. 1) Do not use, or allow others to use, submittals marked "Resubmit" at the Project Site or elsewhere where Work is in progress. d. Returned as Rejected: When the Architect marks a submittal "Rejected," do not proceed with Work covered by the submittal, including purchasing, fabrication, delivery, or other activity. The submittal does not conform to the design concept or meet requirements of the Contract Documents. 1) Do not use, or allow others to use, submittals marked "Rejected" at the Project Site or elsewhere where Work is in progress. e. Other Action: Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal without action. C. Informational Submittals: When the Architect marks a submittal "For Information Only," Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect through the Program Manager will forward each submittal to the General Contractor. D. Partial submittals are not acceptable, will be considered non responsive, and will be returned without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION SUBMITTAL PROCEDURES 01 330-10 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+Wlll 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section Includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and -control requirements for Individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, Inspections, and related actions do not limit Contractor's other quality-assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services required by Architect, Program Manager, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections include the foliowlng: 1. Division 1 Section "Cutting and Patching" for repair and restoration of construction disturbed by testing and Inspecting activities. 2. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.2 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality-Control Services: Tests, Inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products Incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect or Program Manager. C. Mockups: Full-size, physical assemblies that are constructed on-site. Mockups are used to verify selections made under sample submittals, to demonstrate aesthetic effects and, where indicated, qualities of materials and execution, and to review construction, coordination, testing, or operation; they are not Samples. Approved mockups establish the standard by which the Work will be judged. D. laboratory Mockups: Full-size, physical assemblies that are constructed at testing facility to verify performance characteristics. QUALITY REQUIREMENTS 01 400-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 E. Preconstruction Testing: Tests and inspections that are performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. F. Product Testing: Tests and Inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with industry standards. G. Source Quality-Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. H. Field Quality-Control Testing: Tests and inspections that are performed on-site for Installation of the Work and for completed Work. 1. Testing Agency: An entity engaged to perform specific tests, Inspections, or both. Testing laboratory shall mean the same as testing agency. J. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including Installation, erection, application, and similar operations. 1. Using a term such as "carpentry" does not imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to trades people of the corresponding generic name. K. Experienced: When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.3 CONFLICTING REQUIREMENTS A. General: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently eaual, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual Installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. QUALITY REQUIREMENTS 01 400-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WIll 810059 9/29/06 1.4 SUBMIlTAlS A. Qualification Data: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. B. Schedule of Tests and Inspections: Prepare In tabular form and include the following: 1. Specification Section number and title. 2. Description of test and inspection. 3. Identification of applicable standards. 4. Identification of test and Inspection methods. 5. Number of tests and inspections required. 6. Time schedule or time span for tests and inspections. 7. Entity responsible for performing tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. C. Reports: Prepare and submit certified written reports that Include the following: 1. Date of Issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and re-inspectlng. D. Permits, licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.5 QUALITY ASSURANCE A. General: Qualifications paragraphs in this Article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Installer Qualifications: A firm or individual experienced in Installing, erecting, or assembling work similar in material, design, and extent to that indicated for this QUALITY REQUIREMENTS 01 400-3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 Project, whose work has resulted In construction with a record of successful in- service performance. C. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice In jurisdiction where Project is located and who is experienced in providing engineering services of the kind Indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those Indicated for this Project in material, design, and extent. F. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satiSfy qualification requirements indicated and shall be engaged for the activities Indicated. 1. Requirement for specialists shall not supersede building codes and regulations governing the Work. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and Inspecting indicated, as documented according to ASTM E 548; and with additional qualifications specified in individual Sections; and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 1. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect, through Program Manager, with copy to Contractor. Interpret tests and Inspections and state In each report whether tested and inspected work complies with or deviates from the Contract Docu ments. 1.6 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. QUAlIiY REQUIREMENTS 01 400-4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 1. Costs for retesting and re-inspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. B. Tests and Inspections not explicitly assigned to Owner are Contractor's responsibility. Unless otherwise indicated, provide quality-control services speCified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction, whether specified or not. 1. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to In writing by Owner. 2. Notify testing agencies and Project Manager at least 72 hours in advance of time when Work that requires testing or inspecting will be performed. 3. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in dupllcate, of each quality-contrOl service. 4. Testing and Inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 5. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indlcated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, includin9 service connections. Report results in writing as speCified in Division 1 Section "Submittal Procedures." D. Retesting/Re-inspecting: Regardless of whether original tests or inspections were Contractor's responsibillty, prOVide quality-control services, including retesting and re-Inspectlng, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect, Program Manager, and Contractor In performance of duties. Provide qualified personnel to perform required tests and Inspections. 1. Notify Architect, Program Manager, and Contractor promptly of irregularities or deficiencies observed in the Work during performance of Its services. 2. Determine the location from which test samples will be taken and In which In- situ tests are conducted. 3. Conduct and interpret tests and Inspections and state in each report whether tested and inspected work compiles with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and sl milar quality-control service through Project Manager. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. QUALITY REQUIREMENTS 01 400-5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+Wlll 810059 9/29/06 F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quallty- assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. H. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality-control services required. Submit schedule within 30 days of date established for the Notice to Proceed. 1. Distribution: Distribute schedule to Owner, Archltect,[ Program Manager, testing agencies, and each party involved In performance of portions of the Work where tests and inspections are required. 1.7 SPECIAL TESTS AND INSPECfIONS A. Special Tests and Inspections: Conducted by a qualified testing agency] as required by authorities having jurisdiction, as indicated in individual Specification Sections, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality-control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect, Program Manager, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality-control service to Architect, through Program Manager, with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, that includes a list of unresolved deficiencies. 5. Interpreting tests and Inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and re-inspecting corrected work. QUALITY REQUIREMENTS 01 400-6 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 ACCEPTABLE TESTING AGENCIES 3.2 TEST AND INSPECTION LOG A. Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or Inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to test and inspection log for Architect's and Program Manager's reference during normal working hours. Provide an updated copy of the Log with each rnonthly payment Application; post on E-Builder. 3.3 REPAIR AND PROTECTION A. General: On completion of testing, Inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Comply with the Contract Document requirements for Division 1 Section "Cutting and Patching." B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION QUALITY REQUIREMENTS 01 400-7 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 DEFINITIONS A. General: Basic Contract definitions are Included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" Is limited to Architect's duties and responsibilities as stated In the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated. II E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. 1. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and mayor may not be identical with the description of the land on which Project is to be built. 1.2 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents Include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents, unless otherwise indicated. REFERENCES 01420-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. ADAAG Americans with Disabilities Act (ADA) (800) 872- 2253 Architectural Barriers Act (ABA) Accessibility Guidelines for Buildings and Facilities (202) 272- 0080 Available from Access Board www.access-board.gov CFR Code of Federal Regulations (888) 293- 6498 Available from Government Printing Office (202) 512- 1530 www.gpoaccess.gov/cfr/index.html CRD Handbook for Concrete and Cement (601) 634- 2355 Available from Army Corps of Engineers Waterways Experiment Station www.wes.army.mil FED-STD Federal Standard (See FS) Available from National Institute of Building Sciences (202) 289- 7800 www.nibs.org FTMS Federal Test Method Standard (See FS) ICC-ES ICC Evaluation Service, Inc. (800) 423- 6587 (562) 699- 0543 www.icc-es.org UFAS Uniform Federal Accessibility Standards (800) 872- 2253 (202) 272- 0080 Available from Access Board www.access-board.gov REFERENCES 01 420-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 1.3 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale Research's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association, Inc. (The) (202) 862- 5100 www.aluminum.org AABC Associated Air Balance Council (202) 737- 0202 www.aabchq.com AAMA American Architectural Manufacturers Association (847) 303- 5664 www.aamanet.org AASHTO American Association of State Highway and (202) 624- 5800 Transportation Officials www.transportation.org ABMA American Bearing Manufacturers Association (202) 367- 1155 www.abma-dc.org ACI ACI International (248) 848- 3700 (American Concrete Institute) www.acHnt.org ACPA American Concrete Pipe Association (972) 506- 7216 www.concrete-pipe.org AGA American Gas Association (202) 824- 7000 www.aga.org AGC Associated General Contractors of America (The) (703) 548- 3118 www.agc.org REFERENCES 01 420-3 Multi-Purpose Municipal Parking Facility Oty of Miami Beach AI AlA AISC AISI ALCA ALSC AMCA ANSI APA APA ARI ASCE Asphalt Institute www.asphaltinstitute.org American Institute of Architects (The) www.aia.org American Institute of Steel Construction www.aisc.org American Iron and Steel Institute www.steel.org Associated Landscape Contractors of America www.alca.org American Lumber Standard Committee, Incorporated www.alsc.org Air Movement and Control Association International, Inc. www.amca.org American National Standards Institute www.ansl.org APA - The Engineered Wood Association www.apawood.org Architectural Precast Association www.archprecast.org Air-Conditioning & Refrigeration Institute www.ari.org American Society of Civil Engineers www.asce.org REFERENCES 01 420-4 PERKINS+WILL 810059 9/29/06 (859) 288- 4960 (800) 242- 3837 (202) 626- 7300 (800) 644- 2400 (312) 670- 2400 (202) 452- 7100 (800) 395- 2522 (703) 736- 9666 (301) 972- 1700 (847) 394- 0150 (202) 293- 8020 (253) 565- 6600 (239) 454- 6989 (703) 524- 8800 (800) 548- 2723 (703) 295- 6300 Multi-Purpose Municipal Parking Facility City of Miami Beach ASHRAE ASME ASSE ASTM AWl AWPA AWS AWWA BHMA BIFMA CDA American Society of Heating, Refrigerating and Air-Conditioning Engineers www.ashrae.org ASME International (The American Society of Mechanical Engineers International) www.asme.org American Society of Sanitary Engineering www.asse-plumbing.org ASTM International (American Society for Testing and Materials International) www.astm.org Architectural Woodwork Institute www.awinet.org American Wood-Preservers' Association www.awpa.com American Welding Society www.aws.org American Water Works Association www.awwa.org Builders Hardware Manufacturers Association www.buildershardware.com BIFMA International Cast Stone Institute www.caststone.org Copper Development Association Inc. REFERENCES 01 420-5 PERKINS+WILL 810059 9/29/06 (800) 527- 4723 (404) 636- 8400 (800) 843- 2763 (212) 591- 7722 (440) 835- 3040 (610) 832- 9585 (800) 449- 8811 (703) 733- 0600 (334) 874- 9800 (800) 443- 9353 (305) 443- 9353 (800) 926- 7337 (303) 794- 7711 (212) 297- 2122 (616) 285- 3963 (770) 972- 3011 (800) 232- 3282 Multi-Purpose Municipal Parking Facility City of Miami Beach CFFA CGA CIMA CISCA CISPI CLFMI CPPA CRI CRSI CSI DHI DHI EIA www.copper.org Chemical Fabrics & Film Association, Inc. www.chemicalfabrlcsandfilm.com Compressed Gas Association www.cganet.com Cellulose Insulation Manufacturers Association www.cellulose.org Ceilings & Interior Systems Construction Association www.cisca.org Cast Iron Soil Pipe Institute www.Cispi.org Chain Unk Fence Manufacturers Institute www.chalnlinkinfo.org Corrugated Polyethylene Pipe Association www.cppa-info.org Carpet & Rug Institute (The) www.carpet-rug.com Concrete Reinforcing Steel Institute www.crsi.org Construction Specifications Institute (The) www.csinet.org Door and Hardware Instltutewww.cti.org www.dhi.org Door and Hardware Institute Electronic Industries Alliancewww.dhi.org REFERENCES 01 420-6 PERKINS+WILL 810059 9/29/06 (212) 251- 7200 (216) 241- 7333 (703) 788- 2700 (888) 881- 2462 (937) 222- 2462 (630) 584- 1919 (423) 892- 0137 (301) 596- 2583 (800) 510- 2772 (202) 462- 9607 (800) 882- 8846 (706) 278- 3176 (847) 517- 1200 (800) 689- 2900 (703) 684- 0300 (703) 222- 2010 (703) 222- 2010 (703) 907- 7500 Engineers Joint Contract Documents Com mitteewww.eima.com PERKINS+WILL 810059 9/29/06 (800) 548- 2723(770) 968-7945 (703) 295- 6300 (800) 548- 2723 (914) 332- 0040(703) 295-6300 (914) 332- 0040 (315) 339- 6937 (216) 241- 7333 Multi-Purpose Municipal Parking Facility City of Miami Beach EJCDC EJCDC EJMA EJMA ESD FCI FCI FM FM FMG FMG FRSA FRSA FSA FSA GANA HI HI HI HI www.asce.org Engineers Joint Contract Documents Committee Expansion Joint Manufacturers Association, Inc.www.asce.org www.ejma.org Expansion Joint Manufacturers Association, Inc. ESD Association Fluid Controls Institutewww.esda.org www.f1uldcontrolsinstltute. 0 rg Fluid Controls Institute (216) 241- 7333 Factory Mutual Systemwww.fivb.ch (Now FMG) Factory Mutual System FM Global(Now FMG) (401) 275- 3000 (401) 275- 3000 (Formerly: FM - Factory Mutual System) www.fmglobal.comFM Global (Formerly: FM - Factory Mutual System) Florida Roofing, Sheet Metal & Air Conditioning Contractors Association.lnc.www.fmglobal.com www.floridaroof.com Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc. Fluid Sealing Associationwww.f1orldaroof.com (407) 671- 3772 (407) 671- 3772 (610) 971- 4850 www.f1uidsealing.com Fluid Sealing Association (610) 971- 4850 (785) 271- 0208 (888) 786- 7744 (973) 267- 9700 (888) 786- 7744 (908) 464- 8200(973) 267.9700 Glass Association of North America Hydrau I i c Institutewww.geosynthetic-Instltute.org www.pumps.org Hydraulic Institute Hydronics Institutewww.pumps.org www.gamanet.org Hydronics Institute (908) 464- 8200 REFERENCES 01420-7 Multi-Purpose Municipal Parking Facility City of Miami Beach HMMA HMMA HPVA HPVA HPW HPW IAS IAS ICEA ICEA ICRI ICRI IEC ITU KCMA KCMA LMA LMA LPI LPI MBMA MBMA MFMA Hollow Metal Manufacturers Associationwww.gamanet.org (Part of NAAMM) Hollow Metal Manufacturers Association Hardwood Plywood & Veneer Association(Part of NAAMM) www.hpva.org Hardwood Plywood & Veneer Association H. P. White Laboratory, Inc.www.hpva.org www.hpwhite.com H. P. White Laboratory, Inc. International Approval Servlceswww.hpwhite.com (Now CSA International) International Approval Services Insulated Cable Engineers Association, Inc. www.intbadfed.org www.icea.net Insulated Cable Engineers Association, Inc. International Concrete Repair Institute, Inc.www.icea.net www.lcrLorg International Concrete Repair Institute, Inc. International Electrotechnical Commissionwww.icrLorg www.iec.ch www.ltu.int/home International Telecommunication Union Kitchen Cabinet Manufacturers Associatlonwww.itu.intjhome www.kcma.org Kitchen Cabinet Manufacturers Association Laminating Materials Associationwww.kcma.org (Now part of CPA) Laminating Materials Association Lightning Protection Instltute(Now part of CPA) www.lightning.org Lightning Protection Institute Metal Building Manufacturers Assoclatlonwww.lIghtnlng.org www.mbma.com Metal Building Manufacturers Association Metal Framing Manufacturers Assoclatlonwww.maplefloor.org REFERENCES 01 420-8 PERKINS+WILL 810059 9/29/06 (703) 435- 2900 (703) 435- 2900 (410) 838- 6550 (410) 838- 6550 (770) 830- 0369 (770) 830- 0369 (847) 827- 0830 (847) 827- 0830 41 2291902 11 41 22 730 51 11 (703) 264- 1690 (703) 264- 1690 (800) 488- 6864 (847) 577- 7200 (800) 488- 6864 (216) 241- 7333(847) 577-7200 (216) 241- 7333 (312) 644- Multi-Purpose Municipal Parking Facility City of Miami Beach MFMA MH MH MHIA MHIA MSS NAAMM NAAMM NACE NACE NADCA NADCA NAIMA NAIMA NCTA NCTA NECA NECA NeLMA NeLMA www.metalframingmfg.org Metal Framing Manufacturers Association Material Handlingwww.metalframingmfg.org (Now MHIA) Material Handling Material Handling Industry of America(Now MHIA) www.mhia.org Material Handling Industry of America Fittings Industry Inc. www.mss-hq.comManufacturers Standardization Society of The Valve and Fittings Industry Inc. National Association of Architectural Metal Manufacturerswww.mss-hq.com www.naamm.org National Association of Architectural Metal Manufacturers NACE Internationalwww.naamm.org (National Association of Corrosion Engineers International) www.nace.orgNACE International (National Association of Corrosion Engineers International) National Air Duct Cleaners Associationwww.nace.org www.nadca.com National Air Duct Cleaners Association North American Insulation Manufacturers Association (The )www.aahperd.org/nagws/ www.naima.org North American Insulation Manufacturers Association (The) National Cable & Telecommunications Associationwww.ncpi.org www.ncta.com National Cable & Telecommunications Association National Electrical Contractors Assoclatlonwww.nebb.org www.necanet.org National Electrical Contractors Association Northeastern Lumber Manufacturers' Associationwww.necanet.org www.nelma.org Northeastern Lumber Manufacturers' Association REFERENCES 01 420-9 PERKINS+WILL 810059 9/29/06 6610 (312) 644- 6610 (800) 345- 1815 (704) 676- 1190 (800) 345- 1815 (703) 281- 6613 (312) 332- 0405 (312) 332- 0405 (281) 228- 6200 (281) 228- 6200 (202) 737- 2926 (202) 737- 2926 (703) 684- 0084 (703) 684- 0084 (202) 775- 3550 (202) 775- 3550 (301) 657- 3110 (301) 657- 3110 (207) 829- 6901 (207) 829- 6901 Multi-Purpose Municipal Parking Facility Qty of Miami Beach NEMA NEMA NETA NETA NFHS NFPA NFPA NHLA NLGA NLGA NRCA NRCA NRMCA NRMCA NSF NSSGA National Electrical Manufacturers Associationwww.nelma.org www.nema.org National Electrical Manufacturers Association InterNational Electrical Testing Associationwww.nema.org www.netaworld.org InterNational Electrical Testing Association National Federation of State High School Associations NFPAwww.nfhs.org (National Fire Protection Association) www.nfpa.orgNFPA (National Fire Protection Association) www.natlhardwood.org National Hardwood Lumber Association National Lumber Grades Authoritywww.natlhardwood.org www.nlga.org National Lumber Grades Authority National Roofing Contractors Associationwww.nofma.org www.nrca.net National Roofing Contractors Association National Ready Mixed Concrete Associationwww.nrca.net www.nrmca.org National Ready Mixed Concrete Association (National Sanitation Foundation International) www.nsf.orgNSF International (National Sanitation Foundation International) National Stone, Sand & Gravel Assoclatlonwww.nsf.org www.nssga.org REFERENCES 01 420-10 PERKINS+WILL 810059 9/29/06 (703) 841- 3200 (703) 841- 3200 (303) 697- 8441 (303) 697- 8441 (317) 972- 6900 (800) 344- 355S (617) 770- 3000 (800) 344- 3555 (617) 770- 3000 (901) 377- 1818 (800) 933- 0318 (604) 524- 2393(901) 377-1818 (604) 524- 2393 (800) 323- 9545 (847) 299- 9070 (800) 323- 9545 (888) 846- 7622(847) 299-9070 (301) 587- 1400 (888) 846- 7622 (734) 769- 8010 (800) 673- 6275 (734) 769- 8010 (800) 342- 1415 (703) 525- 8788 Multi-Purpose Municipal Parking Facility City of Miami Beach PCI PCI POI POI PGI PGI PTI PTI RCSC RCSC SAE SAE SEI SIGMA SJI SJI SMA SMA SMACNA SMACNA Precast/Prestressed Concrete Institutewww.opl.com WWW.pci.org Precast/Prestressed Concrete Institute Plumbing & Drainage Institutewww.pdca.com www.pdionline.org Plumbing & Drainage Institute PVC Geomembrane Institutewww.pdionline.org http://pgi-tp.ce . uiuc.edu PVC Geomembrane Institute Post-Tensioning Institutehttp://pgi-tp.ce. uiuc.edu www.post-tensioning.org Post-Tensioning Institute Research Council on Structural Connectionswww.post- tensionlng.org www.boltcouncil.org Research Council on Structural Connections SAE International(Now TRI) www.sae.org SAE International Structural Engineering Institute (Now IGMA) Sealed Insulating Glass ManUfacturers Association Steel Joist Instltute(Now IGMA) www.steeljoist.org Steel Joist Institute Screen Manufacturers Associatlonwww.steeljoist.org www.smacentral.org Screen Manufacturers Association Sheet Metal and Air Conditioning Contractors'www.smacentral.org National Association www.smacna.orgSheet Metal and Air Conditioning REFERENCES 01 420-11 PERKINS+WILL 810059 9/29/06 (312) 786- 0300(210) 635-8100 (312) 786- 0300 (800) 589- 8956(314) 514-7322 (978) 557- 0720 (800) 589- 8956 (217) 333- 3929(978) 557-0720 (217) 333- 3929 (602) 870- 7540 (602) 870- 7540 (800) 644- 2400 (312) 670- 2400 (800) 644- 2400 (724) 776- 4841 (724) 776- 4841 (800) 548- 2723 (843) 626- 1995 (843) 626- 1995 (561) 533- 0991 (561) 533- 0991 (703) 803- 2980 (703) 803- Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 SWRI Contractors' National Association Sealant, Waterproofing, & Restoration Instltutewww.steelwindows.com www.swrionline.org Sealant, Waterproofing, & Restoration Institute 2980 (816) 472- 7974 UL Telecommunications Industry Association/Electronicwww.tiIeusa.com Industries Alliance Underwriters Laboratories Inc.www.tileroofing.org (816) 472- 7974 (703) 907- 7700 SWRI TIA/EIA UL Underwriters Laboratories Inc. (800) 285- 4476 (847) 272- 8800 (800) 285- 4476 www.ul.com C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. BOCA BOCA International, Inc. (See ICC) CABO Council of American Building Officials (See ICe) IAPMO International Association of Plumbing and Mechanical Officials (909) 472- 4100 www.lapmo.org leBO International Conference of Building Officials (See ICe) ICBO ES ICBO Evaluation Service, Inc. (See ICC-ES) ICC International Code Council (703) 931- 4533 (Formerly: CABO - Council of American Building Officials) www.lccsafe.org ICC-ES ICC Evaluation Service, Inc. www.icc-es.org (800) 423- 6587 (562) 699- 0543 NES National Evaluation Service (See ICC-ES) SBCCI Southern Building Code Congress International, Inc. REFERENCES 01 420-12 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 (See ICC) D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CPSC Consumer Product Safety Commission www.cpsc.gov (800) 638-2772 (301) 504-6816 (202) 482-2000 DOC Department of Commerce www.commerce.gov DOE Department of Energy www.eren.doe.gov (202) 586-9220 EPA Environmental Protection Agency www.epa.gov (202) 272-0167 FAA Federal Aviation Administration www.faa.gov (202) 366-4000 FCC Federal Communications Commission www.fcc.gov (888) 225-5322 FDA Food and Drug Administration www.fda.gov (888) 463-6332 GSA General Services Administration www.gsa.gov (800) 488-3111 (202) 501-1888 NCHRP National Cooperative Highway Research Program (See TRB) NIST National Institute of Standards and TeChnology www.nist.gov (301) 975-6478 OSHA Occupational Safety & Health Administration www.osha.gov (800) 321-6742 (202) 693-1999 PBS Public Building Service (See GSA) PHS Office of Public Health and Science http://phs,os,dhhs.gov (202) 690-7694 TRB Transportation Research Board www.nas.edu/trb (202) 334-2934 REFERENCES 01420-13 USDA Department of Agriculture www.usda.gov PERKINS+WILL 810059 9/29/06 (202) 720-2791 Multi-Purpose Municipal Parking Facility City of Miami Beach USPS Postal Service www.usps.com (202) 268-2000 E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities In the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION REFERENCES 01420-14 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section Includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Sections Include the following: 1. Division 2 Section "Dewatering" for disposal of ground water at Project site. 1. 2 DEFINITIONS A. Permanent Enclosure: As determined by Architect, permanent or temporary roofing Is complete, insulated, and weathertight; exterior walls are insulated and weathertight; and all openings are closed with permanent construction or substantial temporary closures. 1.3 USE CHARGES A. General: Cost or use charges for temporary facilities shall be Included In the Contract Sum. Allow other entitles to use temporary services and facilities without cost, including, but not limited to Architect, Program Manager, testing agencies, and authorities having jurisdiction. B. Sewer Service: Pay sewer service use charges for sewer usage by all entitles for construction operations. C. Water Service: Pay water service use charges for water used by all entities for construction operations. D. Electric Power Service: Pay electric power service use charges for electricity used by all entities for construction operations. 1.4 SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. TEMPORARY FACILITIES AND CONTROLS 01 500-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Installer of each permanent service shall assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Temporary Construction Enclosure Fence: 8' high vinyl coated chain link with fabric vision screen. Contractor to provide Signed & Sealed Design Drawings & calculations by a Florida registered Engineer and all approvals and permits required. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Common-Use Field Office: Of sufficient size to accommodate needs of construction personnel. Keep office clean and orderly. Furnish and equip offices as follows: 1. Furniture required for Project-site documents including file cabinets, plan tables, plan racks, and bookcases. 2. Conference room of sufficient size to accommodate meetings of 10 individuals. Provide electrical power service and 120-V ac duplex receptacles, with not less than 1 receptacle on each wall. Furnish room with conference table, chairs, and 4-foot- square tack board. 3. Drinking water and private toilet. 4. Coffee machine and supplies. 5. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F. 6. Lighting fixtures capable of maintaining average illumination of 20 fc at desk height. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. TEMPORARY FACILITIES AND CONTROLS 01 500-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be Interrupted, if necessary, to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. 1. Connect temporary sewers to municipal system as directed by authorities having jurisdiction. C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. D. Water Service: Use of Owner's existing water service facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before Initial use. 1. Where installations below an outlet might be damaged by spillage or leakage, provide a drip pan of suitable size to minimize water damage. Drain accumulated water promptly from pans. E. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. F. Cooling: Provide temporary cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of iow temperatures or high humidity. Select equipment that will not have a harmful effect on completed Instailations or elements being installed. TEMPORARY FACILITIES AND CONTROLS 01 500-3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WIll 810059 9/29/06 G. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. H. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service underground, unless otherwise Indicated. 1. lighting: Provide temporary lighting with local switching that provides adequate Illumination for construction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 2. Install lighting for Project Identification sign. J. Telephone Service: Provide temporary telephone service in common-use facilities for use by all construction personnel. Install one] telephone line(s) for each field office. 1. Provide additional telephone lines for the following: a. Provide a dedicated telephone line for each facsimile machine in each field office. b. Provide one telephone IIne(s) for Owner's use in Program Manager's facility. 2. At each telephone, post a list of Important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Architect's office. e. Prograrn Manger's office. f. Principal subcontractors' field and home offices. g. Building Department. 3. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. K. Electronic Communication Service: Provide temporary electronic communication service, Including electronic mail, in common-use facilities and Program Manager's field office. 1. Provide DSl] in primary field and Program Manager's office. TEMPORARY FACILITIES AND CONTROLS 01 500-4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINs+WILL 810059 9/29/06 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide incombustible construction for offices, shops, and sheds located within construction area or within 30 feet of building lines. Comply with NFPA 241. 2. Maintain support facilities until near Substantial Completion. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas in same location as permanent roads and paved areas. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved areas accordi ng to Division 2 Section "Earthwork." 3. Recondition base after temporary use, including removing contaminated material, regrading, proofrolling, compacting, and testing. 4. Delay installation of final course of permanent hot-mix asphalt pavement until Immediately before Substantial Completion. Repair hot-mix asphalt base- course pavement before Installation of final course according to Division 2 Section "Hot-Mix Asphalt Paving." 5. Use of temporary roads and paving areas Is at contractor(s} own risk. Damage and repair to new and existing utilities or facilities shall be the contractor(s} responsibility. C. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. D. Parking: Use designated areas of Owner's existing parking areas for construction personnel. E. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent Work or temporary facilities. 2. Remove snow and Ice as required to minimize accumulations. F. Project Identification and Temporary Signs: Provide Project identification and other signs as Indicated on Drawings. Install signs where indicated to Inform public and Individuals seeking entrance to Project. Unauthorized signs are not permitted. 1. Provide temporary, directional signs for construction personnel and visitors. TEMPORARY FACILITIJ:s AND CONTROLS 01 500-5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 2. Maintain and touchup signs so they are legible at all times. G. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with Division 1 Section "Execution Requirements" for progress cleaning requirements. H. Lifts and Hoists: Provide facilities' necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. 1. Temporary Elevator Use: Refer to Division 14 Sections for temporary use of new elevators. J. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. K. Temporary Use of Permanent Stairs: Cover finished, permanent stairs with protective covering of plywood or similar material so finishes will be undamaged at ti me of a cce pta nee. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Division 1 Section "Summary." B. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of SOil-bearing water runoff and airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. 1. Inspect, repair, and maintain erosion- and sedimentation-control measures during construction until permanent vegetation has been established. C. Stormwater Control: Comply with authorities having jurisdiction. Provide barriers In and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy ra ins. D. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. E. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Obtain extended warranty for Owner. Perform control operations lawfully, using environmentally safe materials. TEMPORARY FACILITIES AND CONTROLS 01 500-6 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 F. Site Enclosure Fence: Before construction operations begin]. furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As indicated on Drawings. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Provide Owner with one set of keys. G. Security Enclosure and Lockup: Install substantial temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. H. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. I. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. J. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241. 1. Prohibit smoking in [construction areas. 2. Supervise welding operations, combustion-type temporarY heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 4. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign stating that hoses are for fire-protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles. 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Operate Project-identificatlon-slgn lighting dally from dusk until 12:00 midnight.' TEMPORARY FACILITIES AND CONTROLS 01 500-7 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 D. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. E. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of Interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where area is Intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road 011, asphalt and other petrochemical compounds, and other substances that might impair 9rowth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by au~horitles having jurisdiction. 3. At Substantial Completion, clean and renovate permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01 500-8 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section indudes administrative and procedural requirements for the following: 1. Disposing of non-hazardous demolition and construction waste. B. Related Sections Indude the following: 1. Division 1 Section "Temporary Facilities and Controls" for environmental- protection measures during construction. 1.2 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste Includes packaging. B. Demolition Waste: Building and site Improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-,site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. 1.3 SUBMIlTALS A. Waste Management Plan: Submit 3 copies of plan 7 days prior to date established for the Notice to Proceed. B. Qualification Data: For refrigerant recovery technician. C. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. 1.4 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by EPA-approved certification program. B. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction. C. Waste Management Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review CONSTRUCTION WASTE MANAGEMENT 01 524-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 methods and procedures related to waste management including, but not limited to, the following: 1. Review and discuss waste management plan including responsibilities of Waste Management Coordinator. 2. Review waste management requirements for each trade. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement waste management plan as approved by Architect and Progect Manager. Provide handling, containers, storage, slgnage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. 1. Comply with Division 1 Section "Temporary Facilities and Controls" for operation, termination, and removal requirements. B. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on- site. Review plan procedures and locations established for salvage, recycling, and disposal. C. Site Access and Temporary Controls: Conduct waste management operations to ensure rnlnimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with DIVision 1 Section "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 DISPOSAL OF WASTE A. General: Remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. CONSTRUCTION WASTE MANAGEMENT 01 524-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 C. Disposal: Transport waste materials off Owner's property and legally dispose of them. END OF SECTION CONSTRUCTION WASTE MANAGEMENT 01 524-3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for selection of products for use in Projecti product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; product substitutions; and comparable products. B. Related Sections include the following: 1. Division 1 Section "Alternates" for products selected under an alternate. 2. Division 1 Section "Closeout Procedures" for submitting warranties for Contract closeout. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 1.2 DEFINITIONS A. Products: Items purchased for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar Intent. 1. Named Products: Items identified by manufacturer's product name, Including make or model number or other designation shown or listed In manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been Incorporated into another project or facility, except that products consisting of recycled-content materials are allowed, unless explicitly stated otherwise. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that Is demonstrated and approved through submittal process, or where Indicated as a product substitution, to have the Indicated qualities related to type, function, dimension, In-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. C. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and accompanied by the words "basis of design," Including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other named manufacturers. PRODUCT REQUIREMENTS 01 600-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 1.3 SUBMITTALS A. Product List: Submit a list, in tabular from, showing specified products. Include generic names of products required. Include manufacturer's name and proprietary product names for each product. 1. Coordinate product list with Contractor's Construction Schedule and the Submittals Schedule. 2. Form: Tabulate information for each product under the following column headings: a. Specification Section number and title. b. Generic name used In the Contract Documents. c. Manufacturer's name and address. d. Supplier's name and address. e. Installer's name and address. f. Projected delivery date or time span of delivery period. g. Identification of items that require early submittal approval for scheduled delivery date. B. Architect's Action: If necessary, Architect will request a Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use facsimile of form provided at end of Section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified material or product cannot be provided. b. Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work speCified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. d. Product Data, including drawings and descriptions of products and fabrication and Installation procedures. e. Samples, where applicable or requested. f. List of similar Installations for completed projects with project names and addresses and names and addresses of architects and owners. g. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. h. Research/evaluation reports evidencing compliance with building code in effect for Project, from a model code organization acceptable to authorities having jurisdiction. i. Detailed comparison of Contractor's Construction Schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter PRODUCT REQUIREMENTS 01 600-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 from manufacturer, on manufacturer's letterhead, stating lack of availability or delays in delivery. j. Cost information, Including a proposal of change, if any, in the Contract Sum. k. Contractor's certification that proposed substitution complies with requIrements in the Contract Documents and is appropriate for applications indicated. I. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor through Program Manager of acceptance or rejection of proposed substitution within (15) fifteen days of receipt of request, or (7) seven days of receipt of additional Information or documentation, whichever is later. a. Form of Acceptance: Change Order. b. Use product specified if Architect cannot make a decision on use of a proposed substitution within time allocated. C. Basis-of-Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, product selected shall be compatible with products previously selected, even If previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but incompatible products, Architect will determine whith products shall be used. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. PRODUCT REQUIREMENTS 01 600-3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and Instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Submit Damage, Shortage and Lost report, when products are delivered or submitted. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weather tight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store cementitious products and materials on elevated platforms. 5. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 6. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 1.6 PRODUCT WARRANTIES A. Warranties speCified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Preprinted written warranty published by Individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights to Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. Submit a draft for approval to Project Manager before final execution. 1. Manufacturer's Standard Form: Modified to include Project-speCific information and properly executed. 2. Specified Form: When speCified forms are included with the Specifications, prepare a written document using appropriate form properly executed. 3. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 1 Section "Closeout Procedures. " PRODUCT REQUIREMENTS 01 600-4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise Indicated, that are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other Items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully In similar applications on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish "salient characteristics" of products. 6. Or Equal: Where products are specified by name and accompanied by the term "or equal" or "or approved equal" or "or approved," comply with provisions In Part 2 "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single product and manufacturer, provide the named product that complies with requirements. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, prOVide a product by the named manufacturer or source that complies with requirements. 3. Product Options: Where SpeCifications Indicate that sizes, profiles, and dimensional requirements on Drawings are based on a speCific product or system, provide the speCified product or system. Comply with provisions in Part 2 "Product Substitutions" Article for consideration of an unnamed product or system. 4. Basis-of-Design Product: Where Specifications name a product and include a list of manufacturers, provide the specified product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with provisions In Part 2 "Comparable Products" Article for consideration of an unnamed product by the other named manufacturers. 5. Visual Matching Specification: Where Specifications require matching an established Sample, select a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. a. If no product available within specified category matches and complies with other specified requirements, comply with provisions in Part 2 "Product Substitutions" Article for proposal of product. PRODUCT REQUIREMENTS 01 600-5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKI NS + WILL 810059 9/29/06 6. Visual Selection Specification: Where Specifications include the phrase "as selected from manufacturer's colors, patterns, textures" or a similar phrase, select a product that complies with other specified requirements. a. Standard Range: Where Specifications Include the phrase "standard range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that does not include premium items. b. Full Range: Where Specifications Include the phrase "full range of colors, patterns, textures" or similar phrase, Architect will select color, pattern, density, or texture from manufacturer's product line that Includes both standard and premium items. 2.2 PRODUCT SUBSTITUTIONS A. Timing: Architect will consider requests for substitution if received within (60) sixty days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Architect. B. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: 1. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may indude compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. 2. Requested substitution does not require extensive revisions to the Contract Documents. 3. Requested substitution is consistent with the Contract Documents and will produce specified results. 4. Substitution request is fully documented and properly submitted. 5. Requested substitution will not negatively affect Contractor's Construction Schedule. 6. Requested substitution has received necessary approvals of authorities having jurisdiction. 7. Requested substitution is compatible with other portions of the Work. 8. Requested substitution has been coordinated with other portions of the Work. 9. Requested substitution provides specified warranty. 10. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and Is acceptable to all contractors involved. 2.3 COMPARABLE PRODUCTS A. Conditions: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: PRODUCT REQUIREMENTS 01 600-6 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 1. Evidence that the proposed product does not require extensive revisions to the Contract Documents that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named In the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements Indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) PRODUCT REQUIREMENTS 01 600-7 Multi-Purpose Munidpal Parking Facility Oty of Miami Beach PERKINS+Wlll 810059 9/29/06 This page intentionally left blank. PRODUCT REQUIREMENTS 01 600-8 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 REQUEST FOR SUBSTITUTION (Submit Form via E-Builder) TO: Perkins + Will 999 Ponce DeLeon Blvd. Coral Gables, FL 33134 FROM: Name of manufacturer Street address City and state Phone number and name of person to contact PROJECT: Name: City of Miami Beach Multi-purpose Municipal Parking Facility City, State: Miami Beach, FL Architect's Job Number: 810059 1. Specification Section and Paragraph numbers of product specified 2. Proposed Substitute A. Name and Model No.: B. Description: C. Attach applicable Submittals as required by the referenced Specification Sec- tion, I.e. Product Data, Materials List, Shop Drawings, Samples, Design Data, Test Reports, and Certificates. Attach Shop Drawings to the effect of the pro- posed substitution on adjacent components of the Work. D. Insert Numbers of applicable reference standards: E. Attach a color chart, if applicable. F. Attach installation instructions. 3. Manufacturer's Reputation: Attach the following: A. Evidence of reputation for prompt delivery. B. EVidence of reputation for efficiency in servicing products. 4. Comparison: Attach an itemized comparison of the proposed substitution with product specified. Significant qualities may include elements such as size, weight, durability, performance, and visual effects. 5. Changes In Work: Attach data relating to changes required in other work to permit use of proposed substitution and changes required in construction schedule and PRODUCT REQUIREMENTS 01 600-9 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WIll 810059 9/29/06 overall contract time. Coordinate changes or modifications needed to other parts of the Work and to construction performed by the Owner and separate Contractors that will be necessary to accommodate the proposed substitution. 6. Cost Data: Attach accurate cost data on proposed substitution in comparison with product specified. 7. Previous Installation: Provide the follOWing information on similar projects on which proposed substitution was used, list projects in the locale of the project primarily and then in other areas that best represent Its application on this project: Name and Address of Project Date of Name, Address, and Installation Phone # of Architect A. B. c. D. 8. In making a request for substitution, the Manufacturer represents that: A. He has examined the Drawings and Specifications and has determined that, to the best of his knowledge, the proposed substitution is appropriate for the use intended in the Drawings and Specifications. B. He will provide the same or better warranty for substitution as for product or method specified. C. The product is equal or better in quality and serviceability to the specified item. 9. In making a request for substitution, the Installer and Contractor each represents that: A. He will coordinate the Installation of accepted substitution into the Work, mak- ing such changes as may be required for the Work to be complete in all re- spects. B. He waives all claims for additional costs related to substitution which conse- quently become apparent. C. Cost data is complete and includes all related costs under his Contract, but ex- cludes costs under separate contracts and the Architect's redesign costs. PRODUCT REQUIREMENTS 01 600-10 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILl 810059 9/29/06 D. The substitution meets the requirements of the Contract Documents, regardless of the evidence submitted or any review or independent investigation by the Owner or the Architect. Name of Manufacturer and signature of Manufacturer's Rep. Date Name of Installer and signature of Installer's Rep. Date Name of Contractor and signature of Contractor's Rep. Date 8. In making a request for substitution, the Manufacturer represents that: A. He has examined the Drawings and Specifications and has determined that, to the best of his knowledge, the proposed substitution is appropriate for the use intended in the Drawings and Specifications. B. He will provide the same or better warranty for substitution as for product or method specified. C. The product Is equal or better In quality and serviceability to the specified item. Name of Manufacturer and signature of Manufacturer's Rep. Date Name of Contractor and signature Date END OF SECTION PRODUCT REQUIREMENTS 01 600-11 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section includes general procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. General installation of products. 4. Coordination of owner removed items. 5. Coordination of Owner-installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of Installed construction. 9. Correction of the Work. B. Related Sections include the following: 1. Division 1 Section "Project Management and Coordination" for procedures for coordinating field engineering with other construction activities. 2. Division 1 Section "Submittal Procedures" for submitting surveys. 3. Division 1 Section "Cutting and Patching" for procedural requirements for cutting and patching necessary for the installation or performance of other components of the Work. 4. Division 1 Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, and final cleaning. 1.2 SUBMITIALS A. Qualification Data: For land surveyor. B. Certificates: Submit certificate signed by land surveyor certifying that location and elevation of improvements comply with requirements. C. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. D. Certified Surveys: Submit 3 copies signed by land surveyor. E. Final Property Survey: Submit 10 copies showing the Work performed and record survey data. EXECUTION REQUIREMENTS 01 700-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 1.3 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land-surveying services of the kind indicated. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of site features and other construction Indicated as existing are not guaranteed. Before beginning work, investigate and verify the existence and location of site features and structures and other construction affecting the Work. B. Existing Utilities: The existence and location of underground and other utilities and construction Indicated as existing are not guaranteed. Before beginning sltework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. 1. Before construction, verify the location and Invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping; and underground electrical services. 2. Furnish location data for work related to Project that must be performed by publiC utilities serving Project site. C. Acceptance of Conditions: Examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 3. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 4. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. EXECUTION REQUIREMENTS 01 700-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 3.2 PREPARATION A. Existing Utility Information: Furnish Information to local utility that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located In or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for Information to Architect. Include a detailed description of problem encountered, together with recommendations for changing the Contract Documents. 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to layout the Work, verify layout information shown on Drawings, In relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect and Program Manager promptly. B. General: Engage a land surveyor to layout the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required di menslons. 3. Inform Installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Architect and Program Manager when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and layout site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and invert elevations. D. Building lines and Levels: Locate and layout control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and EXECUTION REQUIREMENTS 01 700-3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WIll 810059 9/29/06 elevations for use with control lines and levels. level foundations and piers from two or more locations. E. Record log: Maintain a log of layout control work. ReCord deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect and Project Manager. 3.4 FIELD ENGINEERING A. Reference Points: locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect or Program Manager. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect and Program Manager before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. B. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. C. Certified Survey: On completion of piles and pile caps, foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. D. Final Property Survey: Prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor], that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. EXECUTION REQUIREMENTS 01 700-4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 2. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey," 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring In finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of 8 feet In spaces without a suspended ceiling. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties Involved templates for work specified to be factory prepared and field Installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and Installing products to comply with indicated requirements. G. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each component securely in place, accurately located and aligned with other portions of the Work. 1. Mounting Heights: Where mounting heights are not Indicated, mount components at heights directed by Architect. 2. Allow for building movement, Including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for Installing anchorages, including sleeves, concrete Inserts, anchor bolts, and Items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site In time for installation. EXECUTION REQUIREMENTS 01 700-5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9{29{06 H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. 1. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Coordinate progress cleaning for joint-use areas where more than one Installer has worked. Enforce requirements strictly. Dispose of materials lawfully. 1. Cornply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold materials more than 7 days during normal weather or 3 days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specifiC cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debriS from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Burying or burning waste materials on-site will not be permitted. Washing waste materials down sewers or into waterways will not be permitted. H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. EXECUTION REQUIREMENTS 01 700-6 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS + WILL 810059 9/29/06 1. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction completed or in progress, Is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.7 STARTING AND ADJUSTING A. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. B. Adjust operating components for proper operation without binding. Adjust equipment for proper operation. C. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Manufacturer's Field Service: If a factory-authorized service representative Is required to inspect field-assembled components and equipment Installation, comply with qualification requirements in Division 1 Section "Quality Requirements." 3.8 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure Installed Work Is without damage or deterioration at ti me of Substantial Completion. B. Comply with manufacturer's' written instructions for temperature and relative humidity. 3.9 CORRECTION OFTHE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. Comply with requirements in Division 1 Section "Cutting and Patching." 1. Repairing Includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. EXECUTION REQUIREMENTS 01 700-7 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION EXECUTION REQUIREMENTS 01 700-8 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 PART 1 - GENERAL 1.1 SUMMARY A. This Section includes procedural requirements for cutting and patching. 1.2 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore Installed work to it's original conditions after installation of other Work. 1.3 SUBMmALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 14 days before the time cutting and patching will be performed, requesting approval to proceed. Include the follOWing information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and signed and sealed engineering calculations showing integration of reinforcement with original stru ctu re. 7. Architect's and Program Manager's Approval: Obtain approval of cutting and patching proposal before cutting and p/ltching. Approval does not waive right to later require removal and replacement of unsatisfactory work. 1.4 QUALITY ASSURANCE A. Structural Elements: Do not cut and patch structural elements In a manner that could change their load-carrying capacity or load-deflection ratio. B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results In reducing their capacity to perform as CUTTING AND PATCHING 01 731-1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 intended or that results in increased maintenance or decreased operational life or safety. Operating elements include, but are limited to the following: 1. Primary operational systems and equipment. 2. Air or smoke barriers. 3. Fire-suppression systems. 4. Mechanical systems piping and ducts. 5. Control systems. 6. Communication systems. 7. Conveying systems. 8. Security systems. 9. Electrical wiring systems. 10. Parking systems. 11. Operating systems of special construction in Division 13 Sections. C. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Miscellaneous elements include, but are not limited to the following:] 1. Water, moisture, or vapor barriers. 2. Membranes and flashings. 3. Exterior curtain-wall or storefront construction. 4. Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise- and vibration-control elements and systems. D. Visual Requirements: Do not cut and patch construction In a manner that results In visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. E. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 1.5 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. CUTTING AND PATCHING 01 731-2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 B. In-Place Materials: Use materials Identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when Installed, will match the visual and functional performance of in-place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. B. Protection: Protect in-place construction during cutting. and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.3 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for Installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, CUTTING AND PATCHING 01731-3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete]: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified In other Sections. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration Into retained adjoining construction In a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and sirnllar features before applying paint or other finishing materials. b. Restore damaged pipe covering to Its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, apply primer and Intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION CUTTING AND PATCHING 01 731-4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 810059 9/29/06 , . ( PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 This Section includes the subsurface investigation Information A. Investigation: An investigation of subsurface soil conditions at the building site was authorized by the Owner, and these investigations were made by Wingerter Labora- tories, Inc. -Subsurface Soli Exploration and Geotechnical Engineering Evaluation of Subsurface Conditions and F.R. Aleman & Associates, Inc - Status Report for Locat- ing Services. These reports are bound herein for the Contractor's information only and are not a warranty of subsurface conditions. B. Interpretation: 1. The Contractor is expected to examine the site and the subsurface investiga- tion reports and then decide the character of the materials to be encountered. 2. The Owner and Architect/Engineer disclaim any responsibility for the accu- racy, true location and extent of the solis Investigation that has been pre- pared by others. They further disclaim responsibility for interpretation of the data by the Contractor, as In their projection of soil-bearing values, rock pro- flies, soil stability, and the presence, level and extent of underground water and utilities. C. The Report attached to and made a part of this Section, contains data on soil condi- tions and recommendations to achieve required bearing pressures. Such recom- mendations are a requirement of this project and shall be followed the same as if repeated In Section 02300 - Earthwork. In the case of discrepancies between this Section and the Earthwork Section, the most stringent shall govern. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION (Not Applicable). END OF SECTION 02210 SUBSURFACE INVESTIGATION 02 201 - 1 ( e.ALEMAN &: Associales. Inc. CONSUL lING ENGINEERS & SURVEYORS 10305 N.W. 41 Street, Suite 200 Miami. Florida 33178 TEL: (305)591~777 FAX: (305) 599-8749 CONSULTc.lG ENGINEERS ol SURVEYORS www.FR-Aleman.com Email: DStanton@)FR-AJemaa.com TEST HOLE SUMMARY FRA PROJECT No.: 186+Wol ** All Measurements Are In Tenths ** FOOT JOB: N/A JOB NAME: CIlY OF MIAMI BEACH MUNIOPAL PARKING FAOLrTY JOB LOCATION: Same as Above FRA PROJECT MANAGER: Mr. D.H. Stanton 1M UTlLrTY COVER ELEVATION LOCATION COMMEf\lTS 1 WATER 1.60' 4.43' STATION OFFSET 9+86.02 , -15.19' LT EXTENDING BL STATION OFFSET SOUTH FROM ST 2 STORM 3.25' 4.51' 9+92.21 I -15.05' LT 10+ 00.00 OF STATION OFFSET MERIDIAN AVE. 3 WATER 2.58' 4.SS' 9+98.91 J -13.03' LT 4 ELECT/ OUCT- 4.60' 4.54' STATION OFFSET SYSTEM . 10+15.77 I -14.99'lT 5 SANITARY 3.50' 4.42' STATION OFFSET 10+29.78 I -14.38' LT SA WATER 2.65' 4.43' STATION OFFSET 10+27.77 I '12.92'lT 6 ELECT/ DUCT- 4.20' 4.37' STATION OFFSET SYSTEM 12+16.76 T '14.17' LT 8 WATER 2.B4' 4.37' STATION OFFSET BlOF MERIDIAN 12 +28.56 I 16.45' RT STATION OFFSET AVE. AS SHOWN IN 9 WATER 2.05' 4.21' 13+44.44 I -IS.64'lT MP-MPF-CMB 10 SANITARY 2.55' 3.83' STATION OFFSET 13+45.05 I 33.20' RT 11 STORM 1.50' 4.27' STATION OFFSET 13+73.59 I 49.90'RT 12 N/A N/A 4.01' STATION OFFSET 14+03.89 I -17.12' LT 13 WATER 2.30' 4.23' STATION OFFSET 14+20.30 -12.91' LT 15 WATER 2.60' 4.10' STATION OFFSET BL OF 18 ST. AS 10+16.45 4.81' RT STATION OFFSET SHOWN IN 16 SANITARY 2.40' 3.79' 10+32.92 I 5.04' RT MP-MPF-CMB *N2tl:;. MP-MPF-CMB ( MULTI-PURPOSE MUNIOPAl PARKING FAOLrTY CIlY OF MIAMI BEACH) Page I 00 7.:\\Ia:uumf.I~~_mQ\J>wr)jem\Ill64\S..--J\W(tII"'nll UI.ll-tli'j ,cb; Miami . Lake Worth - Orlando . Tampa - Jacksonville - Lake Cily - Tallahassee TH UITllTY COVER ELEVATION LOCATION COMMENTS I 17 STORM 2.12' 4.98' STATION OFFSET 13+73.66 I -34.80' LT 18 FORCE MAiN 3.05' 5.54' STATION OFFSET 10+85.64 I 30.70' RT 19 STORM 2.37' 5.54' STATION OFFSET 10+85.09 I 40.38' RT 20 WATER 2.52' 5.60' STATION OfFSET 10+86.78 I 52.06' RT 201'. TEL.I DUCT- 2.35' 5.68' STATION OFFSET SYSTEM 10+86.45 I 57.82' RT 21 ELECT! DUCT- 5.20' 5.32' STAllON OFFSET SYSTEM 11+27.32 I 12.51' RT 22 STORM 6.80' 8.50' STATION OFFSET 11+25.13 I 27.61' RT 23 FORCE MAIN 10.18' 12.81' STAllON OFFSET 11+24.29 I 44.27' RT 24 STORM 5.20' 9.76' STATION OFFSET 11+70.75 I 32.75' RT STAllON OFFSET BL OF BRIDLE PATH 25 STORM 6.92' 8.37' 11+76.95 I 26.24' RT BEGINNING AT STAllON OFFSET STAI0+oo.oo @ 26 FORCE MAIN 8.90' 12.79' 11+72.88 I 45.01' RT STA12+69.oo OF 17 STAllON OFFSET sr. AND ENDING 261'. FORCE MAIN 5.00' 7.51' 12+08.54 I 45.39' RT AT STAI4+23.63 @ aECT! DUCT- STAllON OFFSET STA12+68.93 OF 18 27 5.50' 5.86' sr. AS SHOWN IN SYSTEM 11 +98.41 I 13.26' RT MP-MPF-CMB 28 STORM 4.00' 5.33' STAllON OFFSET I 12+27,46 I 27.10' RT 2M TELEPHONE 0.87' 6.86' STAllON OFFSET 12+07.96 I 26.04' RT 29 ELECTI DUCT- 5.07' 4.82' STAllON OFFSET SYSTEM 12+46.41 I 14.25' RT 30 ELECTI DUCT- 3.90' 5.61' STAllON OFFSET SYSTEM 12+61.02 I 20.67' RT 31 STORM 4.55' 6.07' STAllON OFFSET 12+67.24 I 26.66' RT 32 GAS 2.70' 5.02' STAllON OFFSET 11 +88.03 I 4.32' RT 33 UNK NIl'. 5.75' STAllON OFFSET 12+64.29 I 13.58' RT 34 FORCE MAIN 5.15' 7.76' STAllON OFFSET 12+97.73 I 45.02' RT 341'. STORM 3.00' 7.55' STAllON OFFSET 13+01.98 I 36.24' RT .~ MP.MPF-CMB ( MUL11-PURPOSE MUNIOPAL PARKING FAOUTY CITY OF MIAMI BEAOi) .- . Page 2 of 3 ZWICWIIlE1III:&"'lilm\PrOjefU\18IJoI\S~W(l115'nll OI-IJ~J6 4x: Miami - Orlando - Tampa . Jacksonville - Tallahassee ,. TH UTIllTY COVER ELEVATION LOCATION COMMENTS 35 WATER 4.25' 7.75' STATION OFFSET 13+18.53 51.67' RT Bl OF BRIDLE PATH STATION OFFSET BEGINNING AT 36 STORM 5.70' 7.05' 13+17.66 26.78' RT STA10+00.00 @ STATION OFFSET STA12+69.00 OF 17 37 STORM 2.70' 5.59' 13+73.31 I 11.77' RT ST. AND ENDING AT STA14+23.63 @ 38 STORM 4.60' 5.89' STATION OFFSET STA12+68.93 OF 18 13+83.72 I 25.51' RT ST. AS SHOWN IN 39 STORM 1.20' 4.73' STATION OFFSET MP-MPF-cMB 14+00.22 I 32.40' RT 40 WATER 2.00' 4.85' STATION OFFSET 13+ 20.80 I -0.89' LT 41 WATER 2.15' 5.04' STAllON OFFSET 13+29.50 I -6.72' LT BLOF 18 sr. AS STATION OFFSET 42 GAS 2.60' 4.89' 12+ 73.53 I -17.68' LT SHOWN IN MP-MPF-CMB 43 STORM 3.45' 4.86' STATION OFFSET 12+96.68 I -17.47' LT 44 FORCE MAIN 2.50' 4.91' STATION OFFSET 13+18.63 I -18.88' L T 45 GAS 2.53' 4.89' STATION OFFSET 14+13.19 4.22' RT 46 GAS 3.35' 5.59' STATION OFFSET 13+51.03 I 4.31' RT STATION OFFSET Bl OF BRIDLE PATH 47 WATER 1.75' 4.68' 11+15.34 I -5.30' LT BEGINNING AT STATION OFFSET STAI0+oo.oo @ 48 WATER 2.03' 4.32' 11+15.87 I .68.59' LT STA12+69.00 OF 17 ST. AND ENDING 49 FORCE MAIN 6.60' 7.64' STATION OFFSET AT STA14+23.63 @ 13+ 18.33 I 43.02' RT STA12+68.93 OF 18 SO NIl'. NIl'. 8.57' STATION OFFSET ST. AS SHOWN IN 13+38.16 . I 108.92' RT MP-MPF-CMB 51 UNK 5.75' 11.43' STATION OFFSET 13+39.89 I 44.42' RT 511'. FORCE MAIN 5.20' 7.61' STATION OFFSET 13+24.05 I 45.14' RT .~ MP-MPF-CMB ( MULTI-PURPOSE MUNIOPAL PARKING FAOllTY CITY OF MIAMI BEAOi) Page 3 of 3 l,w..-....iilU:l...llju..\I'I'Iljc:cwll604lS.u-wJi\Wvl (HUll rJl-ll-flr\4lL Miami - Orlando - Tampa - Jacksonville - Tallahassee . J~I','t.ALeMA~ 4 &; Alaociates Inc:. . f8N~lJ:~1t~~1(f.\UI1E 200 VACUUM TEST HOLE REPORT MIAMI. FL 33178 TELEPHONE (305) 591 8777 FI\X (305) ~99 &749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY F.O.D.O. T. JOB #: NONE ~-- ~ - , ,/ ~.'l-~'/- " ,/ .:t.... BST(~"'\ ,/..... ""V- M.H. J "" "., W.M. '.. VALVE LOCATE REQUESTED BY: PERKINS & WILL REOUESTED LQCATE: GAS ~ ELE. TEL SAN F.M. STORM OlHER: LOCATED UTIUTY: OlHER: GAS WATER ELE. TEL SAN F.M. STORM MATERIAL AS FOUND:..Q!. CI STL W/STL VCPX RCP TILE DUCT PLA T.COlTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A OlHER: SIZE AS FOUND: (I) 20" SIZE AS EXPECTED: (I) 20' ..-...---'P----..-' UTILITY CONDITION: ~ FAIR POOR N/A RIBBON INSTALLED: RED.!!!:!!L 'rtLLOW ORANGE GREEN PINK N/A l::7:...J r1:16-l ~} 1:~0~1 [1:] ~ ~ ...i ~~ Q;Vl w :l! , 7 STREET E.BL. - FRA JOB ,n 1864 Wo-1 TEST HOLE ,,: 01 FRA P.M. : D.M. STANTON WORK ORDER #: D1 PAVEIAENT TYPE: NONE ASPHALT CONCREiE ASPHAL T OVER CONC BRICK COBBLES OlHER: GRASS SIDEWALK DIRT P A VEIAENT CONDITION: lIQ.QD F" AIR POOR N / A ~ ~ ~T MOIST DRY SAND CLAY ROCKY N/A SCUD-ROCK PROPOSED: SOIL CONDITIONS: SHEET OF: N/A COVER ESTAB. BY: PEDRO FORM CHECKED BY: H.C. FORM BY: PEDRO ASSISTED BY: ALEX TODAY'S DAlE: 12/10/05 NUMBER Of HOLES: 1 INSTALLED: AT: ..f!S. HUB&TACK STL PIN CHISX CHIS BOX ~ EDGE OF unLlTY: E W S N SURVEY PIN LOCATED BY: F.R.ALEMAN '" A..oclat.... Inc. NOTES: TIME: 8: 00 AM STATION: 9+86.02 OFFSET: -15.19' L T f\ SANIT ..",I ...... ....... ...\....J M.H. \~.~- - ~~ - N ilL ~~",.ALeMAN : ,.- ~~t'i1~~';t~~~NEERS .. 1030~ NW 41 STREET, SUITE 200 MIAMI, FL 33178 lUEPHONE (JO~) 591 8777 fAX (305) 599 8749 CITY Of MIAMI BEACH PROJECT NAME; MUNICIPAL PARKING FACILITY -._~-- LOCATE REQUESTED BY: PERKINS '" WILL REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. ll2!lli OTHER: LOCA TED UTIUTY; OTHER: VACUUM TEST HOLE REPORT fRA JOB ,,, 1864 Wo-l TEST HOLE #. Q2 GAS WATER ELE. TEL SAN f.M. STORM fRA P.M.' D.M. STANTON F.D.D.O. T. JOB #: NONE WORK ORDER#I 01 PAVEMENT 'TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES GRASS SIDEWALK DIRT OlliER: PAVEMENT CONOITION: l<QQD fAIR POOR NIA ~ SOFT WET MOIST DRY SAND CLAY .!l.QQ$X. I'll A SOLID-ROCK ---~- PROPOSED, SOIL CONDITIONS: MATERIAL AS fOUND: 01 CI STL W/STL VCPX !!g> TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOlll POUR PVC.UNK DB CABLE NIA f)F.P.L. /' /\, M.H. " /' ~'l-~/' /' /' /' /' /' .p /' ___ /' ~ _ _ ~.OS'_ _ _ .{) ~~. 'l.~'/' /' eST f'.- ...... .....- M.H.\.....J OlliER: SIZE AS FOUND: (I) 18" unuTY CONDITION: .2Q2Q RIBBON INSTALLED: "f~'" ~ r~' " ~ """) 4.7~' l:yo'\~',l . ) 17 STREET E.B.L. SIZE AS EXPECTED: (I) 18" FAIR POOR NIA RED BLUE YELLOW ORANGE ~ PINK N/A 1:~8:J en ~ ~ J aai (E vi w :J: , SHEET OF: NIA COVER ESTAB. BY: PEDRO FORM CHECKED BY: HC. FORM BY: PEDRO ASSlSTEO BY: ALEX NUMBER Of' HOLES: 1 TOOAV'S DATE: 12/10/05 INSTALLED: AT: ~ HUB"'TACK STL PIN CHISX CHIS BOX ~ EDGE OF Ul1L1TY: E W S 1'1 SURIlt:Y PIN LOCATED BY: F .R.ALEMAN & ASloelot.l. Ine. NOTES: TIME: 8: 30 AM STA '001'1: 9+92.21 OfFSET: -15.05' LT ~~ N ~ . I! LL. ~.AL&MAN f <Ie ....sociatn Inc. . CONSULTiNG tNGINEERS 10305 NW 41 STREET, SUHE 200 MIAMI, Fl. 33178 lELEPHONE (3051 591 8777 rAX (305) 599 B749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING fACIUTY F'RA JOB '" 1864 Wo-1 lEST HOLE ~ I 03 fRA P.M.' D.M. STANTON VACUUM TEST HOLE REPORT r.D.D.O. T. JOB JJ.: NONE WORK ORDER#: 01 PI'. IlEMEN T TYPE: NONE ASPHALT CONCRElE ASPHALT OIlER CONC BRICK COBBLES 01llER: GRASS SIDEWALK DIRT LOCAlE REOUESlED BY: PERKINS ole WILL REQUESlED LOCAlE: CAS WA lER ELE. TEL SAN F.M. STORM OlHER: PAVEMENT CONDI11ON: QQQD rAIR POOR N/A ~ ~ WET MOIST DRY ~ CLAY ROCKY H/A SOUD-ROCK PROPOSED: CAS WATER ELE. TEL SAN F.M. STORM LOCA lED UTiLITY: OTHER: SOIL CONDI110NS: MAlERIAL AS fOUND: DI g STL W/STL VCPX RCP TILE DUCT PLA T.COTTA ACP CALVo ROUCH POUR SMOOTH POUR PVC UNK DB CABLE N/A SHEET Of: N/A fORM CHECKED BY: H.C. COVER ESTAB. BY: PEDRO 01llER: SIZE AS fOUND: (1) 6- SIZE AS EXPEClED: (I) 6" ._..-------.--- UTiUTY CONDITlON: GOOO fAIR POOR NfA ASSISlED BY: ALEX fORM BY: PEDRO NUMBER Of HOLES: , TOOAY'S DAlE: 12/10/05 RED BLUE 'YELLOW ORANGE GREEN PINK N/A RIBBON INSTALLED: INSTALLEO: AT: PK HUBole TACK STl PIN CHISX CHIS BOX ~ EDCE OF UTlUTY: E W S N 11'1~;"1 1-~i;J SURVEY PIN LOCATED BY: f.R.ALEMAN <Ie Associot... Inc. NOlES: '''''If L.~.~J en TiME: 9: 00 AM STATION: 9+98.91 OffSET: -13.03' LT w ~ ~-! OlD fEen .... :::l; f\ f.PL /" ./\,_) M.H. /' &,\0 /' 'l."'/ /' /' ~ ~/' /' _ ~.OO'_ _ _ ..() ~~~IT . If- ~I :If I , ~; 17 STREET - W.B.L N J:J.b~.ALI!MAN :lr- & AsSOciatn-lnc. , CONSULTING tNGINEERS 10305 NW 41 SlREET, SUITE 200 WIAMl. Fl. 33178 TELEPHONE (J051 59' 8777 FAX (305) 599 11749 OTY OF MIAMI BEACH PROJECT NAWE: MUNICIPAL PARKING FACILITY rnA JOB '" 1864 Wo-l TEST HOLE #. 04 FRA P.M. I O.M. STANTON VACUUM TEST HOLE REPORT LOCATE REQUESTED Bv: PERKINS 4< WILL REQUESTED LOCATE: GAS WATER ~ TEL SAN F.M. STORM OlliER: DUCT SYSTEM LOCA TED UllUTY: OlliER: GAS WATER m. TEL SAN F.M. STORM DUCT-SYSTEM F.D.D.O. T. JOB # : PAVEMENT m>E: NONE WORK ORDER"': 01 NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK C08BLES GRASS S10EWAlJ( OJRT OlliER: PAVEMENT CONDIllON: ~ FAIR POOR NIA !!6B!l SOFT WET MOIST DRY ~ CLAY ROCKY NIA SOLID-ROCK PROPOSED: SOIL CONDIllONS: MATERIAL AS FOUND: 01 CI S11. w/S11. VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR P'IC UNK DB CABLE NIA OlliER: SllE AS FOUND: (I) 24"x36" UllllTY CONDITION: ~ SIZE AS EXPECTED: (9) 4" FAIR POOR NIA RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN PiNK NIA ,'" W.M. 61 VALVE I / . / 8/ /{f / I " / _. ~ ,_ 23.00' (r, F.P.L ~- - - - - - - - '""""_) M.H. ... ('. ...1H [-*24"J C.B. " " <l?,o- " " " 1 7 STREET '. W.B.L. ~ FACING W SHEET OF: N/A COVER EST AB. Bv: PEDRO FORM CHECKED Bv: H.C. fORM BY: PEDRO ASSISTED BY: ALEX TOOAY'S DATE: 12/10/05 NUMBER Of HOLES: 1 INSTALLED: AT: ~ HUB4<TACK S1l PIN CHISX CHIS BOX CROlMol EDGE OF UTILITY: E W 5 N SURVEY PIN LOCATED BY: F.R.ALEMAN &: A.,oclotes. Inc. NOTES: TIME: 9: JO AM STATION: 10+15.77 OFFSET: -14.99' L T ...; ~ :i ..J gal Irui w ::E ~: N . J~~.AJ.e~Al\! ,'j, '" .....O!1\.at.. I~c, . CONSULT NG tNGINEERS 10305 NW 41 STREET. SUITE 200 MIAIII, f'L 33178 TELEPHONE (305) 591 8777 FAX (305) 599 11749 VACUUM TEST HOLE REPORT FRA JOB #, 1864 Wo-I TEST HOLE '" 05 FRA P.M. I O.M. STANTON PROJECT NAME: CITY OF MIAM' BEACH F.D.D.O. T. JOB # : NONE WORK ORDER #. 01 MUNICIPAL PARKING FACILITY .. n~._ LOCATE REQUESTED BY, PERKINS '" WILL PAVEMENT TYPE: NONE ASPHALT CONCRE TE ASPHALT OVER CONe REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM BRICK COBBLES OTHER: OTHER: GRASS SIDEWALl< DIRT ... _....n. ___...._._ PAVEMENT CONDI1l0N: ~ FAIR POOR N/A LOCA TED UTlUTY: GAS WATER ELE, TEL SAN F.M. STORM - !iaB!1 ~ v.t'T MOIST DRY OTHER: SOIL CONDI1lONS: .---- -..----.. ..- ---.----_....- ~ CLAY ROCKY N/A SOLID-ROCK MATERIAL AS FOUND: 01 CI STl W/STl VCPX RCP TILE DUCT SHEET OF: N/A PROPOSED: PLA T.COTIA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: PEDRO FORM CHECKED BY: H.C. OTHER: ._-_... SIZE AS FOUND: (\) 8' SIZE AS EXPECTED: (1) 8" FORM BY: PEDRO ASSISTED BY: ALEX --------..- UTILITY CONDI1l0N: GOOO FAIR POOR N/A NUMBER OF HOLES: I TODAY'S DATE: 12/10/05 -._--- . RIBBON INSTALLED: RED. BLUE YELLOW ORANGE GREEN INSTALLED: ..E.!$. HUB&TACK STl PIN CHISX CHIS BOX PINK N/A AT: 22!ri EDGE OF UTILITY: E W S N -r. 14.42' I / I 4" I . ~---- . -..--.--- -- "- SURVEY PIN LOCATED BY: F.R.ALEMAN &: Assoclales. Inc. . I~~~J .. NOTES: ~;~L , 3.50' ~ P- ~ ~-,-) "< '?I I 4.18' ~ 1~'E:l [-';l 0 __n____. . ) SE TIME: 10:00 AM STATION: 10+29.78 OFFSET: -14.J8' L T III W,M. w . VALVE ~ / z / ~ .J l>/ 0 lD iE vi / UJ .!Y/ :::l! ~; / / ~ "l.9!!!-'-'- ,'...... - ..... N _.-- ...... <'cJ' EE - ..... '''0. ..... ..... CB, ..... ..... '7 STREET '() F.P.L. - '.. M.H. W.B.L. ~Jk 'L ~ ~,AL&MAN ) r i"A..ociot.. "Inc. . r8j4~~'iJ':~,t~Wl1:1:ET~SSUI1[ 200 VACUUM TEST HOLE REPORT MIAMI. FL 33178 1El.EPHONE (305) 59' 8777 fAX (J05) 599 8749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY 1'.0.0.0. T. Joe /I: NONE f'RA JOB ,<: 1864 Wo-I TEST HOLE # I 05A F'RA P.M.' O.M. STANTON WORK ORDER #: 01 LOCA TE REQUESTED BY: PERKINS'" \\ILL REQUESTED LOCATE: GAS WATER ELE. TEL SAN f.M. STORM alliER: PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OlliER: GRASS SIDEWALK DIRT LOCA TED UTILITY: alliER: GAS WATER ELE. TEL SAN F.M. STORM PAVEMENT CONDITION: ~ FAIR POOR N/A ~ ~ WET MOIST DRY ._~NO CLAY BQgU N/A SOLID-ROCK PROPOSED: SOIL CONDITIONS: MATERIAL AS fOUND: 01 f!.. STL W/STL VCPX RCP TILE DUCT PLA ~COTTA ACP GALV ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A SHEET OF': N/A COVER ESTAB. BY: PEDRO F'ORM CHECKED BY: H.C. OlliER: SIZE AS F'OUND: (1)6" SIZE AS EXPECTED: UNK UTILITY CONDITION: .QQ2!? FAIR POOR N/A RIBBON INSTALLED: 1~~ TOP 2.65' ~ .l!!!! ) 3.25' r1.;;.l ~) 1 7 STREET W.B.L. fORM BY: PEORO NUMBER OF' HOLES: 1 ASSISTED BY: ALEX TOOAV'S DATE: 12/10/05 REO BLUE YELLOW ORANGE GREEN PINK N/A INSTALLED: AT: PK HUB "'TACK STL PIN CHISX CHIS BOX CROWN EDGE Of UTILITY: E W S N """T. 4" SUR1IEY PIN LOCATED BY: f.R.ALEMAN &< Associates. Inc. L;j NOlt:S: ALSO roUND 1-2" BE GOING TO WEST ON TOP OF W.M. TOP COVER IS 1.25'. 80TTOM COVER IS 1,42' 6" W.M. I-:~ ,r~ ~ TIME: 10: 30 AM STATION: 10+27.77 OFf'SET: -12.92' L T - ,: 8. (~W.M. ... VALVE I I 81 ..:1 -, ,.+_ 2" BE .....1'5 -- ........ ~,._- ....... -- "- -- .......~... - ~ "-:....~. "- "- "- "(-) F.P.L. "._" M.H. N w ~ ~ ~ oai a:: vi w :::E ~; . '" ~ ~L~~::f,nc. . CONSULTING tNGINEERS 10305 NW 41 STREET. SUITE 200 MIAMI, Fl. 33178 TElEPHONE (305) S91 6777 FAX (30S) 599 &749 VACUUM TEST HOLE REPORT fRA JOB", le64 Wo-I TEST HOLE ". 06 f"RA P.M. I O.M. STANTON PROJECT NAME: CITY OF MIAMI BEACH f".D.D,O. T. JOB #: NONE WORK ORDER #: 01 MUNICIPAL PARKING FACILITY _...-...--_..~_. -- . .._._n. LOCATE REQUESTEO BY: PERKINS & WILL PA VEMENT rrPE: NONE ASPHALT CONCRETE ASPHAlT OVER CONC REQUESTED LOCATE: CAS WA TER ~ TEL SAN F.M. STORM BRICK COBBLES 01HER: 01HER: GRASS SIDEWALK DIRT .._---~---.._-_..,...._.. . ""....----- .._-.-, PA\IEt.IENT CONDITION: liQQll FAIR POOR NIA LOCA TED UTILITY: CAS WATER.ill, TEL SAN F.M. STORM OlHER: DUCT-SYSTEM SOIL CONDITIONS: HARD ~ l:!U MOIST ORY ..--..". ~ CLAY ROCKY N/A SOLID-ROCK MATERIAL AS FOUND: 01 CI STL W/STL VCPX RCP TILE DUCT ...-.- PLA T.COTTA ACP CALVo ROUCH POUR SHEET OF: N/A PROPOSED: SMOOltl POUR PVC UN!( DB CABLE NIA COVER EST AB. BY: PEDRO f"ORM CHEa<ED BY: OlHER: H.C. --.-----..---.--. SI2E AS FOUND: (1) J6"X36" SIZE AS EXPECTED: (S)S" PVC FORM BY: PEDRO ASSISTED BY: ALEX UTlUTY CONDITION: .22QP FAIR POOR NIA NUMBER OF HOLES: 1 TOOA YS DATE: 12/3/05 ---"-- .-... ......-q-_... .----.-.- --- RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: ~ HUB&TACK STL PIN CHISX CHIS BOX PINK NIA AT: CROWN EDGE Of" UTILITY: E W S N P'MT, I 4.37' I I I 2- I .---- "- SURVEY PIN LOCA 1EO BY: F.R.ALEMAN '" Associat... Inc. / :':-' l~ .. aMa'-' N/A NOTES: , r 4.20' L r,;' '7-1 SMOOltl POUR ALSO FOUND SMOOlH POUR ON TOP OF F.P.L. ROUGH ~.%:J ~ ~G POUR POUR. TOP COVER IS 0.70'. BOTTOM COVER IS 2.70' UNABLE TO SEE BC DUE TO WATER FLOW, aMa'-j r UNK I ~ l ::6-1 'AClIIG 0 TIME: 8:00 AM STATION: 12+16.76 OFFSET: -14.17' LT LJ 18 STREET ~ , (t> W.M. E.B.L. VALVE ~ .J I 15 ai I 1i1 vi . I w ~ ~ (~ .... , n" w , ~ ~ I ::> ::> I (,) ___'S.00'__~____ 1""______ (,) u. "- 0 0 N w w (,) ~ Ii u. 1 7 STREET 17 STREET . -.::;---'-- ", - il1 J~~.Al,eM.B~ ~. .. ....ooCiQI... Inc. . CONSULTING tNGINEERS . 10305 NW 41 ST1lEET, SUITE 200 MIAMI, FL 33178 TELEPHONE (3051 591 8777 fAX (305) !>99 &749 VACUUM TEST HOLE REPORT fRA JOB #, 1864 Wo-! TEST HOLE #. 08 fRA P.t.!. . D.M. STANTON PROJECT NAME: CITY Of' MIAMI BEACH f.D. D.O. T. JOB #: NONE WORK ORDER#I 01 MUNICIPAL PARKING fACILITY - .n_... LOCI'. TE REQUESTED BY: PERKINS & \\1LL P A VEt.!ENT T'lPE: NONE ASPHAL T CONCRE TE .- u ___ ASPH AL T OVER CONC REQUESTED LOCATE: CAS WATER ELE. TEL SAN f.M, STORM BRICK COBBLES - OTHER: GRASS SlOEWALK DIRT OTHER: --.--. ---_._- 1------...---- - PAVEMENT CONDITION: ~ fAIR POOR N/A LOCATED UTILITY: GAS WATER ELE. TEL SAN f.M. STORM - -.-.-.. OTHER: SOIL CONDITIONS: HARD ~ WET MOIST DRY 1-------_... .- ~ QAY ROCKY N/A SOLID-ROCK MATERIAL AS fOUND: 01 g Sn. W/Sn. VCPX RCP TILE DUCT -.- PLA T.COTTA ACP GAL V. ROUGH POUR SHEET OF : N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: T.DIA2 fORM CHECKED BY: OTHER: H.e. ..---.. "h... SIZE AS fOUND: (I)." SIZE AS EXPECTED: (1) 4" fORM BY: T.DIAZ ASSISTED BY: MIGUEL-JOSE - -.-.- UllUTY CONDITION: ~ fAIR POOR N/A NUMBER OF HOLES: 1 TOOA YS DATE: 12/03/05 .. .-... RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK HUB&rACK Sn. PIN CHISX CHIS BOX PINK N/A AT: ~ EDGE Of UTILITY: E W S N lmowvAH [ P'llUT. I .0.... - 4.37' I__u_~" / J" SURVEY PIN LOCATED BY: f.R.ALEMAN .. Assoclales. Inc. I~ ..- --..-. ~',,",' ." NOTES: I 2.84'J ~ 1',. 0 ~ '() ~'-) I 3.17' r r;::l ...1M ""NC1 - . ) I %4" I r-N-l TIME: B:OO AM STATION: 12+2B.56 OFfSET: 16.45' RT -. r ~; tJ 1 ?{ 1 z .J I <( IIi I 15 it: :i I UJ ::!: 1 !z N l- I C) z z w w I ;;:; ::!: ::!: w ~ I a:: ?{ I- _ _ _ _ _ ~3.00':" _ _ _ _ ~ ~ _ ~.~'_ _ __ <( " ~ " 0.. -' 0.. -' I <( ~ '" ~ ..... ..... '" I w 0 0 w <( 0 0 a:: I Vi w .... w Vi C) , ..............~J'.<O. C) 1 C) I 0 .... 0 I w .... w .... 1--.... I .... 'fJ 1 ST1lEET ....~ './ ILPOLE ! ill 1.Ub ~"'.A.LeMA!'ll 4F ok .....~~ Inc. > f8~ULNW 41~w:t)~\VIlE 200 VACUUM TEST HOLE REPORT MIAMI, FL 33178 TELEPHONE (305) 591 8777 FAX (305) !S99 ~749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FAClUTY F.D.D.O.T. JOB #: NONE FRA JOB #; 1664 Wo-l TEST HOLE #. 09 FRA P.M. I 0.101. STANTON WORK ORDER # I 01 LOCATE REQUESTED BY: PERKINS oS< v.1LL .....-.. REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM OTHER: PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT LOCATED UTILITY: OTHER: GAS WATER ELE. TEL SAN F.M. STORM PAVEMENT CONDITION: ~ FAIR POOR N/A HARD ~ WET MOIST DRY SAND CLAY ROCKY N/A SOUD-ROCK PROPOSED: SOli. CONDITIONS: MATERIAL AS FOUND: 01 CI Sll W/Sll VCPX RCP TILE DUCT PLA T.COTTA ACP ~ ROUGH POUR SMOOlH POUR PVC UNK DB CABLE N/A OTHER: SIZE AS FOUND: (1)2 1/2" UTILITY CONDITION: .!1QQQ RIBBON INSTAlLED: 14~r- I7.95-l ~, ~~ N SHEET Of": N/A COVER ESTAB. BY: PEDRO FORM CHECKED BY: H.C. SIZE AS EXPECTED: (1) 4" FAIR POOR N/A FORM BY: PEDRO ASSISTED BY: ALEX TOOAy'S DATE: 12/03/05 NUMBER Of" HOLES: 1 RED BLUE 'fELLOW ORANGE GREEN PINK N/A INSTALLED: AT: ..f!$. HUBoS<TACK Sll PIN CHISX CHIS BOX ~ EDGE OF UTIUTY: E W S N -crJ C~;:tl NOTES: SUR'lEY PIN LOCATED BY: F.R.ALEMAN '" Associates, Inc. 1:t;o~2-1 """" 1- L~J TIME: 6: 45 AM STATION: 13+44.44 OFFSET: -15.64' LT 18 STREET E.B.L. '" > '" ::J U U. o w ~ C,B. ~l, "- "- "-~'b. "- "- "- "- "- __~.8~__~____~5.~____ ':!;! '" ::J U u. o w U ~ u.i ~ ~ -! iSw it: vi w ~ ( Jlk~.Ar..eM~!'l! r '" Aosociot~. Inc. . CONSULllNG tNGINEERS 10305 NW 41 SlREET, SUllE 200 MIAlAl, FL. 33178 TElEPHONE (305) 591 8777 fAX (305) 599 a749 VACUUM TEST HOLE REPORT FRA JOB '" 1864 Wo-l lEST HOLE # , 10 fRA P.M. . 0.1.1. STANTON PROJECT NAME: CITY OF MIAlAl BEACH f.D.D.O.T. JOB #, NONE WORK ORDER tt I 01 MUNICIPAL PARKING FACIUTY 1---. --... LOCAlE REQUESlED BY: PERKINS '" WILL PAVEMENT TYPE: NONE ASPHALT CONCRElE ASPHALT OVER CONC REQUESlED LOCAlE: GAS WA lER ELE. ltL SAN F.M. STORM BRICK COBBLES OrnER: OrnER: GRASS SIDEWALK DIRT ~. . _ _...m._ ___ LOCA lED UllLITY: GAS WA lER ELE. lEL SAN F.M. STORM PAVEMENT CONDIllDN: GOOD FAIR POOR 1!/.!" - ..-- .. OrnER: SOIL CONDI1lONS: HARD SOfT WET MOIST DRY ..~.'m.._ ~ CLAY ROCKY N/A SOliD-ROCK MAlERIAL AS FOUND: 01 CI STL W/STL VCPX RCP TILE DUCT .--, PLA T.COTTA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOlli POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: PEDRO fORM CHECKED BY: ornER: H'C. -. .._--- -. ..-.._. --"--.. SIZE AS FOUND: (I) B" SIZE AS EXPEClED: (I) 8" fORlot BY: PEDRO ASSISlED BY: ALEX -. UllLlTY CONDIllON: .QQQQ fAIR POOR N/A NUMBER Of HOLES: 1 TODAV'S DAlE: 12/3/05 -..---- ...-- RIBBON INSTALLED: REO BLUE YEllOW ORANGE ~ INSTALLED: PK HUB&TACK STL PIN ~ CHIS BOX PINK N/A AT: ~ EDGE OF UTILITY: E W S N 1-" F- p~'. 16'CO~~ ...-.---- 3.B3' " 1/ SURV[Y PIN LOCA lED BY: f.R.ALEMAN '" A.soclate., Inc. .. ." ~ .- NOlES: ,cp'tO TQP 2.56' ~;~ p; ~ ~-,-..;..., ~ ;;; I 3.23' I' I 0.60,1 [;] ,.""" - U&Y. tlNllG.) ~ . liME: 9:10 AM STAllON: 13+45.05 Of'FSET: 33.20' RT ~; 18 STREET _ E,B.L. (-) SANIT T' M.H. LJ N ~ bl ~ .J :5 ;1 ~ ... I i3 aj ~ _ _ _ _3.50~ _ _ -& _ _ 2.0c:.. _ __ 12 z 0 0 w Vi Vi :::!! ... <:> ... 0 0 z ... "" ;;: z l Q: 0 ~ ~ De ... 'Lk' ~L. . Fa.Al.eMAN i. '" -"""oelote"~.!~e. CONSULTING ......INEERS 10305 NW 41 STllEET, SUllE 200 MIAMI, FL 33178 TElEPHONE (305) 591 8777 ~ AX (305) 599 8749 VACUUM TEST HOLE REPORT FRA JOB #1 1864 WO-1 TEST HOLE # 1 11 FRA P.M.' 0.101. STANTON PROJECT NAME: CITY O~ MIAMI BEACH F .0.0.0. T, JOB # : NONE WORK ORDER #: 01 MUNICIPAL PARKING FACILITY LOCA TE REQUESTED BY: PERKINS '" 'MLL PAVEMENT TYPE: NONE ASPHALT CONCRElE -.---- - ... ASPHALT OVER CONC REQUESTED LOCATE: GAS WAlER ELE. TEL SAN F.M. ~ BRICK COBBLES OTHER: OTHER: GRASS SIDEWALK DIRT _. --...-.--.- PAVEMENT CONDITION: GOOO FAIR POOR !ia.. LOCATED UTILITY: GAS WA lER ELE. lEL SAN ~.M. STORM OTHER: SOIL CONDITIONS: HARD ~ ~T MOIST DRY -_...- ~ CLAY ROCKY NIA SOLID-ROCK MATERIAL AS FOUND: 01 CI STL WjSTL VCPX ~ TILE OUCT SHEET OF: NIA PROPOSED: PLA T.COlTA ACP GALV. ROUGH POUR SMOOlH POUR PVC UNK DB CABLE NIA COlIER ESTAB. BY: PEDRO FORM CHECKED BY: H.C. OTHER: SIZE AS FOUND: (I) 12" SIZE AS EXPECTED: (I) 12' FORM BY: PEDRO ASSISTED BY: ALEX .---.- . UTIlITY CONDITION: ~ FAIR POOR NIA NUMBER OF HOLES: 1 TODA v'S DATE: 12/3/05 ....-.-._..--._~-_._. ~._.- RIBBON INSTALLED: REO BLUE YELLOW ORANGE GREEN INSTALLED: PK t!!.!.fl."'TACK STL PIN CHISX CHIS BOX PINK NIA - ..--.-..-..- AT: ~ EOCE OF UTILITY: E W S N n~ n~ _ P-. 14.27' I I I N/A] .-.. '- ._-'" SURVEY PIN LOCA lED BY: F.R.ALEMAN &I ASloelal.s, Inc. . Gn ..---..... --...--".--.- ......,mo\ ,- NOTES: , 11.50' L ~~ :>,. . ~. '(J TI(~ 2.50' ~ [;:] 0 TIME: 9: 55 AM . ) STATION: 13+73.59 OFFSET: 49.90' RT ~; 18 STREET ~ E.BL SIDEWALK BIo.CK OF SIDEWALK >< I w ~ I N ~ ~I z ..,j in ~I :$ 0 ai ~ I if z STM LU M.H. ~ 14.60' _~.~ :::; 0 C f"-------- Z ;2 bl ~ N1 .., I EDGE OF PAVEMENT PARKING 1li j,~f,!,A!'!J!MAN """l '" Associot,. Inc. CONSULTING tNGINEERS IOJ05 NW 41 STREET. SUITE 200 MIAMI, Fl. 33178 TE1..EPHONE (J05) 591 8777 FAX (J05) 599 &7411 VACUUM TEST HOLE REPORT FRA JOB #. 1864 Wo--l TEST HOLE". 12 FRA P.M.' O.M. STANTON PROJECT NAME: CITY Of MIAMI BEACH F.D.D.O. T. JOB;1 I NONE WORK ORDER # I 01 MUNICIPAL PARKING FACILITY . ..-.-. ..' .- -- LOCATE REQUESTED BY: PERKINS & IMLL PAVEMENT T"l'PE: NONE ASPHALT CONCRETL .- u. ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TLL SAN F.M. STORM BRICK COBBLES OlliER: OlliER: GRASS SIDEWALK DIRT fi~.' ._.... LOCI'. TED UTILITY: GAS WATER ELE. TLL SAN F.M. STORM PAVEMEi'lT CONDIl1ON: !!QQll FAIR POOR N/A o lliER: N/A SOIL COi'lDIl10N S: HARO ~ WET MOIST DRY ... ..... SAND CLAY ROCKY N/A SOLID-ROCK Ir4A TERrAL AS fOUND: 01 CI Sll W/STL VCPX RCP TILE DUCT .-.... . . PLA T.corrA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE ~ '_m.. -.. COVER ESTAB. BY: T.OIAZ fORIr4 CHECKED BY: H.C. DlHER: ~_.... SIZE AS fOUND: N/A SIZE AS EXPECTED: 4" fORIr4 BY: T.OIAZ ASSISTED BY: MIGUEL-ALEX __fi___.__ .-.. -,._..------.--+ UTILITY CONDITION: GOOD FAIR POOR .tiL6. NUMBER Of HOLES: 1 TOllAr'S DATE: 12/12/05 -." --,.".. - ..- ..--..--- RIB80N INSTALLED: REO BLUE YELLOW ORANGE GREEN INSTALLED: PK HUB&TACK sn PIN CHISX CHIS BOX PINK !!La AT: CROWN EDGE OF UTILITY: E W S N L _.n ow '''''T. J" '1 - _...~._... 4.01' ,.', I I SURVEY PIN LOCA lED BY: F.R.ALEMAN " Assoeiotes, Ine. .... ., ~ ---..-.. ,...... 'MO' ~ .",->- NOTES: IN/A L , PK fOR SEE lli LOCATION, r.:j~,J / 0-\ WENT DOWN 10' AND NO UTILITY fOUND -T / ~~ / ~ ..... rAClNQ - ----...., [N/A I IN/AI TIME: 11: 00 AM . ) STATION: 14+03.89 OFF'SET: -17.12' LT -. ~j ...; ~ z ..i <( 5 cri ir VJ w N ~ ::E ::> 18 STREET u - ... ,-__12.00'___~" E.B.L. 0 w ~ .-- , , .-- , s" '1.>,0 .-- "'00' , .-- , .-- , .-- , W .-- , , , , '--.(~) STM '_/ M.H. Jll~.ALeMAN -1v' _. Aslo"Clatea - Inc. ~ONSUL TING ENGINEERS 10305 NW 41 SlREET, SUITE 200 MIAMI. FL 33178 TELEPHONE (305) 591 8777 fAX (305) 599 8749 VACUUM TEST HOLE REPORT fRA JOB ," 1864 Wo-l TEST HOLE" I 13 fRA P.M. I D.M. STANTON PROJECT NAME: CITY Of MIAMI BEACH f.D.D.O.T. JOB #: NoNE WORK ORDER #: 01 MUNICIPAL PARKING fACIUTY ----- __n .___ LOCATE REQUESTED BY: PERKINS '" ~LL PAVEMENT TYPE: NONE ASPHALT CONCRETE . ASPHALT OVER CONC REOUESTED LOCATE: GAS WATER ELE. TEL SAN f.M. STORM BRICK C08BLES OTHER: OTHER: GRASS SIDEWALK DIRT -" .-......... PAVEMENT CONDITION: LOCATED UTILITY: GAS ~ ELE. TEL SAN f.M. STORM QQQl1 fAIR POOR N/A __n_______ ..-.. OTHER: SOIL CONDITIONS: HARD ~ WET MOIST DRY f-._- . .H____.~~~.~u~LAY ROCKY N/A SOLID-ROCK MA TERIAL AS fOUND: .Q!. CI Sll W/STL VCPX RCP TILE OUCT ._-- PLA T.COTTA ACP GALV. ROUGH POUR SHEET Of: N/A PROPOSED: SMOOTli POUR PYe UNK DB CABLE N/A COVER ESTAB. BY: PEDRO fORM CHECKED BY: OTHER: H.C. u.....u.. - .,.-.. SIZE AS fOUND: (1)6- SIZE AS EXPECTED: (1)6" fORM BY: PEDRO ASSISTED 8Y: ALEX -- - _._-~ .. ----- UnUTY CONDITION: .2Q.Qtl fAIR POOR N/A NUMBER OF HOLES: 1 TOo... v'S DATE: 12/3/05 ---.... ...-. .--- RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: ~ HUB&:TACK S11. PIN CHISX CHIS BOX PiNK N/A AT: ~ EDGE Of UnUTY: E W S N 1'''''........ ~. 4.23' I " I -"71 I 4" I SURVEY PIN LOCATED BY: f.R.ALEMAN '" Assoclote.. Inc. .. . . ,"';;:'1 -- a'ofltTCJI{ NOTES: , ~ ~~ ~ <:08 - 12.80' I 1:.:::1 . ""'" I ,.- _.._u_.___ ....-- . ) I :1;6" ~ TIME: 10:35 AM , STATION: 14+20.30 OffSET: -12.9" L T --.-~_.- LICHTe).. V POLE " W " :;;: "- " ~41, ~ .J C III " 0:: vi "- UJ N UJ " ::! > "- II< ::) ~__ ...O'~~ '~ 18 STREET u ~ "- E.B.L. 0 w U >< ~ ' ..- ...J 'J."~"- ..: 15 ..- ..- 0 m ..- Vi _l~I'8.A~I!!!o.t~~ "lY'" AIaoeiat.. Inc. . CONSULTING l:NGINEERS 10305 NW.l STREET. SUITE 200 MIAMI, Fl. JJ178 TELEPHONE (J05) 591 8777 FAX (305) 599 &749 VACUUM TEST HOLE REPORT FRA JOB '" 1 664 Wo-I TEST HOLE #, 15 FRA P.M.' D.M. STANTON PROJECT NAME: CITY OF MIAMI BEACH f.D.D.O. T. JOB 11: NONE WORK ORDER 11 I 01 MUNICIPAL PARKING FACILITY __.._.n._ h_._ ----P" LOCATE REQUESTED BY: PERKINS &< WILL PAVEMENT TYPE: NONE ASPHALT CONCRETE ... ASPHAL T OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM BRICK COBBLES - OrnER: GRASS SIDEWALK DIRT OrnER: - ..---. "..-.-.-.. --.....- PAVEMENT CONDI'I10N: QQlll FAIR POOR N/ A LOCATED UTILITY: GAS ~ ELE. TEL SAN F.M. STORM ------- OrnER: SOIL CONDITIONS: HARD son ~MOIST DRY ~ CLAY ROCKY N/A SOLlO-ROCK MATERIAL AS FOUND: 01 .fL STl W/STl VCPX RCP TILE DUCT ...----- PLA ~COTTA ACP GAL~ ROUGH POUR SHEET OF' : N/A PROPOSED: SIolOOlH POUR PVC UNK DB CABLE N/ A COVER ESTAB. BY: PEDRO FORM CHECKED BY: H.C. ornER: -- -- --. -.- SIZE AS fOUND: (I)., SIZE AS EXPECTED: (1)4- fORM BY: PEDRO ASSISTED BY: ALEX 1---_. ---"'. .--.-... UTILITY CONDITION: ~ FAIR POOR N/A NUMBER OF' HOlES: I TOOA V'S DATE: 12/3/05 ..-u.__ RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK HUB&<TACK STl PIN CHISX CHIS BOX PINK N/A ..--.. AT: ~ EDGE OF UTILITY: E W S N l-V<YF- .~T J 1--.. -.....-_._~.. ..10' ',- / SURVEY PIN LOCATED BY: f.R.ALEMAN '" Associates. Inc. ,c... '. ,~ ~~t ~ ' ~- N~ NOTES: F"'"t!q' i 2.60' ~ I', ~ ;S W co ) I 2.9J' ~ D:l ..... 'AONC I :1:." I ~J TIME: 11: 10 AM . ) STATION; 10+16.45 OffSET: ..81' RT ~; ~ ~ S'REET 'SIGN Z --! / <( 0 "l / cr Z / W roO/ / N ~ ::! k'V/ / IX / ::l ~-----~~----~~~ 18 STREET u ..... E.B.L. 0 w u <( ..... ..... ~ ..... ,#0- ..... ..... ..... ....., ...,/-, STM '_/ M.H. f!~.ALEMAN ~ .Ie -";;0 iotes - Inc. CONSUL~INC tNGINEERS 10305 NW 41 S1REET, SUliE 200 MIAMI. FL 33178 iELEPHONE (J05) 591 8777 fAX (305) S99 &749 VACUUM TEST HOLE REPORT fRA JOB #. 1864 Wo-l lEST HOLE "' 16 fRA P,M.' OJ.4. STANTON PROJECT NAME: CITY Of' MIAMI BEACH f.D.D,O.T. JOB #: NONE WORK ORDER #: 01 MUNICIPAL PARKING FACILITY ----..-...,.--- LOCAlE REOUESiED BY: PERKINS & 'MLL PI'. VEMEN T TYPE: NONE ASP HAL T CONCRElE _.._--~ . --_.-...- ASPHALT OVER CONC REOUESlED LOCATE: GAS WA lER ELE. lEL SAN F.M. STORM BRICK COBBLES OTHER: OTHER: GRASS SIDEWALK DIRT -.-........---..--.. .._---. __,_on"._. PAVEMENT CONDITION: ~ fAIR POOR N/A LOCATED unuTY: GAS WA lER ELE. TEL SAN ;.M. STORM - OTHER: SOIL CONDITIONS: HARD ~ 'ltET MOIST DRY SAND a.A Y ROCKY N/ A SOLID-ROCK MAiERIAL AS fOUND: DI CI STI. W/STL VCPX RCP TILE DUCT ...-- ..u____.u.__...... PLA T.COTTA ACP CAW. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: FORM CHECKED BY: OTHER: PEDRO H.C. __on .. -'- ---- SIZE AS fOUNO: (I) 8" SIZE AS EXPECTED: (I) 8" fORM BY: PEDRO ASSISiED BY: ALEX .. ____.n._._.. _ U11UlY CONDlllON: .QQQQ fAIR POOR N/A NUMBER Of' HOlES: 1 TODAY'S DA iE: 12/J/05 --- .-. ...__n. .---_.... __n' --.. RIBBON INSTALLED: RED BLUE YELLOW ORANGE Q!!ill! INSTALLED: ~ HU8&TACK STI. PIN CHISX CHIS BOX PINK N/A AT: ~ EDGE OF UllLITY: E W S N ~~ "IF --" r-rJ ..,.....----....-..' - SURVEY PIN LOCAlEO 8'1': F.R.ALEMAN a: Assoclot.., Inc. .,. I...~;:r I 1.....--.... .-.-.-..-- c.....ITlI'l ~ .. NOiES: I 2.40' l ~ ~ t;:7. rt8u~ ~~':J ~ III"" ,- . ) I ;;8' I ~ 11ME: 11:50 AM STA l1ON: 10+J2.92 OffSET: 5.04' RT ~; W ~ STREET ?( SICN Z ..i / <( 6 II! ~/ ii: z LU ~ N ::!! t'll '" / :> 1 18 STREET u - .... 62.10' [.B.L. 0 ~-------------------- LU U e/ 0( "- ~/ -; ()~~. ""'.J:~~:~~~~lnc. CONSULTING tNGINEERS 10305 NW 41 SlREET. SUITE 200 M'AMI, FL 33178 TELEPHONE (305) 591 8777 fAX (J05) $9 11749 CITY Of MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY LOCI'. TE REQUESTED BV: PERKINS '" \\ILL ""'..--.- REQUESTED LOCATE: GAS WATER ELE. TEL SAN F_M. STORM OTHER: VACUUM TEST HOLE REPORT FRA JOB #1 1664 WO-1 TEST HOLE #, 17 fRA P.M. ' D.M_ STANTON F.O.D.O. T. JOB 11: NONE WORK ORDER 11: 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWAll< DIRT LOCI'. TED UTILITY: OTHER: GAS WATER ELE. TEL SAN f_M. STORM -- PAVEt.4ENT CONDInON: SOIL CONDITIONS: loll'. TERrAL AS fOUND: 01 CI sn. w/sn. VCPX RCP TILE DUCT PLA T_COTTA ACP GALV:ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A SHEET Of: N/A GOOO FAIR POOR N/A HARD ~ WET MOIST DRY SAND CLAY ROCKY N/A SOLID-ROCK PROPOSED: OTHER: SIZE AS FOUND: (I) 12. UTILITY CONDITION: .2QQ!l COVER ESTAB. 8V: PEDRO FORM CHECKED BV: H.C. SIZE AS EXPECTED: (I) 12" FAIR POOR N/A FORM Bv: PEORO NUt.4BER or HOLES: 1 ASSISTED Bv: ALEX TOOA 'Y'S OA 1[: 12/J/05 RIBBON INSTALLED: REO BLUE YELLOW ORANGE ~ PINK N/A INSTALLED: AT: ..eJi. HUB"'TACK sn. PIN CHISX CHIS BOX Q!Qlt1i EDGE OF UTILITY: E W S N 14~J "- / ., .. 2.12' ~ CQ!Q\ ~ ~ I ";7z. I . ) G:"T J [SUO~;;T, SURIltY PIN LOCATED BY: F.R.ALEMAN '" Assoclat.., Inc. NOTES: FAOtIC U liME: 12: 40 PM STA liON: 1J+ 73.66 OFfSET: -J4.80' L T 18 STREET ~ E.B.L SIDEWALK Cl '- '- FRONT OF SIDEWAU< LIGHT '- <~ I. POLE "" Cb' . I "" :, " " I ca. ~~______~OO'_____~ ~; r N PARKING )~~'_ALEiMAN ~l "Associates Inc. , CONSULTING tNGINEERS 10305 NW 41 SlREET, SUITE 200 MIAMI, FL 33178 TElEPHONE (305) 591 8777 fAX (305) 599 8749 CITY Of MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING fACILITY LOCATE REQUESTED BY: PERKINS & WILL REQUESTED LOCATE: GAS WATER ELE. TEL SAN f.M. STORM OlMER: fORCE MAIN VACUUM TEST HOLE REPORT f.D,D.O.T. Joe #1 P A \/EllEN T mE: 01l1ER: LOCATED UTILITY: OlMER: GAS WATER ELE. TEL SAN f.M, STORM fORCE MAIN P A \/EMENT CONDITION: SOIL CONDITlONS: MA TERIAL AS FOUND: .l1L CI STL wlSTL VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOlli POUR PVC UNK DB CABLE NIA SHEET OF: NIA COlIER EST AB. BY: PEDRO FORM CHECKED BV: H.C. OlMER: SIZE AS fOUND: (1) 3D" UTILITY CONDITION: ~ FORM BV: PEDRO SIZE AS EXPECTED: (I) 3D" fAIR POOR NIA NUMBER OF HOLES: 1 FRA JOB", 1864 Wo-l TEST HOLE '" 18 fRA P.M. . D.t.!. STANTON NONE WORK ORDER # I 01 NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES GRASS SIDEWALK DIRT GOOD fAIR PODR~ !:!t!!!? ~ lYil MOIST DRY SAND CLAY ~y NIA SOLID-ROCK PROPOSED: ASSISTED BY: ALEX . TOOA 'fS DATE: 12/12/05 REO BLUE 'l'ELLOW ~ .--.-....-.- RIBBON INSTALLED: ORANGE INSTALLED: PK HUB&TACK STL PIN CHISX CHIS BOX PINK NIA "__..0,,_.. AT: ~ EDGE Of' UTILITY: E W S N l~~r , SURVEY PIN LOCATED BY: f.R.ALEMAN '" Associates, Inc. NOTES: 3.05' ~4~:...J r;~. ) 6 .... ~ . ) ~30"1 SW TIME: 9; 20 AM STATION: 10+65,64 OffSET: 30,70' RT '" -' ~ o Vi C2. ~~. n 51\4 .......... ". ..n -' -A....J M.H. .....-00, 1.~" .......... ~4 -,-' ..... -' - / - ---'!:lo' - - - -..') STM \......_/ M.H. GRASS SIDEWALK 17 STREET - W.B,L ~: N MEDIAN )1!/'R,ALEM.AN ir. As~iotl!l. Inc. , f8~~~:~l=~Wlt:1ET~SsunE 200 VACUUM TEST HOLE REPORT MIAMI, FL ~178 TELEPHONE 305) 591 8777 ,AX (305) 99 8749 CITY Of' MIAMI BEACH PROJEC1 NAME: MUNICIPAL PARKING ,ACllITY F.D.D.O.T. JOB # I NONE FRA JOB #t 1864 Wo-' TEST HOlE", 19 ,RA P.M. ' D.M. STANTON WORK ORDER #, 01 PAVEMENT TYPE: NONE ASPHAlT CONCRETE ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT LOCATE REQUESTED BV: PERKINS & WILL REOUESTED LOCATE: GAS WA"TER ElE. "TEL SAN '.M. ~ OTHER: PAVEMENT CONDIT1ON: GOOD ,AIR POOR .!!.LA ~ ,gJfl WET MOIST DRY SANO CLAY ~ N/A SOLID-ROCK PROPOSED: LOCA TED UllUTY: OTlfER: GAS WATER ELE. TEL SAN F.M. STORM SOIL CONDIT1ONS: MA TERIAL AS FOUND: DI CI Sl1 W/S11 VCPX RCP TILE DUCT PLA ~COTTA ACP GALV~OUGH POUR SMOOTH POUR PVC UNI< DB CABLE N/ A SHEET OF: N/A COVER ESTAB. BY: T.DIAZ ,aRM CHECKED BV: H.C. OTlfER: SIZE AS FOUND: (1l:l:9'X4' SIZE AS EXPECTED: (I) U'X4' fORM BY: T.DIAZ UllUTY CONDIT10N: .2QQP 'AIR POOR N/A NUMBER OF HOlES: 1 ASSISTED BY: MIGUEL- AlEX TODA y'S DATE: 12/12/05 RIBBON INSTAlLED: RED BLUE YEllOW ORANGE GREEN PINK N/A INSTAllED: AT: PI< HUB&TACK Sn. PIN CHISX CHIS BOX CENTER EDGE 0, UnUTY: E W S N ""IT, .N/A.) ~ SURVEY PIN lOCATED BY: NOTES: F.R.ALEMAN '" Associates, Inc. '! co "'" 2.37' ~ ~ t~:~:l . ) 9' BOX CULVERT :f ! :~.j ,...... o liME: 10: 30 AM STAll0N: 10+85.09 OFFSET: 40.38' RT QM.H. ..... ..... ~"'. ..... ..... ~ ..........~. - - - !!.OO' --EJ WATER ---- . '""HER ,\ '<r",,- ,0' '()~~ ~; '" ~ o iiI GRASS N SIDEWALK MEDIAN 1 7 STREET , W.B.L. J:!~,AI,.'-Ml\N ~ .It Associates Inc. , f8foS:P~WV~~'1:1:1~\\JI1E 200 VACUUM TEST HOLE REPORT MIAMI, FL 33178 m.EPHONE (J05~ 591 8777 ,AX (305) 599 &749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY ,.D.D.O.T. JOB #: NONE LOCAlE REQUESlED BY: PERKINS 4< I'tlLL REOUESlED LOCAlE: GAS ~ ELE, m SAN F.M. STORM OlliER: LOCAlEO UllL1TY: OlliER: GAS ~ ELf. TEL SAN ,.M. STORM FRA JOB 'n 1864 Wo-l lEST HOLE # I 20 FRA P.M.' 0.1.1. STANTON WORK ORDER #: 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBlES OlliER: ~ SIDEWALK DIRT PAVEMENT CONOIllON: GOOD ,AIR POOR JitA --.-+ .-.-..-.........---- ~ son WET MOIST DRY SAND CLAY llQQa NIA SOLlO-ROCK SOIL CONDIllONS: MATERIAL AS FOUND: 01 ~ STL W/STL VCPX RCP TILE DUCT -. PLA T.COTTA ACP GALV. ROUGH POUR SHEET or: NIA SMOOTH POUR PVC UNK DB CABLE N/" COVER ESTAB. BY: T.OIAZ OlliER: SIZE AS FOUND: (I) 8" unLlTY CONDITION: ~ SIZE AS EXPEClEO: (I) 8" FAIR POOR NIA RIBBON INSTALLED: ~ CO'Gj,L"1 [~.52'J ~~~~:...) "f2~" 1~20' J::::l, i Vi RED BLUE YELLOW ORANGE GREEN PINK NIA ~ .. i ..om :k8" GRASS ~ ,.:;:'j ,AClHG ~ PROPOSED: FORM CHECKED BY: H.C. FORM BY: T.DIAZ NUMBER or HOLES: 1 ASSISlED BY: MIGUEL-ALEX TOOAy'S DAlE: '2/13/05 INSTALLED: AT: PK t!ill!.&TACK STL PIN CHISX CHIS BOX .f!lQY!!i EDGE Of" UllUTY: E W S N SURVEY PIN LOCA lED BY: F.R.ALEMAN '" Associates, Inc. NOTES: liME: 8: 40 AM STATION: 10+86.78 OFfSET: 52.06' RT Q~~. "!:'~<~ A<f'", , "'", , '" ,,,> WATER ri '~' Mtn':R~ SIDEWALK ~; N , , .~ FlRf ~ HyDRANT / 17 STREET - W.B.L. MEDIAN filL _~~.ALeMAN '""1 . f8~t\~t~~~~1~SUITE 200 VACUUM TEST HOLE REPORT MIAIlI. FL 33176 TELEPHONE (3051 591 8777 'AX (305) S99 87-49 CITY OF' MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING ,ACIUTY ,.O.D.O.T. JOB": NONE LOCA lE REQUESlED BY: PERKINS ole WILL REQUESlED LOCAlE: GAS WATER ELE. TEL SAN F.M. STORM OTHER: (' STM J.M.H. "~~~,~ '}Q/ "- ....../ "- / "..tr WATER ri " .~. MEfER ~ " LOCA TED UTILITY: OTHER: GAS WATER ELE. TEL SAN F.M. STORM DUCT-SYSTEM MA TERIAL AS ,OUND: DI CI Sll W/Sll VCPX RCP TILE DUCT PLA ~COTTA ACP GALY ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A OTHER: SIZE AS FOUND: (4) 4. UTIUTY CONDITION: ~ SIZE AS EXPECTED: (I) 8' FAIR POOR N/A RIBBON INSTALLED: REO BLUE YELLOW ORANGE GREEN PINK N/A T5~;r p~ ~"-J I ":~:'1 J.J5' -,.. if C<MIl 2.35' ~JJJ ) r2.';"~ ~I I :~.I o '" -' ~ Q Vi GRASS SIDEWALK FRA JOB #, 186-4 Wo-l lEST HOLE #. 20A FRA P.Il. ' D.M. STANTON WORK ORDER #: 01 PAVEUENT TYPE: NONE ASPHALT CONCRETE ASPHAlT OVER CDNC BRICK COBBLES OTHER: ~ SIDEWALK DIRT PAVEMENT CONDITION: GOOD FAIR PooR.!!LA ~ ,gu !lU.MOIST DRY ~ ClAY ~ N/A SOLID-ROCK PROPOSED: SOIL CONDITIONS: SHEET OF': N/A COVER ESTAB. BY: T.DIAZ FORM a-tECKED BY: H.C. F'ORM BY: T.DI AZ ASSISTED BY: MIGUEL-ALEX NUMBER OF HOLES: 1 TOOAy'S DAlE: 12/13/05 INSTALLED: AT: PK t!!1!!.&T ACK Sll PIN CHISX CHIS BOX CROI't1>l EOGE 0, unuTY: ..L W S N SURVEy PIN LOCATED BY: F.R.ALEMAN '" Assoclales. Inc. NOTES: TIME: 7: 50 AM STATION: 10+86.-45 Of'F'SET: 57.82' RT ~~ N "- " ..~ fiRE ~11"(ORMIT 1 7 STREET 'W.B.l. MEDIAN ~'l1k1 ',- . ~.ALEMAN ;, r to~m.'il~~ttla?NEERS 10305 NW 4' STREET. SUITE 200 MIAMI, FL 331711 TELEPHONE C 305) 591 8777 fAX (305) 599 11749 CITY Of MIAMI BEACH PROJECT NAME: MUNICIPAL PARKINC fACILITY LOCATE REQUESTED BY: PERKINS 4< I't1LL .-- REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM alliER: DUCT-SYSTEM VACUUM TEST HOLE REPORT FRA JOB #, 1864 Wo-l TEST HOLE '" 21 FRA P,M.' O.M. STANTON LOCATED UllUTY: OTHER: GAS WATER M TEL SAN F.M. STORt.t DUCT-SYSTEM F.D.D,O, T. JOB"': NONE WORK ORDER;tl 01 ..--- ..----- PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBlES OTHER: ~ SIDEWALK DIRT PAVEMENT CONDIllON: GOOO FAIR POOR !:!LA.. !:IABQ ~ ~ MOIST DRY ~ CLAY ROCKY N/A SOLID-ROCK SOIL CONDITIONS: MATERIAL AS FOUND: 01 CI STl. W/STl. VCPX ~ TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A SHEET OF: N/A PROPOSED: COVER ESTAB. BY: T.DIAl FORM CHECKED BY: H.C. OTHER: SIZE AS FOUND: (I) 36"XUNK SIZE AS EXPECTED: R.PooR FORM BY: T.DIAl UllLlTY CONDITION: .QQQQ FAIR POOR N/A NUMBER OF HOLES: 1 ASSISTED BY: MiGuEL-ALEX TOOA v'S DATE: 12/17/05 RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN PiNK N/A INST ALLEO: AT: PK HUB4<TACK STl. PIN CHISX CHIS BOX ~ EDGE Of UTILITY: E W S N ~r p..".-, L~~J ('";;;' , SURVEY PIN LOCATED BY: F.R.ALEMAN '" Associates, Inc. NOTES: UNABLE TO. SEE B.C. DUE TO WATER FLOW i .."" :1:36"1 ," r;NG I I TIME: 12,30 PM STAllON: 11+27,32 OFFSET: 12.51' RT :5 ~ w Cl Vi '" ~ o Vi ... o '" ~ C8. m "- , "-~80' ~ "- 7.60' "- "- L v', '-'.,. ,.",. , , D~~ BUILDING CllY OF MIAMI BEACH ~j N SIDEWALK 1 7 STREET W.B.L. ! ~~ fo~~~~;~~fNEERS 10305 NW 41 SlREET, SUITE 200 VACUUM TEST HOLE REPORT MIAlll, FL 33178 TELEPHONE (305) 591 8777 FAX (305) ~99 ~749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY f.D.D.O. T. JOB": NONE FRA JOB ". 1864 Wo-l TEST HOLE" , 22 fRA P.M. I O.M. STANTON WORK ORDER #, 01 LOCATE REQUESTED BY: PERKINS 6< WILL REQUESTED LOCATE: GAS WATER ELE, TEL SAN F.M. ~ OlliER: PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBlES OlliER: GRASS 51DEWALK DIRT LOCA TED UTIliTY: OlliER: GAS WATER ELE. TEL SAN F.M. ~ PAVEMENT CONDITlON: GOOD FAIR POOR ll!LA. HARD son ~MOIST DRY ~ CLAY ~ N/A SOLID-ROCK ---'_.~_..- PROPOSED: SOIL CONDITIONS: MATERIAL AS rOUND: 01 CI STL W/STL VCPX RCP TILE DUCT PLA T.COTTA ACP GALV.ROUGH POUR SMOOtH POUR PVC UNK OB CABLE N/A SHEET Of: N/A OlliER: COVER ESTAB. BY: T.DIAL fORM CHECKED BY: H. C. SIZE AS roUND: (I)H'X4' SIZE AS EXPECTED: (1):t9'X4' fORM BY: T.DIAZ ASSISTED BY: MIGUEL-ALEX UTIliTY CONDITlON: GOOD FAIR POOR N/A NUMBER Of HOLES: I TODAY'S DATE: 12/17/05 RIBBON INSTALLED: REO BLUE YELLOW ORANGE ~ PINK N/A INSTALLED: AT: PK HUB6<TACK STL PIN CHISX CHIS BOX ~ EDGE Or UTIUTY: E W S N , . "fI'....""1'"' i 8.50' I---(~"..;J r:-:[ '" 9' t?~;J 4' co,," ) PWT, fN7A'l rUJ~;:'1 SURVEY PIN LOCATED BY: r.R.ALEMAN 8< Assoclolea, Inc. NOTES: BOX CULVERT G!:J 'AONC U TIME: 12:10 PM STATION: 11+25.13 Of'FSET: 27.61' RT :J ~ C Vi c.o. m ',~~. f ~ " ~ " 41.80' ~ I 81 l!?! /,) STM ~___ M.H. GRASS BUILDING CITY Of MIAMI BEACH {~ SIDEWALK 17 STREIT W.B.L. N :11 .)i.1;~.AI,~M~1',I ":"'r de: AI.ocialn Inc. , f8.r6~lJ1:G41t~m::1:e;.~SUI1E 200 VACUUM TEST HOLE REPORT MlAlll. FL, JJ178 TELEPHONE (305) 591 8777 FAX (305) 599 &749 CIT'!' OF MIAMI BEACH PROJf:CT NAME: MUNICIPAL PARKING FACILlT'f f,D,D.O.T. JOB #: NONE C.B. m ..........~OO. .........., + ~~----- ..... - ..... - ........ --- ..... - '!P ,/' '1."'/ / STM /... /" M.H.(j LOCATE REOUESTED BY: Pf:RKINS &: WLL -.".-........-- REQUESTED LOCATE: GAS WATER ELf:. TEL SAN F,M. STORM OTHER: FORCE: MAIN LOCATED UTIUTY: OTHER: GAS WATER ELL TEL SAN F.M. STORM FORCf: UA'N "'A TERIAL AS FOUND: .QL CI STl W/STl VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PIIC UNK DB CABLE N/A OTHER: SIZE AS FOUND: (I) 30. UTILITY CONDITION: .Q22Q SIZE AS EXPECTED: (1) JO. FAIR POOR N/A RIBBON INSTALLED: RED BLUf: YELLOW ORANGE ~ PINK N/A___.....___._dd... a--,. ~ TftlII) 12.73' [O'l~J . ) I ~ I'~ S I ><: ~ w o in SIDEWALK FRA JOB u, 1864 Wo-l TEST HOLE '" 23 FRA P.M.: D.M. STANTON WORK ORDER#I 01 P A VEMEN T T'fPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALl< DIRT PAVEIAENT CONDITION: GOOD FAIR POOR..!:!L6 ~ SOFT ~ UOIST DRY SAND CLAY ~Y N/A SOLID-ROCK SOIL CONDITIONS: SHEET Of: N/A PROPOSED: COVER ESTAB. BY: T.DIA2 FORM CHECKED BY: H.C. FORM 8Y: T.DIA2 NUMBER OF HOLES: 1 ASSISTED BY: ALEX TODAY'S DATE: 12/17/05 INSTALLED: AT: PK !;!!!!!&TACK STl PII>l CHISX CHIS BOX ~ EDGE OF UTILITY: E W S N SURVEY PIN LOCA1ED BY: f.R,ALEMAN ole Associat.., Inc. NOTES: TIME: 11: 45 AM STATION: 11+24.29 OffSET: 44.27' RT GRASS -' -' ~ BUILDING CITY OF MIAMI BEACH 17 STREET W.B.L. j~ tz I N :11 J~~.ALEMAN . ~17- i-Associates Inc. . CONSULTING tNGINEERS 10305 NW 41 STREET. SUITE 200 MIAMI. FL 33171l TELEPHONE (305) 591 11777 FAX (305) S99 &749 CI TY OF MIAMI BEACH PROJECT NAME; MUNICIPAL PARKING FACILITY VACUUM TEST HOLE REPORT FRA JOB '" 1864 Wo-l TEST HOLE It. 24 FRA P.M. I 0.1.1. STANTON LOCI'. TED UTILITY: OlHER: GAS WA lER ELE. TEL SAN F.M. STORM F.D.D.O.T. JOB #: NONE WORK ORDER#1 01 PAVEMENT TYPE: -NONE ASPHALT CONCRETE --.- ASPHALT OVER CONC BRICK COBBLES OlHER: ~ SIDEWALK DIRT PAVEMENT CONDITION: GOOD r AIR POOR !:iLL HARD ~ WET MOIST DRY . ~AND CLAY ROCKY N/A SOLID-ROCK ---- LOCATE REQUESTED BY: PERKINS & WILL ---.- .-... REQUESTED LOCATE: GAS WATER ELE. TEL SAN r.M. STORM OlHER: SOIL CONDITIONS: MATERIAL AS FOUND: 01 CI STL W/STL VCPX RCP TILE DUCT ---- PLA T.COTTA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE N/A~--- - COVER ESTAB. BY: PEDRO . OlHER: SIZE AS FOUND: (I) 12- UTILITY CONDITION: ~ FORM CHECKED BY: H.C. SIZE AS EXPECTED: (I) 12" - FAIR POOR N/A FORM BY: PEDRO ASSISTED BY: ALEX NUMBER OF HOlES: 1 TOOA Y's DATE: 12/17/05 RIBBON INSTALLED: RED BLUE YELLOW OR ANGE GREEN INSTALLED: PINK N/A -- AT: I~ ~ 12"Sm ~~5~:..) #. ~ ~ ~. IO"\,,,) ;: :;;' 'f-STht 6 20' ,..---./' -=--..1 Gl ~. TH '" I ~) L_*'2.'J PWT. LnN!~] r~-;:T1 PK !:!!.!ll.&TACK STh PIN CHISX CHIS BOX ~ EDGE OF UTILITY: E W S N i9~~r >' i '". ". SURVEY PIN LOCATED BY: F.R.ALEMAN '" A..ociate.. Inc. r-- _.. NOTES: ALSO FOUND 1-4"PVC STM GOING EAST e" AT NORlH OF lHE 12" S'TM PIPE. TOP COVER IS 5.70'. BOTTOM COVER IS 6.14' fA""" I E 1 TIME: 1: 00 PM STAnON: 11+70.75 OFFSET: 32.75' RT N r..A ffi C.B. m--- --- --- ........ ...... !..'.!Jo. --- --- --- STM ........... M.H. ---.....~ rl-__~'JO'___"'" :::...4"STM ___JIl,~_____ ~ ..j ~. 12"STM .. o o ~1 C> z i< ~ >c: ~ o iii J: (J ~ '" ~ C> z -<: C :f ::! LL ::> 0 lD ~ (J I '" , ) u 17 STREET - W.8.L. J~~::~:~Nlnc. e CONSULTING tNGINEERS 10305 NW 41 S'lREET, SUI'IE 200 MIAMI. FL. 33178 lELEPHONE (J05) 591 8777 FAX (305) S99 8749 VACUUM TEST HOLE REPORT F'RA JOB '" 1864 Wo-1 TEST HOLE '" 25 FRA P.M. I O.M. SlANTON PROJECT NAME: CITY. OF MIAMI BEACH F.O.D.O.T. JOB <I: NONE WORK ORDER # I 01 MUNICIPAL PARKING FAClUTY ......._.... - - ~- LOCATE REQUESTED BY: PERKINS '" WILL PAVEMENT TYPE: NONE ASPHALT CONCRElE .._---. . ..-.,.. ..._- ASPHALT OVER CONC REQUESlED LOCATE: GAS WAlER ELE. lEL SAN F.M. ~ BRICK COBBLES OTHER: OTHER: GRASS SIDEWALK DIRT ____.n .- '_H... ..- PAVEMENT CONDITION: GOOD FAIR POOR.!i& LOCATED UTlLlTY: GAS WA lER ELE. lEL SAN F.M. STORt.I - OTHER: SOIL CONDlnOOS: ~ ~ .!!'ll-MOIST DRY ~ CLAY ~ N/A SOLID-ROCK MATERIAL AS FOUND: 01 CI STt W/STt VCPX !!f!' TILE DUCT "._~ ..... --....-- ..--.... .._-- -.-.-------. PlA T.COTTA ACP GALY. ROUCH POUR SHEET OF : N/A PROPOSED: SMOOTH POUR Pye UNK DB CABLE N/A COVER EST AB. BY: FORM CHECKED BY: OTHER: T.DIA2 H.C, .----,--+.-- SIZE AS FOUND: (ll:!:9'X4' SIZE AS EXPECTED: (1l:!:9'X4' FORM BY: T.01A2 ASSISTED BY: MIGUEL-ALEX ~.-- .. .-.. ---- .----..------ UTlLlTY CONDlnON: .2QQP FAIR POOR N/A NUMBER OF HOLES: I TOOA "I's DATE: 12/17/05 ..---..-.--- --.. -.-.. ".--.--" RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK !:!ill!&TACK STt PIN CHISX CHIS BOX PINK N/A -. ___.n ,..----.- AT: CEN'lER EDGE OF UTILITY: E W S 1'1 ~J ~'MT. /', :/ ~E] ...-.....-.... ..-. SURVEY PIN lOCA lED BY: F.R.ALEMAN '" A..oclat.., Inc. ~ .-:- ~ f-....---- .. C<MII ,,.., =" ..!!:E:JY NOTES: 6.92' l "--.. 9' ~ 4'11 <l BOX CULVERT ']1 U coe ~r> /1 ~.~l: l:\=.1 ..,," c!:J ~~ TlME: 2:00 PM . ) STA TlOO: 11+76.95 OFFSET: 26.24' RT - ~; SIDEWALK BACK OF SIDEWALK I .. I 0 81 ~I :x: u '" I L5 N -' ~ ----~""---~ tD ~ <:> 0 z iii i5 ::E :! ... 0 0 .... ~ 0 tD <:> '" z u ~ 52 ~ . I ~ ~I u n. '" '" ~ I w I a I Vi 17 STREET 0 (" STM .. ,~) M.H. W.B.L. ~~.Al,eMAN "l ~ON~~~~St~3TNEERS 10J05 NW 41 SlREET, SUITE 200 MIAMI. Fl. J3178 TELEPHONE (J05) 591 8777 FAX (305) 599 &749 CI T'( OF MIAMI BEACH . PROJECT NAME: MUNICIPAL PARKING FACILITY VACUUM TEST HOLE REPORT FRA JOB." 1664 Wo-l TEST HOlE ". 26 FRA P.M, . O.M. STANTON LOCATE REOUESTED BY: PERKINS <It \\ILL '_h..... REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM OTHER: FORCE MAIN -.... LOCATED UTILITY: GAS WATER ELE. TEL SAN F.M. STORM OTHER: FORCE MAIN F.D.D.O, T. JOB #: NONE WORK ORDER #, 01 ..-- PAVEMENT rrPE: NONE ASPHALT CONCRETE ASP HAL T OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: GOOD FAIR POOR~ ~ ~ WET MOIST DRY ~ ClA-".~Y N/A SOLID-ROCK PROPOSED: SOIL CONDITIONS: MATERIAL AS FOUND:.QL CI Slt w/Slt VCPX RCP TILE DUCT PLA T.COTTA ACP GAl V. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A SHEET OF: N/A OTHER: COVER ESTAB, BY: f.DIAZ FORM CHECKED BY: H.C. SIZE AS FOUND: (I) JO. SIZE AS EXPECTED: (I) 30" -.--- UTILITY CONDITION: GOOD FAIR POOR N/A FORM BY: T.DIAZ ASSISTED BY: ALEX NUMBER OF HOlES: 1 TODAY'S DATE: 12/17/05 RIBBON INSTALLED: REO BLUE YELLOW ORANGE ~ PINK N/A nn 1'2.79' r " / 1!ltT. I N/A I ~ INSTALLED: AT: ,.. PK !!!,!!!&TACK Slt PIN CHISX CHIS BOX CROWN EDGE or UTILITY: E W 5 N -....- ..-... -.-..- SURVEY PIN LOCATED BY: F.R.ALEMAN '" Associates. Inc. lco;:~~"'r ---, =- ~ ~~ "G:~0. /' I~ ~) 1:;0"' NOTES: ''''''''' o TIME: 1: 40 PM STATION: 11+72.88 OFFSET: 45.01' RT ~~ N l<: -l ~ 0 u; <..> z S< ~ I I BACK OF SIDEWALK I I iiIl ='il I ;, ___~8.00'__ __ ~ 5Tl.1 \,,~//~ 0" M.H. ....../ r \ ..-/ C) SIDEWALK o :r ~ m - (!) ~~ "- 5 om ~ 1J 17 STREET . W.B.L. n ~ ~t~.ALEMAN ....., r ~~e'l3\"tJceot~afNEERS 10J05 NW 41 STREET, SUITE 200 MIAtoll, f'l. 33178 TELEPHONE (305) 591 87n FAX (305) 599 &749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY LOCATE REQUESTEO BV: PERKINS '" \\1LL REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM OTHER: FORCE IIAIN LOCATED UTIUTY: OTHER: FRA JOB '" 1864 Wo-l TEST HOLE # : 26A FRA P.M.: 0.11. STANTON VACUUM TEST HOLE REPORT GAS WATER ELE. TEL SAN F.M. STORM FORCE IIA1N F.D.D.O.T, JOB #: NONE WORK ORDER #: 01 - PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: SOIL CONDITIONS: GOOD FAIR PODR~ ~ SOFT t!U: MOIST DRY SAND CLAY ~Y N/A SOliD-ROCK MATERIAL AS FOUND: ..QL CI Sll W/Sll VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A OTHER: SIZE AS FOUND: (I) JO" UTILITY CONDITION: GOOD SIZE AS EXPECTEO: (I) JO" FAIR POOR N/A RIBBON INSTALLED: REO BLUE '1ELLOW ORANGE ~ PI~.~.._~/A (1 I N '-" ;;; '" ~ TIP 5.00' ~ TI_~~1 ro.ofl ~-) ~ ~ w o Vi _: ,...-0 ...~ I ,... .... CONCRETE '1-0 _,... COlUMN I ,a......r I ...."" -----~~-------~,...,....... " ~ I ~I r:;1 I ~ TH-26 T. N/A J ~ 2"BST 1OO1M I~ '''''NO o '" ~ C Vi "- o '" ~ lD GRASS 17 STREET W.B.L SHEET OF: N/A PROPOSED: COVER ESTAB. BY: T.DIAZ FORM CHECKED BY: H. C. FORM BY: T.DIAZ NUMBER OF HOLES: 1 ASSISTED BY: ALEX TOOA y'S DATE: 12/17/05 INSTALLED: AT: PK !:!ill!&TACK Sl\. PIN CHISX CHIS BOX ~ EDGE OF UTILITY: E W S N SURVEY PIN LOCATED BY: F.R.ALEMAN ell AssocIate., Inc. NOTES: ALSO fOUND 1-2" BT GOING EAST ON TOP OF FM PIPE TOP COVER IS 0.60'. BOTTOM COVER IS 0.77' TIME: 12:45 PM STATION: 12+0B.54 OFFSET: 45.J9' RT SIDEWALK BACK OF SIDEWALK :r u ~ 0 lXl ;j (:) Z ~ 9 :::t ... 5 0 lXl ~ U 0 ll!k~.ALeMAN .....ilF' ok .....ociat.. Inc. CONSULTING biGINEERS 10305 NW 41 STREET. SUITE 200 MIAMI, FL. 33178 TELEPHONE (305) 591 8777 FAX (305) !S99 &749 VACUUM TEST HOLE REPORT FRA JOB '" 1864 Wo-I TEST HOLE # I 27 mA P.M. I D,u. STANTON PROJECT NAME: CITY OF MIAMI BEACH F.D.D.O. T. JOB IJ. : NONE WORK ORDER#' 01 MUNICIPAL PARKING FACILITY .-. .-- LOCATE REQUESTED BY: PERKINS ac WILL PAVEMENT TYPE: NONE ASPHALT CONCRETE ... - ASPHALT OIlER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN HI. STORM BRICK COBBLES OlllER: DUCT-SYSTEM OlllER: ~ SIDEWALK DIRT -.-- ...- LOCA TED UllLITY: GAS WATER ill, TEL SAN F,M. STORM PAVEMENT COODI110N: GOOO FAIR POOR lUA. OlllER: DUCT-SYSTEM SOIL CONDI11ONS: HARD SOFT ~ MOIST DRY -- SANO.~~AY ROCKY NIA SOLID-ROCK MATERIAL AS rOUND: 01 CI STL W/STL VCPX RCP TILE DUCT -- PLA T.COTTA AC? GALV. ROUGH POUR SHEET or: NIA PROPOSED: SMOOTH POUR PVC UNK DB CABLE NI A COVER ESTAB, BY: T.OIAZ FORM CHECKED BY: OlllER: KC. h"... SIZE AS FOUNO: (1) 36"XJ6' SIZE AS EXPECTED: (I) 36"X36" rORM BY: T,DIAZ ASSISTED BY: MIGUEL-ALEX -- ---. ..-.-- ...- -,-- UTILITY CONDI110N: .EQQQ FAIR POOR NIA NUMBER or HOlES: 1 TOOAy'S DATE: 12/3/05 -... --_....--. RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK HUBacTACK Slt PIN CHISX CHIS BOX PiNK NIA ---..-- AT: ~ EDGE OF UTILITY: E W S N 1..... F p"" [N(~J - --.---.... 5.86' n(';t.J-e3 SURIlEY PIN LOCATED BY: F.R.ALEMAN 6< Assoclat.., Inc. ~ ---.. !<Q~ I NOTES: I 5.50'1 I ~~3~ F ~ ROUG POUR B.C. FlEL T WllH AIRLANCE t/ L:J c:o__, L~41' ~ 1:'\:~:l .... '''NO n.. __ --..... I :l:J6" 1 ~ TIME: 12: 30 PM . ) STATION: 11+98.41 OFFSET: 13.26' RT (:; F.P.L. PARKING M.H. 0 01 z N SIDEWALK UJ '1 NI "" I ~~ -' ~ ~--"':"-1 0 in u.. 0 '/ I- GRASS PARKING ..'!/ g "" "" ~ ca. ./ 0 N ~ m -1 -- c., UJ u.. 0 Vi I 1 7 STREET - W.B.L. JJk~.ALEiMl'lI! ~ '" As~ate. Inc. , CONSULTING ~NGINEERS 10305 NW 41 S1REET, SUI TE 200 MIAMI. FL 33178 TELEPHONE (305) 591 8777 fAX (305) S99 8749 VACUUM TEST HOLE REPORT f'RA JOB u, 1 864 Wo-l TEST HOlE #, 28 f'RA P.M. ' D.M, STANTON PROJECT NAME: CITY Of MIAMI BEACH f.D,D.O.T. JOB #: NONE WORK ORDER # .01 MUNICIPAL PARKING F ACIU TY ~"-. .----- ~ ......-... ~...- -.. ....- LOCATE REQUESTED BY: PERKINS 4c WILL PAVEMENT TYPE: NONE ASPHALT CONCRETE -..--.-. ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN F,M. ~ BRICK COBBLES OlHER: OlHER: GRASS SIDEWALK DIRT ......---.- --..,....---.... -- _u._.... LOCATED UTIUTY: GAS WATER ELE. TEL SAN F.M. ~ PAVEMENT CONDIllON: QQQlI FAIR POOR N/" OlHER: SOIL CONDITIONS: liMQ SOFT WET MOIST DRV ~ CLAY__~ N/A SOLID-ROCK MA TERIAL AS fOUND: 01 CI SlL W/S1I. VCPX !!ff nLE DUCT SHEET Of: N/A PROPOSED: PLA T.COTTA ACP GALV. ROUGH POUR SMOOTli POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: T,DIAZ fORM CHECKED BY: OlHER: H.C. -- ........_._u. SIZE AS fOUND: (ll:I:9'X4' SIZE AS EXPECTED: (1):t:9'X4' fORM BY: T.DIAl ASSISTED BY: MIGUEL-ALEX n____...n__ unuTY CONDITION: ~ FAIR POOR N/A NUMBER OF HOLES: 1 TOOA'(S DATE: 12/17/05 ....---'. . n._____ RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: ~ HUB&TACK S1I. PIN CHISX CHIS BOX PINK N/A .---.. .--...-- AT: ~ EDGE OF unuTY: E W S N T5~r ~, / ~~ ..-- -- .-.- mO'l SURVEY PIN LOCATED BY: f.R. ALEMAN '" A.saclat.s, Inc. .. , ~ ~ ..- NOTES: , I 4.00' , "- 9' ~ 4' BOX CULVERT ) / I 8.00' r- 1~.~~;:1 llIOlH rA""" l:!~ [~ TIME: 8: 30 PM STATION: 12+27.46 OffSET: 27.10' RT .-- ~) 0 PARKING ~1T1 c I . /,1 ~;ii \~.r::// / /0 ;0 [;j N F.P.L. / / / I C'j ~K / / ~ ()/ ~ / 6 BOX C. .. -t/ M.H. PARKING '" / z / SIDEWALK LU / '" / --' m / ~ GRASS LU '" iii ( ~~~~~~Nlnc. . CONSULTING biGINEERS 10305 NW 41 SlREET. SUITE MIAMI. FL 33178 TtLEPHONE (305) 591 8777 rAX (305) S99 &749 200 VACUUM TEST HOLE REPORT F'RA JOB ", 1864 Wo-l TEST HOLE '" 28A F'RA P.M,' 0.11. STANTON PROJECT NAME: CITY Of' MIAMI BEACH F.D.D.O,T. JOB 'I: NONE WORK ORDER 'I: 01 MUNICIPAL PARKING rACILITY -_.~-_._-- -.... -- LOCATE REQUESTED BY: PERKINS &< \\1LL PAvnAENT TYPE: NONE ASPHALT CONCRETE - ASPHALT OVER CONC REQUESTED LOCATE: GAS WAlER ELE. ~ SAN r.M. STORM BRICK COBBLES OTHER: OTHER: ~ SIDEWALK OlRT . ..- -- PAVEMENT CONDITION: GOOO FAIR POOR..!:!LA LOCI'. TED UTILITY: GAS WATER ELE. ~ SAN F.M. STORM OTHER: SOIL CONDITIONS: HARD jQU WET MOIST ORY . ~ ClAY ROCKY N/A SOLID-ROCK MATERIAL AS FOUND: 01 CI STL W/STL VCPX RCP TILE DUCT SHEET OF: NIA PROPOSED: PLA ~corrA ACP GAL~ ROUGH POUR SMOOTH POUR ~ UNK 08 CABLE NIA --.- OTHER: COVER ESTAB. BY: T.DIAl FORM CHECKED BY: H.C. ... .-- --.-----_. ------ -.-- --- SIZE AS FOUND: (1) 2" SIZE AS EXPECTED: (1) 2" FORM 8Y: T.OIAZ ASSISTED BY: MIGUEL- ALEX ..-........ .--.-. UTlUTY CONDITION: GOOD FAIR POOR NIA NUMBER OF' HOlES: 1 TODAY'S DATE: 12/3/05 -.-. .--.--...--- RIBBON INSTALLED: RED BLUE YELLOW OR ANGE GREEN INSTALLED: PK HUB&<TACK STL PIN CHISX CHIS BOX PINK NIA AT: CROWN EDGE Of unuTY: E W S N ,II\tllT. 16.86' I I I NIA I .. "- SURIlEY PIN LOc... TED BY: F.R.ALEt.4AN &: Associotes, Inc. .. "" ~ aM>l'-' ~ . , NOTES: -- I 0.87' I--. ~~9~:~J II b:.. 'i; W ) 11.04' r ~ r:~ .-. ..-. .lz.: ) ~ TIME: 9:00 AM STATION: 12+07.96 OFFSET: 26.04' RT ~j F.P.L. ASPHALT M.H. (~ 0 " Z ,{r SIDEWALK N w ,lb. , BACK or SIDEWALK , -.' '" , ~I ..J , ,.j PARKING ~ ~ ~-,,,.~"" 0 Vi .p ---- ,91. ".- -- -- -- ~/ GRASS J~~'ALIlM.IY'J! '1 &< Anoctot.. In<:. . fgr~LJWC41t~~'1\:~SSUIlE 200 VACUUM TEST HOLE REPORT MIAMI. FL 33178 TELEPHONE (305) 591 8717 FAX (305) S99 8748 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY F.D.D.O. T. JOB #: NONE TIME: 9: 30 AM STATION: 12+46.41 ~IDEWAL~ BACK or" SIDEWALK " " ,~ ""~',,~! ......~Q8s. .. ~ ............. CB. Ii1I y ..... -..a=i ::II l::::!:::l F.P,L'C.l M.H. ) LOCA 1E REOUES1ED BY: PERKINS &< WILL _________. ____. n___. .._. REQUES1ED LOCA 1E: GAS WATER t!b 1EL SAN F.M. STOflM OTHER: DUCT SYS1EM -..--...- LOCA1ED UTIUTY: GAS WATER~. 1EL SAN F.M. STOflM OTHER: OUCT-SYS1EM -- MATERIAL AS FOUNO: or CI Sll W/STL VCPX RCP TlLE DUCT PLA T.COnA ACP CALVo ROUGH POUR SMOOTH POUR PVC UNK OB CABLE N/A OTHER: __ 0... _.0....- SIZE AS FOUND: (1) 36"XUNK" SIZE AS EXPEClED: (I) 36"X36" UTIUTY CONDITION: ~ FAIR POOfl N/A RIBBON INSTALLED: RED BLUE 'fELLOW ORANGE GREEN Plt-I~. _ Nl~_. ~r 'WT. l2.~[2"1 ~ '-. 1/ ~1 ~,-, I 5.07' ~ ~~ 1;;~ L~N\~..l . ) ~c POUR ...111 L~ rn ~~ N PARKING o z u.J "" ~ u.J o Vi FRA JOB '" 1864 Wo-) 1EST HOLE '" 29 FRA P.M. I D.M. STANTON WORK ORDER # I 01 PAVEMENT TYPE: NONE ASPHALT CONCRE1E ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: gQgQ FAIR POOfl N/A ----_..~......_- SOIL CONDITIONS: HARD SOFT WET MOIST DRY 'n__ SA~~_ CLAY_R~Y_N{A SOliD-ROCK SHEET or: N/A PROPOSED: COVER ESTAB. BY: T.DIAZ FORM CHECKED BY: H.C. FORM BY: T.OIAZ ASSISTED BY: MIGUEL-ALEX NUMBER OF HOLES: 1 TOOI'. Y's DATE: 12/3/05 INSTALLED: AT: ~ HUB&<TACK STL PIN CHISX CHIS BOX 1QE' EDGE or UTILITY: E W S N F.R.ALEMAN &< Assoclat.s, Inc, Sl,IRVEY PIN LOCATED BY: NOTES: UNABLE TO SEE UTILITY DUE TO WATER BUT FlELT WITH AIRLANCE. INSTALLED PK ON TOP OF F.P.L SYSTEM. . OFFSET: 14.25' RT ASPHALT SIDEWALK GRASS f~~.~~EMAN ~ .lc .....ociat.. In. CONSULTING DiGfNEERS 10305 NW 41 STREET, SUITE 200 MIAMI, FL JJ178 TELEPHONE (305) 591 8777 FAX (305) 599 &749 F'RA JOB ", 1864 Wo-l lEST HOLE 1', 30 F'RA P.M. . D.M. STANTON ~..- i VACUUM TEST HOLE REPORT TIME: 10: 00 AM STATION: 12+61.02 (", STIlEET GRASS "-..--\ L.POLE "- "- " cl!q)I" I/;~ I , iT I ,>3- .,.. I ,'b. I , I 'fb ~';;.L. () EEl .- ciTY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY LOCAlE REQUESTED BY: PERKINS.lc 'MLL REQUESlED LOCAlE: GAS WATER ~ TEL SAN F.M. STORM OTHER: DUCT-SYSTEM LOCATED UTILITY: OTHER: GAS WATER ELE. TEL SAN F.M. STORM DUCT-SYSTEM MAlERIAL AS FOUND: 01 CI STL W/STL VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR Sl.fOOTH POUR PVC UNK DB CABLE N/A OlHER: SIZE AS FOUND: (I) J6"XUNK" SIZE AS EXPECTED: (I) 36"X36- UTILITY CONDITION: GOOD FAIR POOR NIA RIBBON INSTALLED: REO 8LUE YELLOW ORANGE GREEN PiNK NIA (~ r~'WTl NIA ~ ~'~ UNK : IuNKl ~) Roue POUR r :~"' I FA;NC-1 ~~ '" -' <( ~ o Vi ASPHALT N PARKING F.D.D.O. T. JOB II: NONE WORK ORDER ff: 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHAL T OVER CONC BRICK COBBLES OlHER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: liQQlI FAIR POOR NIA HARD M2U WET MOIST DRY ~ CLAY ROCKY NIA SOLID-ROCK PROPOSED: SOIL CONDITIONS: SHEET OF: NIA COVER EST AB. BY: T.OIAZ FORM CHECKED BY: H.C. FORM BY: T.DlAZ ASSlSlED BY: MIGUEL-ALEX NUMBER OF HOLES: 1 TOOA YS OA TE: 12/J/05 INSTALLED: AT: .E!5.. HUB&TACK STL PIN CHISX CHIS BOX TOP EDGE Cf' UTILITY: E W S N SURVEY PIN lOCATED BY: F.R.ALEMAN &< A.sociotes, Inc. NOTES: UNABLE TO SEE UTILITY, IT IS COVERED BY Roue POUR. TAKEN TOP COVER AND W1DlH ONLY. OFFSET: 20.67' RT ASPHAlT PARKING SIDEWALK ~ 'L - ~.ALEMAN "; aiAlOoclat.. Inc. . CONSULTING tNGINEERS 10J05 NW 41 STREET, SUllE 200 MIAMI. Fl. 33178 lElEPHONE (305) 591 8777 fAX (305) 59ll SHll VACUUM TEST HOLE REPORT FRA JOB '" 1864 WO-l lEST HOLE # I 31 FRA P.M.' D.M. STANTON PROJECT NAME: CITY Of MIAMI BEACH f.O.O.O. T. JOB 11: NONE WORK ORDER # I 01 MUNICIPAL PARKING fACIUTY "'--"-'-- ---- LOCAlE REaUESlED BY: PERKINS &< WILL PAVEMENT T'l'PE: NONE ASPHALT CONCRElE ....--....-- ASPHAL T OVER CONC REQUESlEO LOCAlE: GAS WATER ELL TEL SAN F.M. ~ BRICK COBBLES OThiER: OThiER: GRASS SIDEWALK DIRT ..---...-.-....... ...... "'--'- LOCATED UllL1TY: GAS WATER ELE. lEL SAN f.M. STORM PAVEMENT CONDITION: GOOD FAIR POOR N/A OThiER: SOIL CON OmaNS: HARD SOFT ~MOIST DRY ~ CLAY BQQiY N/A SOLID ROCK MAlERIAL AS fOUND: 01 CI STL W/STL VCPX ~ TILE DUCT SHEET Of : N/A PROPOSED: PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: T.DIAZ fORM CHECKED BY: OThiER: H.C. --~--~_...-. -- SIZE AS fOUND: {IH9'X4' SIZE AS EXPEClEO: (I):t 9'X4' FORM BY: T.DIAZ ASSISlED BY: MIGUEL-ALEX .--.--'.-. UllL1TY CONOI11ON: ~ FAIR POOR N/A NUMBER Of' HOLES: 1 TOOAy'S DAlE: 12/17/05 ...m......._'.' RI880N INSTALLED: RED BLUE \'ELLOW ORANGE ~ INSTALLED: PK HUB&TACK STL PIN CHISX CHIS BOX PINK N/A AT: CENlER EDGE OF UTIUTY: E W S N l~J /" / L~:J SURVEY PIN LOCAlED BY: f.R.ALEMAN '" A..oclot..., Inc. ~ ~ _...__.m_ ... NOlES: r...1UT;1!'! 4.55' ~ ......... 9' TAKEN TOP COVER ONLY 4' BOX CULVERT --- 18.00'J / 6 ..!!Rl!!- rAClNCl r :1:9' 1 0 llME: 10: 30 PM , I STAll0N: 12+67.24 OFTSET: 26.66' RT '" 0_ GRASS ~,; --' ~ _24.30' - STREET -- ~:~ C> L.POLE (ii ASPHALT / ASPHALT N ~/ / I ~'/ 'il! / :(1 / I PARKING / I PARKING I m / F.P.L. c:5 M.H. SIDEWALK ilL A~F,;I.ALeMAN """"'" 17- ';--Associates'lnc. . CONSULTING tNGINEERS 10305 NW .1 SlREET, SUllE 200 ( 1olIAM'. FL 33178 lEl.EPHONE (305) 591 8777 FAX (305) 599 e749 CITY Of 1ollAlolI BEACH PROJECT NAME: lolUNICIPAL PARKING fACIUTY LOCATE REQUESTED BY: PERKINS & \\ILL REQUESTED LOCATE: GAS WATER ELE. lEL SAN F.M. STORlol OTHER: LOCAlED UTILITY: OTHER: VACUUM TEST HOLE REPORT fRA JOB #. 186. Wo-l lEST HOLE . I 32 fRA P.M. . D.M. STANTON r.D.D.O. T. JOB # : PAVEMENT TYPE: NONE WORK ORDER" I 01 NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES GRASS SIDEWAU< DIRT OTHER: PAVEMENT CONDITION: GOOD FAIR POOR 1!& HARD SOfT ."".T MOIST DRY ~ CLAY ROCKY NIA SOUD-ROCK PROPOSED: CAS WATER ELE. TEL SAN F.M. STORM SOIL CONOITIONS: MA lERIAL AS fOUND: 01 CI STL W/STL VCPX RCP nl.E DUCT PLA T.COTTA ACP CALVo ROUGH POUR SMOOTH POUR PVC UNK DB CABl.E HIA OTHER: SIZE AS fOUNO: III 12" UTILITY CONDITION: COOO RIBBON INSTALLED: SHEET OF: NIA COVER ESTAB. BY: PEDRO fORM CHECKED BY: H.C. -..--..... .'-..~.....--..-.. FORM BY: PEDRO ASSISTED BY: ALEX SIZE AS EXPECTED:II)12' fAIR POOR NIA NUMBER OF HOLES: 1 TOOAY'S DATE: 12/3/05 RED BLUE YELLOW ORANCE GREEN PINK NIA - PK HUB&TACK STL PIN ~ CHIS BOX CRO\\!'l EDGE Of U nLITY: E W S N I lY5~;'T ~O) ~ covn too"",,) 13.70' r L"~] . ) (~ I N .~ ~ yw .DOl ,~ c:> z >2 0:: <( Q. INST ALLEO: AT: PWT. 1..CONcl lUIIo':""'1 L.N/~ SURVEY PIN LOCATED BY: F.R.ALEMAN & Associates, Inc. NOlES: DUG HOLE ON GRASS BUT INSTALLED CHISX ON SIDEWALK. ~ TIME: 11:00 AM STATION: 11+B8.03 OFFSET: ..32' RT ASPHALT SIDEWALK '" a. a:: ~ ~ ~ m L- ~ _<~~nt- ./~:~....." !Z ....... '9.1),.. o ,~. e: 'm GRASS l~I'.J,A_L/:!!M~ 4i "Auoclolol In.. , CONSULTING tNGINEERS 10305 NW 41 STREET, SUITE 200 IIlIAMI, n.. JJ178 TELEPHONE (J05) 591 8777 FAX (J05) 599 8749 VACUUM TEST HOLE REPORT FRA JOB '" I 864 Wo-l TEST HOLE "' 33 FRA P.M. I O.M. STANTON PROJECT NAME: CITY OF MIAMI BEACH. F.D.D.O. T. JOB tt: NONE WORK ORDER # I 01 IIlUNICIPAL PARKING FACILITY --'-' LOCATE REOUESTED BY: PERKINS &< II.1LL PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC REQUESTED LOCA~ GAS WATER ELE. TEL SAN F.IIl. STORIIl BRICK COBBLES OTHER: OTHER: ~ SIOEWALJ< DIRT . .. LOCATED UTlLllY: GAS WATER ELE. TEL SAN F.M. STORM PAVEMENT CONDITION: GOOD FAIR POOR ~ OTHER: UNK SOIL CONDITIONS: ~ 2QU WET MOIST DRY .. ~ CLAY ~ N/A SOLID-ROCK MATERIAL AS FOUND: 01 Cl S1I. W/S1I. VCPX RCP TILE OUCT '''P" PLA T.COTTA ACP GALV_ ROUGH POUR SHEET Of' : N/A PROPOSED: SMOOTH POUR PVC UNK OB CABLE N/A COVER ESTAB. BY: RAOAMES FORM CHECKED BY: H.C_ OTHER: T.DIAZ --...-"'- SIZE AS FOUND: N/A SIZE AS EXPECTED: N / A FORM BY: RAOt7MES ASSISTED BY: MIGUEL-JOSE ...-.. T.OIA ,--.-.--. UnUlY CONDITION: GOOO FAIR POOR .!:!LA. NUMBER Of' HOLES: 1 TOOA Y's DATE: 12/10/05 .-.----- -.-.._-.--- .-_.---_..-._. ..---.-."--. '.----..----..-..- ._______._....._._... "0 .____ .__. ._..._n.______ ..-- RI8BON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK ~&TACK S1I. PIN CHISX CHIS BOX PINK NfA ..- AT: CROWN EDGE OF UTILITY: E .w S N 15~/ ~ ... .-..---- 2'l SURVEY PIN LOCATED BY: F,R.ALEMAN '" Allociatel, Inc. d :. .- ~I ~._____._--._ _hu__... ___.__~._____.__.______ _____,_ _..____......_ ~,-, NOTES: I N/A L .~ WENT DO~ B.77' AND UNABLE TO SEE IT DUE TO WATER E:J I' -\ ROCK AND MUD. NO UllLllY FOUND. . \ / r:/~~/" ~ '""'" I '-:;: I [NFJ TIME: 11:00 AIIl . ) STAllON: 12+64_29 OffSET: 13.58' RT (.) ST. PARKING L.POLE \ \ PARKING \~ \c;>.. \0. {; '" \ .J \ ~ ~ STREIT ~ W Cl v; _ "G~ .3.00'- _ _ ! ~I N 01 BACK OF SIDEWALK / SIDEWALK JIL~.8!'.~M~N ~ r;; & Anociotea Inc. , CONSULTING ENGINEERS 10305 NW 41 STREET. SUllE 200 MIAMI, Fl.. 33178 tELEPHONE (305) 591 8777 FAX (305) 599 &749 CITY OF MIAMI BEACH PROJECT NAME: MUt-IICIPAL PARKIt-IG FACILITY LOCATE REQUESTED BV: PERKIt-IS & WILL --- . REQUESTED LOCATE: GAS WATER ELL tEL SAt-I F.M. STORM OTHER: FORCE MAIN VACUUM TEST HOLE REPORT F.D.D.O.T. JOB tJ: PAVEMENT TYPE: OTHER: LOCA TED UTlUTY: OTHER: PAVEMENT CONDITION: GAS WATER ELE. tEL SAt-I F.M. STORM FORCE MAIN SOIL CONDITIONS: MA TERrAL AS FOUND: JlL CI STL w/STl VCPX RCP TILE OUCT PLA T.COTTA ACP GALV, ROUGH POUR SMOOTH POUR PVC Ut-IK DB CABLE t-I/A SHEET OF: N/A COVER ESTAB. BV: T.DIAZ OTHER: SIZE AS FOUND: (I) 30. UTILITY CONDITION: GOOO 1--...... RIBBON INSTALLED: SIZE AS EXPECTED: (I) 30. .... FAIR POOR t-I/A FORM BY: T.DtAZ NUMBER OF HOLES: 1 RED BLUE YELLOW ORAt-IGE ~ Plt-IK N/A INSTALLED: AT: PK !:!!!!!&TACK STL Plt-I CHISX CHIS BOX ~ EDGE OF UTILITY: E W S N ~~,/ .'"". I N/A I ~ SURVEY PIN LOCA 1<0 BY: NOTES: ." 5.15' L~ rz.;;;l d ~ ___ '~ '<2<i:l I 7.55' ~ ./" ,ro.;;:l ~) [-':~:-l ~ ,..... [HI TIME: 12: 10 PM STATION: 12+97.73 ~; STM M.H. Q , '> ""... "~I ~.10'__ GRASS [-r;- ~I ""I EDGE OF PAvEMENT N " -' <( ~ o Vi ~ z i: a:: <( n. PARKING / FRA JOB '" '864 Wo-l TEST HOLE tt I 34 FRA P.M.' O.M. STANTON NONE WORK ORDER #: 01 NONE ASPHALT CONCRE1< ASPH AL T OVER COt-lC BRICK COBBLES ~ SIOEWALK OIRT GOOD FAIR POOR.l!La ~-.- . ~ SOFT l!il MOIST DRY ~ CLAY ~V t-I/A SOLID-ROCK PROPOSED: FORM CHECKED BY: H.C. ASSISTED BV: ALEX TODA Y'S DATE: 12/3/05 F.R.ALEMAN &< Associot.s. Inc. ...-- OF'F'SET: 45.02' RT -' w" VlZ 5~ ~~~~~~~~Inc. CONSULTING ENGINEERS 10305 NW 41 SIREET. SUITE 200 lAlAMI, FL 33178 TELEPHONE (305) 591 8777 FAX (305) S99 8749 VACUUM TEST HOLE REPORT FRA JOB ,,, 1864 Wo-l TEST HOLE # I 34A rnA P.M. I O.M. STANTON PROJECT NAME: CI TY OF MIAMI BEACH r.D.O.O.T. JOB #: NONE WORK ORDER # I 01 MUNICIPAL PARKING FACILITY --.... --....~_.-.- LOCATE REQUESTED BY: PERKINS & WILL PAVEMENT TYPE: NONE ASPHALT CONCRETE ....---~. ..- ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM BRICK COBBLES OrnER: OrnER: GRASS SIDEWALK DIRT LOCATED UTILITY: GAS WATER aE. TEL SAN F.M. STORM PAVEMENT CONDITION: COOO FAIR POOR ~ - _._~--'..-- OrnER: SOIL CONDIT1ONS: HARD ~ WET MOIST DRY '-,-. -~. ~ CLAY ROCKY N/A SOLID-ROCK MATERIAL AS rOUND: 01 CI sn. w/sn. VCPX RCP TILE DUCT -.-. -----.- ..'-- . .. PLA T.COTTA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSEO: SMoorn POUR ~ UNK DB CABLE N/A COVER ESTAB. BY: RAOAMES FORM CHECKED BY: H,C, ornER: ......-.. .. ...;c---. SIZE AS FOUND: (1)12" SIZE AS EXPECTED: (1) 12' FORM BY: RAOAMES ASSISTED BY: JOSE .-'----- ..-- .-. UTILITY CONDIT10N: E.QQP FAIR POOR N/A NUMBER OF HOLES: 1 TODA V'S DATE: 12/3/05 -- .......- RIBBON INSTALLED: REO BLUE YELLOW ORANGE ~ INSTALLED: PK HUB&TACK sn. PIN CHISX CHIS BOX PINK N/A AT: ~ EDGE OF UTILITY: E W S N 1--V PW :;: I ...._..___u_......._____ 7.55' I-~ 1/ ,J SURIoEY PIN LOCATED BY: F.R,ALEMAN &< A..cclot.., Inc. .- ~ NOTES: ~ ~~OO' ~~5~:"'! f ~ ~. '..m>oJ ~ CJ 4.00' .l;',:;], ..'" en h_n.__'_"'__ .. L ~12~ TIME; 8:35 PM STATION: 13+01.98 OFFSET: 36.24' RT ~.____n ~; STM ...J M.H, ~ w'" N 8.20' ~ 12.80' "'z '" C;-------- ---- w<( ...J 0.... ~ GRASS .1 w tlll Cl all iii '-' , ~ EDGE OF PAVE MENT '" a:: <( a. PARKING / J~~"~_Y;~M.~N ~ '" "".oClot..... ~~C. . CONSULTING ......INEERS 10305 NW 41 SlREET. SUITE 200 MIAMI, FL 33178 ffiEPHONE (305) 591 8777 FAX (305) S99 a749 VACUUM TEST HOLE REPORT FRA JOB #, 1864 Wo-l TEST HOLE #. J5 ,. PROJECT NAME: CITY or MIAMI BEACH r.D.D.O.T. JOB"'. NONE WORK ORDER #. 01 MUNICIPAL PARKING FACILITY ....... "...,.- -.... - LOCATE REQUESTED BY: PERKINS '" v.1LL PAVEMENT T'lPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC REQUESTED LOCATE: GAS ~ ELE. TEL SAN r.M. STORM BRICK COBBLES OTHER: OTHER: ~ SlOEWALK DIRT -. - --.------- PAVEMENT COODmoo: GOOD rAIR POOR 1iLA LOCAlED UTILITY: GAS ~ ELE. TEL SAN r.M. STORM OTHER: SOIL COOOInOOS: ~ ~ 1!tLMOIST DRY -~.. ---- SAND CLAY B.QgU 101/ A SOLID-ROCK MA TERIAL AS rOUND: .Q!. CI STL W/STL VCPX RCP TILE DUCT - PLA LCOTTA ACP GALV ROUGH POUR SHEET or : N/A PROPOSED: SMOOTH POUR PVC UN]( DB CABLE N/A """-"' COVER ESTAB. BY: RAOAMES rORM CHECKED BY: H.C. OTHER: - ............. ....--.....- SIZE AS rOUND: (1) 8" SIZE AS EXPECTED; (I) B" FORM BY: RAOAMES ASSISlED BY: JOSE .....". .- UTlUTY CONDmON: ~ FAIR POOR N/A NUMBER OF' HOLES: 1 TOOAY"S DATE: 12/1J/05 ------. -. RIBBON INSTALLED: REO ~ YELLOW ORANGE GREEN INSTAllED: PK ~&TACl< STL PIN CHISX CHIS BOX PINK N/A ---- AT: ~ EDGE or UTILITY: E W S N 1-'" F ......T. I I - _..-.- 7.75' "- IJ N/A SURVEY PIN LOCATED BY: F.R.ALEMAN '" Associate.. Inc. .. .r _u-"IlIL) ".- ""'""_L.....l ~ d_ L N/A NOTES: 425' L . r I.:~~~J --~ ~ ~(""~ 't/ 4.91' r D:J l~ ,.- .--. . ) ~ TIME: 9;00 AM STATION: 13+18.53 OFFSET: 51.67' RT ~~ ~ '" / . -_....:.---~~A~Vr !\.f>/ // I ;,,1 '10/ "!I N 0 / -, "" / -' I ~ STM / M.H. / .... CY 0 -' Vi """" (.? VlZ ~ ~~ "" 0:: GRASS <( "- . PARKING FRA P.M. ' D.M. STANTON ~!Il . ~~.ALEMAN "l ok AUoclotU - Ine. CONSULTING biClNEERS 10305 NW 41 SlREET. SUI TE 200 MIAMI, FL 33178 TELEPHONE (305) 591 8777 FAX (305) S99 8749. VACUUM TEST HOLE REPORT FRA JOB '" 1664 Wo-1 TEST HOLE '" 36 FRA P.M.: O.M. STANTON PROJECT NAME: 01Y OF MIAMI BEACH F.D.D.O. T. JOB # : NONE WORK ORDER #: 01 MUNICIPAL PARKING FAOU1Y - ..- LOCATE REQUESTED BY: PERKINS ole WILL PAVEMENT TYPE: NONE ASPHALT CONCRETE ... ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. ~ BRICK COBBLES OTHER: OTHER: GRASS SIDEWALK DIRT ". .--- PAVEMENT CONOITION: GOOD FAIR POOR.l!Lb LOCATED unuTY: GAS WA TER ELE. TEL SAN F.M. STORM .-- OTHER: SOIL CONOITIONS: HARD ~ WET MOIST DRY -.-- ~ CLAY WlldiX N/A SOUD-ROCK MATERIAL AS FOUND: 01 CI sn. w/sn. VCPX RCP TILE DUCT ~_.- PLA T.COTTA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE. N/A --..-- OTHER: COVER ESTAB. BY: RAOAMES FORM CHECKED BY: H.C. - _....__..u SIZE AS FOUND; (ll:I:9'X4' SIZE AS EXPECTED; (I):t9'X4' FORM BY: RADAMES ASSISTED BY: MIGUEL-ALEX ------- unuTY CONDITION: .22!?P FAIR POOR N/A NUMBER OF HOLES: 1 TODAYS DATE: 12/3/05 .. ------.-.--.--_.. _.. ..-.-....--- ~_..._--... ....----. ------ RIBBON INSTALLED: RED BLUE YELLOW ORANGE ~ INST ALLEO: PK HUB&T ACK sn. PIN CHISX CHIS BOX PINK N/A ---- ..n__"R_'_'___' AT: CENTER EDGE OF U TIL/1Y: E W S N T7~~ ....,. -- i N/A I .. __.____n.__ / SURVEY PIN LOCATED BY: F.R.ALEMAN ole Associetes, Ine, / " G!;j __0- .._-_._._._._------~---_._---------_._---- .,. NOTES: , ~... [ 5.70' "",19' ~ 4'a 101 BOX CULVERT n a co.... ...""") / 9.70' r 1~2;:~:l GtJ FA"" ~ TIME: 9;30 PM . ) STATION: 13+17.66 OFFSET: 26.78' RT .~ ~1 :s -< ;0 __n___ ... _n_nf'"".:"", w c VI ~ >< u < N '" . I ...... &! I .................. .., -I . ...... ""' 6 ..J to ..J W,,", Z ~ STM "'z i: W-o: M.H. 15.... '" 0 GRASS -0: v; a. PARKING #i[: _ ~~.ALEMAN r ,.- It.- .-aoociot.. Inc. . CONSUL TlNC tNCINEERS 10305 NW 41 SlREET, SUITE 200 MIAMI, FL 33178 TELEPHONE (3051 591 8777 FAX (305) 599 A749 VACUUM TEST HOLE REPORT F'RA JOB '" 1864 Wo-l TEST HOLE ". 37 F'RA P.M. . 0.101. STANTON PROJECT NAME: CI'IY Of MIAMI BEACH f.D.D.O.T. JOB #: NONE WORK ORDER #. 01 MUNICIPAL PARKING FACILITY .-- -.-- ... LOCATE REQUESTED BY: PERKINS'" \\ILL PAVEMENT TYPE: NONE ASPHALT CONCRETE ~- _n. ....- ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM BRICK COBBLES OTHER: OTHER: GRASS SlOE WALK DIRT ~----.. u_._. .. __~_._ ",_,,'_...u___, --- PAVEMENT CONDITION: GOOD FAIR F'OOR tiLi.. LOCATED UTIUTY: GAS WATER ELE. TEL SAN F.M. STORM _h.... OTHER: SOIL CONDITIONS: HARD ~ WET MOIST DRY 1---.... -..... _n_... ... SANO CLAY ROCKY N/A SOLID-ROCK MATERIAL AS FOUND: 01 CI sn. W/STl VCF'X !!!:!' TILE OUCT ---,_.- --.- PLA T.COTTA ACP Gi'l.V. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOlti POUR PVC UNK DB CABLE N/A ......-- OTHER: COVER ESTAB. BY: RADAMES FORM CHECKED BY: H.C. .... -_. SIZE AS FOUND: (I) 12" SIZE AS EXPECTED: (1)'2' FORM BY: RAOAMES ASSISTED BY: JOSE - _.' ""_n UTILITY CONDITION: ~ FAIR POOR N/A NUMBER OF HOLES: 1 TOOAy'S DATE: 12/3/05 .n..... ... RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK HUBIt.TACK STl PIN CHISX CHIS BOX PINK N/A . - AT: CROWN EDGE OF UTILITY: E W S N e '\IIIT. ---........ 5.59' '--'~Ir-~ '--~---------'-"'- SURVEY PIN LOCATED BY: F.R.ALEMAN &: ASBoclot.s, Inc. -- ~" 1-:;:", NOTES: r 2.70' ~; ~ . Ie( V ~ 3.70' ______.n L::~:,l) .0," 'AD" .. .. I~~ ~ TIME: 10:00 AM STATION: 13+73.34 OFFSET: 11.77' RT ~~ 18 STREET ~ E.B.L. SIDEWALK / C? ST. L N POLE w u 01 Z:J: g~ .J ! ~I S~ Zoo !Ii ~ M.H. w. 6.60' _ 12.45' ~ ::! vi "'- Iii ----- --------{..J ~o '" ... cr:~ 0 <C_ " a.u ~ GRASS ~tk~'ALlMAN ~ '-.--.--..- de MSO iotes Inc. CONSUL~NG tNGINEERS 10305 NW 41 STREET, SUITE 200 MIAMI. FLJJ178 TELEPHONE (305l 591 8777 rAX (305) 599 8749 VACUUM TEST HOLE REPORT rRA JOB,to 1864 Wo-l TEST HOLE #. 38 FRA P.M. ' D.M. STANTON PROJECT NAME: CITY OF MIAMI BEACH F.O.D.O.T. JOB #: NONE WORK ORDER #: 01 MUNICIPAL PARKING FACILITY ... LOCA TE REQUESTED BY: PERKINS '" I't1LL PAVEMENT TYPE: NONE ASPHALT CONCRETE '0 - ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN r.M. ~ BRICK COBBLES OlHER: OTHER: GRASS SIDEWALK DIRT -- PAVEMENT CONDITION: GOOD FAIR POOR~ LOCATED UTILITY: GAS WATER ELE. TEL SAN F.M. STORM OlHER: SOIL CONDITIONS: ~ son 1\tLMOIST DRY ---... ~ ClAY ~ 1'1/,1, SOLID-ROCK MATERIAL AS FOUND: 01 CI STL W/STL VCPX RCP TILE DUCT -'- PLA T.COTTA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE 1'1/,1, .-- COVER EST AB. BY: RAOAMES FORM CHECKED BY: H.C. OTHER: .. -_...._-----.-.- ..-.-...-.. --_._~---------. SIZE AS FOUND: (1l:t:9'X4' SIZE AS EXPECTED: (1):l:9'X4' FORM BY: RAoAMES ASSISTED BY: MIGUEl-ALEX ---------.-- unuTY CONDITION: .Q!!2Q FAIR POOR 1'1/,1, NUMBER OF HOLES: 1 TOOAY'S DATE: 12/J/05 -.-.---.---,. -,_. .-. ....--.. -. .. .... RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK HU8&TACK STL PIN CHISX CHIS BOX PIN.K~N!~ AT: ~ EDGE OF UTILITY: E W S 1'1 T5~r .w, ~ ~~ up_n__. SURVEY PIN LoeA TED 8Y: F.R.ALEMAN &: Associates, Inc. (.~;' I ..-.-....--..-.-- . 0 .-- ~ -- lco:.'eo. : NOTES: , "'..!9' ~ 4'f.1 ~ BOX CULVERT I'J U C<MII ,.......) / I 8.60' r I 6 .."It ...,11. r %9' I ~ TIME: 10: JO PM STATION: lJ+8J.72 OFFSET: 25.5" RT .. ~\ 18 STREET _ E.B.L. SIDEWALK r STM N ,-(M.H. '" 01 t> Z:I; ~ g~ ...i zoo ai '" . :::Ii vi fJl --- "- ~o ST. L \~. - - - '" POLE _-- I, :g~ (}---- ~I tl.t> , ml GRASS 1 (\ 51\1 ,./ M.H. .J~~~~=~~~lnc. . CONSUll1NG tNGINEERS . . 10305 NW 41 STREET, S\l1'lE 200 MIAM'. FL 33178 'lELEPHONE (3051 591 8777 FAX (305) S99 6749 VACUUM TEST HOLE REPORT tRA JOB #. 1864 WO-l 'lEST HOLE #, 39 tR.... P.M. . DJol. STANTON PROJECT NAlAE: CI TY OF MIAMI BEACH F.D.O.O. T. JOB # I NONE WORK ORDER #, 01 MUNICIPAL PARKING FACILITY -. ..----..... .._-"- - .. LOCI'. 'lE REQUESTED BY: PERKINS ole I'oILL PAVEMENT TYPE: NONE ASPHALT CONCRE'lE _. ._. .... .- ASPHALT OVER CONC REQUESTED LOCA'lE: CAS WA'lER ELE. TEL SAN F.lA. ~ BRICK COBBLES OlliER: OTHER: GRASS SIDEWALK DIRT .'.--.--- .. --- PAVEMENT CONDITION: GOOD FAIR POOR ~ LOCI'. 'lED UTIUTY: GAS WATER ELE. 'lEL SAN F.lA. STORM - ... .- OTHER: SOIL CONDll1ONS: ~ son v.t:T MOIST DRY .... ~ CLAY BQQU N/A SOUO-ROCK MA TER'AL AS FOUND: 01 CI Sn. W/Sn. VCPX RCP TILE DUCT ... _____.. __._ h _ .-- PlA T.COTTA ACP GAlV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE N/A --.-. ...-- OTHER: COVER ESTAB. BY: PEDRO FORM CHECKED BY: H.C. SIZE AS FOUND: (1)12" SIZE AS EXPECTED: (I) 1 2' FORM BY: PEDRO ASSISTED BY: ALEX .._. ._-_. -'-.'-' ,. UnUTY CONDIl1ON: ~ FAIR POOR N/A NUMBER OF HOLES: 1 TODAV'S OATE: 12/10/05 ...____.___Mo. RIBBON INSTALLED: REO BLUE YEllOW ORANGE ~ INSTALLED: PK HUBoleTACK Sn. PIN ~X CHIS BOX PINK N/A _n .... AT: ~ EDCE OF U nUN: E W S N ~,/ ,....,. f---.... ~.CON~I . -.....-- .... .. SURVEY PIN LOCA'lED BY: F.R.ALEMAN a: Associates, Inc. ., ~ ~-_._.,-,. CO\O (1'tp~ ~ NOTES: 1,.20' "- ALSO FOUND 1-2" BE GOING TO NORTH ON TOP OF STM . ~~5~,j d ~ TOP COVER IS 0,90'. BOTTOM COVER IS 1.07' TI;~) /~W D::l [;72. I ..- - . ...--.' . ) r.NEl TIME: 12:20 PlA STA110N: 14+00.22 Of'f'SET: 32.40' RT (~ 1 B STREET ~ E.B.L. FRONT OF SIOEWALK r STM ,I M.H. ~I S'J I "'I ~ /' N ... I .4' ~rI>/' w ~,p u SIDEWALK '" ~ /' z::c /' i:i~ /' tzm -i / W . m " :::t vi ~ '-'- ;<;0 21 >< ~?: ..:1 0..0 I I / BACK OF SIDEWAlK GRASS lJ~~.AY;~.8~ ....., '" Asloclat.. Inc. . CONSUL 11NG tNGlNEERS 1030~ NW 41 SlREET, SUITE 200 MIAMI. FL 331711 TELEPHONE (J05) 591 8777 fAX (J05) ~9 9749 VACUUM TEST HOLE REPORT FRA JOB u, 1864 We-I TEST HOLE u I 40 FRA P.M. I O.lI. STANTON PROJECT NAME: CITY Of' MIAMI BEACH F.D.D.O. T. JOB 1'1: NONE WORK ORDER #: 01 MUNICIPAL PARKING fACILITY .._-~..- ._m_______ . u__ LOCI'. TE REQUESTED BY: PERKINS '" \\o1LL PAVEMENT TYPE: NONE ASP HAL T CONCRETE '. ASPHAL T OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN f.M. STORM BRICK COBBLES O1HER: OTHER: GRASS SIDEWALK DIRT ___UH ..--.-. .-_.----- '-'-. ,.--. ... PAVEMENT CONDITION: f.iQQll fAIR POOR N/A LOCATED U11L1TY: GAS ~ ELE. TEL SAN f.t.l. STORt.l .... OTHER: SOIL CONDl110NS: ~ SOfT .m;Lt.lOIST ORY ._"-- SAND CLAY B.Q!;J$Y N/A SOLID-ROCK MATERIAL AS FOUND:.2!. CI S11 W/STL VCPX RCP TILE DUCT ._--. .--.- ----~ PLA T.COTTA ACP GALV. ROUGH POUR SHEET Of' : N/A PROPOSED: St.lOOTH POUR PVC UNK DB CABLE N/A . COVER EST AB. BY: f~Ptzt.lES FORM CHECKED BY: H.C. OTHER: .. . ...-.. SIZE AS FOUND: (1) 8" SIZE AS EXPECTED: (1) 8' FORM BY: RADAMES ASSISTED BY: t.llGUEL-JOSE T.OIAZ - . U11LITY CONDITION: .!illQQ fAIR POOR N/A NUlA BER Of' HOLES: 1 TODA V's DATE: 12/10/05 - ...----.--- RIBBON INSTAUED: REO ~ YELLOW ORANGE GREEN INSTALLED: PK HUB"'TACK STL. PIN CHISX CHIS BOX PINK N/A _.._._...._h..._ AT: ~ EDGE OF UTILITY: E W S N ~ PWT. / I J" I ---, SURVEY PIN LOCATED BY: F.R.ALEMAN It Associates. Inc. .. .- (:-;:'1 ..". """,,'m." .. NOTES: I 2.00' ~ ~~:J f. ~ ~ W ) 12.66' 6 ~ Ln 11ME: 8:30 AM . ) STAl1ON: 13+20.80 OFFSET: -0.89' L T ~ -..---- 7 ~ GRASS GRASS ~; fACE OF "- CURB "- "- "-~ '"!b ". "- N ''':t\ 1 B STREET ,/,/ '\ , , ,/ '\ E.B.L. <>-tP,/ '\ ~ '1''/ .~ ,/ '\ . ,/ '\ ,/ '\ (GRASS STlA lY PARKING ' '(j ST.L. t.l.H. .~ POLE J~~.Ab..E!MAN -]V '" .....""I.I..t Inc. CONSULTING NGtNEERS r 10J05 NW 41 STREET. SUITE 200 ( . t.!IAMI. FL 33178 . TElEPHONE (3051 591 8777 FAX (305) S99 11749 CITY OF t.!IAt.!1 BEACH PROJECT NAME: MUNICIPAL PARKING FACIUTY VACUUM TEST HOLE REPORT LOCA TE REQUESTED BY: PERKINS '" WILL REQUESTED LOCATE: GAS WA TER ELE. TEL SAN F.t.!. STORM OlliER: LOCATED UTILITY: OlliER: GAS ~ ELE. TEL SAN F.t.!. STORt.! FRA JOB", 1864 Wo-l TEST HOLE #: 41 rnA P.M. . DJ04. STANTON F.D.D,O. T. JOB # I NONE WORK ORDER # I 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHAl T OVER CONe BRICK COBBLES OlliER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: I<llQLl FAIR POOR N/A ~ ~ ~MOlST DRY ~ CLAY llQga N/A SOUD-ROCK PROPOSED: SOIL CONDITIONS: MATERIAL AS FOUND:.!!!. CI S11. W/S11. VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SM0011-l POUR PVC UNK DB CABLE N/A OlliER: SIZE AS FOUNO: (I) 8" SIZE AS EXPECTED: (I) e- -._-~.._- UTILITY CONDITION: .2QQQ FAIR POOR N/A RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN PINK N7A ""'T. IWl ~) I ..'" L_~.~ en GRASS {~ I N FACE Of' CURB 18 STREET LB.L. - GRASS SlM ( M.H. ...... SHEET OF: N/A COVER ESTAB. BY: ~~PA~MES FORM CHECKED BY: H.C. FORM BY' RADAMES ASSISTED BY: MIGUEL-JOSE . T.DIAZ NUMBER OF HOLES: 1 TODAY'S DATE: 12/10/05 INSTALLED: AT: .E!LHUB"'TACK S11. PIN CHISX CHIS BOX ~ EDGE OF UTILITY: E W S N SURIlEY PIN LOCATED BY: F.R.ALEMAN '" A.I.cialel. Inc. NOTES: TIME: 9: 00 At.! STATION: IJ+29,50 OFFSET: -6.72' lT GRASS ..... ..... ..... .....~...- ~. ..... ..... ..... -:~- / '\ // '\ . / '\ do. ...10/ '\v 'T'/ .... / '\-v, / '\ / '\ 1 8 STREET - W.B.L. PARKING '("'J ST.L l.._ POLE ,,1 ._ J~~.ALeMAN IT &< .....ociot.. Inc. CONSULTING tNGINEERS 10305 NW 41 S'lREET. sum: 200 MIAMI, FL JJ178 TELEPHONE (305) 591 8777 fAX (J05) 599 A749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACIUTY VACUUM TEST HOLE REPORT FRA JOB." 1864 Wo-l TEST HOLE # I 42 LOCATE REQUESTED BY: PERKINS 6< Vt1LL REQUESTED LOCA TE: ~ WATER ELE. TEL SAN F.M. STORM OlHER: LOCATED UTILITY: OTHER: GAS WATER ElL TEL SAN F.M. STORM IolA TERIAL AS fOUND: 01 CI sn. w/Sn. VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A OTHER: SIZE AS fOUND: (I) 1 2- U TIUTY CONDITION: GOOD SIZE AS EXPECTED: (I) 12" .____n_.. fAIR POOR NIA RIBBON INSTALLED: REO BLUE YELLOW ORANGE GREEN PINK NIA Jj~/ cr" \ , \ ' \ ' ".II ,.It. \ ,0- ~ \'-' , o. " \ " \ " \ ' \ "" WA1E.R ) SllA ME,[R '...... M.H. r~ ~) I IIOJ!L L%l~] ~~ N '!!l!!L, ~ . J WATER METER GRASS FRA P.Iol. I D.M. STANTON f.D.D.O. T. JOB # I NONE WORK ORDER #. 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT PAVEIolENT CONDITION: I<Q2ll. FAIR POOR NIA HARD SOfT WET MOIST DRY ~ CLAY ROCKY N/A SOLID-ROCK PROPOSED: SOIL CONDITIONS: SHEET Of: N/Io. COlIER ESTAB. BY: RADAMES fORM CHECKED 8Y: H.C. T.DIAZ fOflIol BY' RADIo.MES ASSISTED BY: MIGUEL-JOSE . T.DIAZ NUMBER Of HOLES: 1 TOOA Ys DATE: 12/10/05 INSTALLED: AT: .f1S HUB6<TACK Sn. PIN CHISX CHIS BOX ~ EDGE Of UTILITY: E W S N SURVEY PIN LOCATED BY: f.R.ALEMAN 4< As.ocioles, Inc. NOlES: AT 0.85' WE fOUND 2-1/2- RUBER CABLE GOING NORTH. TIME: 9: JO AM STATION: 12+7J.53 OffSET: -17.68' LT GRASS 18 STREET - W.8.L. GRASS "1*~~;~:~Nlnc. f8.;:r5U'NWG41~~~1~SUlTE 200 VACUUM TEST HOLE REPORT MIAMI. FL 33178 TELEPHONE (305) 591 8777 FAX (305) S99 &749 CllY Of' MIAMI BEACH PROJECT NAlAE: MUNICIPAL PARKING FACllIlY F.D.D.O.T. JOB #: NONE ...... ", -"--"':,,-1 }~ / \ // \ . / \ ".~/ \~ ''/ \"'. / \ / \ / \ // \ ( J SlM . M.H. LOCA Tt: REQUESTt:D BV: PERKINS '" ~LL REQUESTt:D LOCATt:: GAS WATER ELE. TEL SAN F.M. ~ OTHER: LOCATt:D UllLllY: OTHER: GAS WATER ElE. TEL SAN F.M. STORM MA Tt:R1AL AS FOUND: 01 CI S11 W/S11 VCPX ~ TILE OUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A OTHER: SIZE AS FOUND: (Il:!:9'X4' SIZE AS EXPECTt:O: (1l:!:9'X4' UllLITY CONDIl1ON: .QQQ[l FAIR POOR N/A RIBBON INSTAlLED: RED BLUE YEllOW ORANGE ~ PINK N/A ~j ~I ;"', ..., ~ ,'" ~ 3.45' ~ 4' ~"..J ~ /lOur) . 17.45' r-------- 1.~~:~:1 . ) 9' BOX CULVERT I """ r-~9; ".J L.. fAQNG ~ ~~ ,- .---j WAlCH ~nER GRASS N WATER M(1 (R FRA JOB #. 1864 Wo-l Tt:ST HOlE ~, 43 fRA P.t.!. I O.M. STANTON WORK ORDER #: 01 PAVEMENT T'fPE: NONE ASPHALT CONCRETE ASPHAlT OVER CONC BRICK COBBLES OTHER: GRASS SIOEWALK DIRT PAVEMENT CONDIl1ON: ~ FAIR POOR N/A HARD ,gJ[! ~MOlST DRY SAND CLAY BQQU N/A SOLID-ROCK PROPOSED: SOIL CONDIl1ONS: SHEET OF': N/A COVER ESTAB. BY: RADAMES fORM T.OIAZ FORM Bv' RAOAMES . T.DIAZ . NUMBER OF HOLES: 1 CHECKED BY: H.C. ASSlSTt:O BV: MIGUEL-ALEX TODAY'S OATt:: 12/10/05 INSTALLED: AT: ~ HUB&TACK S1L PIN CHISX CHIS BOX .fQ!.!!;!! EDGE OF U nlllY: E W S N SURVEY PIN LOCATED BY: F,R.ALEMAN &: Aoseeioleo. Inc. NOTt:S: liME: 10: 30 PM STAl1ON: 12+96.68 OF'FSET: -17.47' LT GRASS 18 STREET - W.8.L. GRASS .[1 J..l&~~.~I,~~AN ~ '" ....sociate. Inc. . f8.rJl~~W~11:~~1fr~SSUITE 200 VACUUM TEST HOLE REPORT IoIIAIoI/, Fl. 3317e TELEPHONE (3051 591 e777 FAX (305) 599 &749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAl PARKING FACIUrY F.O.D.O. T. JOB # I NONE FRA JOB '" 1864 Wo-' TEST HOLE '" 44 FRA P.M. I D.M. STANTON WORK ORDER # I 01 LOCATE REQUESTED BY: PERKINS & WlLL REQUESTED LOCATE: GAS WATER ELE. TEL SAN F,M. STORM OlHER: FORCE MAIN PAVEMENT T'lPE: NONE ASPHALT CONCRETE ASPHAlT OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: !!2Qll FAIR POOR N/A ~ M!E! ID MOIST DRY SAND CLAY fiQQKY NIA SOLIO-ROCK PROPOSED: LOCATED UTIUTY: OTHER: GAS WAfER ELE. TEL SAN F.IoI. STORM FORCE MAIN SOIL CONDITIONS: MATERIAL AS FOUND: J!L CI Sll W/5ll VCPX RCP l1LE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE NIA OlHER: SIZE AS FOUND: (I) 30' UTIUTY CONDITION: .2Q22 SIZE AS EXPECTED: (I) 30' FAIR POOR NI A SHEET OF: N/A COVER ESTAB. BY: RADAMES T.DIAZ FORM BY' RADAIoIES . T.DIAI .... NUMBER OF HOLES: 1 FDRM CHECKEO BY: H.C. ASSISTED BY: MIGUEL-JOSE TODAY'S DATE: 12/'0/05 RIBBON INSTALLED: REO BLUE YELLOW ORANGE ~ PINK N/A ~ CftI!.. 15.00' I L~~~~:l . ) .,1M ,..... ~ I :1:30'1 ~: r;l WATER ~mR - - - - N GRASS INSTALLED: AT: .f!$.. HUB&TACK Sll PIN CHISX CHIS BOX ~ EDGE OF UTILITY: E W 5 N SURVEY PIN LOCA'TED BV: F.R:ALEMAN.Ie A..ociates. Inc. NOTES: TIME: 10: 30 AM STATION: 13+18.63 OFFSET: 18.88' LT GRASS GRASS --.!~~ ~ ----;r', 1 "- 1 "- . "- ~I "- .. ....1 "- iI?~ "'1 "- 'Q' 1 "-,,- 1 "- 1 "- 1 "- , 8 STREET , W.B.L ( , ST.L >-..') POlE ~v 5TM IoI.H. III ",;~~.ALEMAN , . ~~~'1.l\~~SE~afNEERS 10305 NW 41 STREET. SUITE 200 MIAMI, FL 33178 TELEPHONE (305) 59\ 8777 fAX (305) 599 &749 CITY Of MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING fACILITY VACUUM TEST HOLE REPORT f'RA JOB #, 1864 Wo-l TEST HOLE " , 45 f'RA P.M. I D.M. STANTON F.D.D.O, T. JOB #: NONE WORK ORDER 1<: 01 LOCATE REOUESTED BY: PERKINS '" \\lLL REQUESTEO LOCATE: ~ WATm ELL TEL SAN f.M. STORM OTHER: PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHAL T OVER CONC BRICK COBBLES OTHER: GRASS SIDEWALK OIRT LOCATED UTIUTY: OTHER: PAVEMENT CONDITION: \iQQll FAIR POOR N/A t!~!!!L~QE.! X!t! MOIST DRY ~ CLAY BQgS",Y N/A SOLID-ROCK PROPOSED: GAS WATER ELE. TEL SAN f.M. STORM SOIL CONOITIONS: MATERIAL AS FOUND: 01 CI STl w/STl VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/ A OTHER: SIZE AS FOUND: (1)'2" UTIUTY CONDITION: ~ SHEET OF: N/A SIZE AS EXPECTED: (1)12" fAIR POOR N/A COVER ESTAB. BY: RADAMES FORM CHECKED BY: H.C. T.DIAZ FORM BY' RADAMES ASSISTED BY: MIGUEL-JOSE . T.DIAZ NUMBER OF HOLES: 1 TODAy'S DATE: 12/10/05 RIBBON INSTALLED: REO BLUE ~ ORANGE GREEN PINK N/A I ~' .1 ~ I 1 ~" , ' ,..... " ~..." _.-\ ........-u ,\1', , , " , " ) _ "I WATER L~' ME rER ~ 1 3.53' IU6-l ,k:., IOInl< ~j ~~ N INSTALLED: AT: PK HUB&TACK STl PIN CHISX CHIS BOX ~ EDGE Of UTILITY: E W 5 N ."". 12 1/2"1 ,_;;:T'I SURVEY PIN LOCATED BY: F.R.ALEMAN '" Associates. Inc. NOTES: FA"" ~ llME: 11:00 AM STAllON: 14+13.19 OFF'SET: 4.22' RT WATER METER GRASS GRASS 18 STREET E.B.L. ( '\ STJ.t ,j M.H. GRASS "1~~~~;~~~fNEERS E E POR 10305 NW 41 SlREET. SUITE 200 VACUUM T ST HOL RE T MIAMl. FL 33178 TELEPHONE (J05) 591 8777 FAX (305) 599 8749 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACIUTY F.D.D.O. T. JOB #: NONE fRA JOB '" 1864 Wo-l TEST HOLE #, 46 FRA P.M.' D.M. STANTON WORK ORDER #. 01 LOCA TE REQUESTED BY: PERKINS '" WIll PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPH AL T OVER CONC BRICK COBBLES GRASS SIDEWALK DIRT REOUESTED LOCATE: OTHER: ~_.n LOCATED UTlUTY: OTHER: 1---.... MATERIAL AS fOUND: GAS WATER ELE. TEL SAN F.M. STORM OTHER: GAS WATER ELE. TEL SAN F..... STOR'" PAVEMENT CONDITION: GOOD FAIR POOR .!!LA.. HARD ~ ~ MOIST DRY ~ CLAY ~ N/A SaUD-ROCK PROPOSED: SOIL CONDITIONS: 01 CI ST\. WIS1\. VCPX RCP TlLE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SHEET Of': N/A SMOOTl-l POUR PVC UNK DB CABLE N/ A..... .._.. ...... COVER ESTAB. BY: SIZE AS EXPECTED: (1) 12" .._- FAIR POOR N/A RADA"'ES T.OIAZ FORM BY' RADAMES __.__._..' T.DIAZ NUMBER Of' HOLES: 1 fORM CHECKED BY: H.C. OTHER: SIZE AS fOUND: (I) 12" UTILITY CONOITION: ~ ASSISTED BY: MIGUEL-JOSE TOOAr'S DATE: 12/J/05 . ._- RIBBON INSTALLED: RED BLUE '!ll!:2.W ORANGE GREEN PINK N/A INSTALLED: AT: PK HUB'" TACK ST\. PIN CHISX CHIS BOX ~ EDGE Of' UTILITY: E W S N an _~ .... i'~I-+ ~. ,'" CO\jfJI 'TOP' ,.. I 3.J5' ~~2::...) ~ P\ , '<:v./l C"- 'ooffilM) fV 14.35' I' :~: 1 1~~:"1 SURVEY PIN LOCATED BY, F.R. ALEMAN '" A..oelote., Inc. NOTES: ALSO FOUND OVER THE GAS PIPE. 1-1. ST.L1GHT PIPE AT 1.75' AND 2-1 1/2" ST.LIGHT PIPES AT 1,55' GOING TO THE NORTH. fU4-l ~) [;:] c!:J TIME: 11:00 AM STATION: lJ+51.0J OFFSET: 4.3" RT -- ~~ .J ('0. N ~: ~ ('0. Vl ST.UGHT l') ..... .....~>. ,'c",",' GRASS ..A.. "R[ yH'fORANT SIDEWALK .......... ~f .......... -I ':~0- hI ;:, , FACE OF CURB - ?1?? W.B.L. III ~F.t.ALeMAN ...., - , "_lot..I, CONSU~NG tN~NEERS 10J05 NW. 41 SlREET. SUITE 200 MIAMI, FL 33178 TELEPHONE lJ05) 591 8777 FAX (J05) 599 &749 VACUUM TEST HOLE REPORT FRA JOB '" 1 854 wo-' TEST HOLE" I 47 FRA P.M.' 0.101. STANTON PROJECT NAME: CITY OF MIAMI BEACH F.D.D.O.T. JOB #: NONE WORK ORDERff: 01 MUNICIPAL PARKING FACILITY -- -..... -- LOCA TE REQUESTEO BY: PERKINS '" WILL PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC REQUESTED LOCATE: GAS WATER ELE. TEL SAN F.M. STORM BRICK COBBLES OTHER: OTHER: ~ SIDEWALK DIRT ........., LOCATED UTIUTY: GAS WATER ELE. TEL SAN F.M. STORM PAVEMENT CONDITION: GOOD FAIR POOR..Nil.. OTHER: SOIL CONDITIONS: HARD SOFT WET MOIST DRY "...-- ~ CLAY ROCKY N/A SOUD-ROCK MATERIAL AS FOUND: 01 CI STt w/STt VCPX RCP TILE DUCT SHEET OF: N/A PROPOSED: PLAT.COrTA ACP GALV. ROUGH POUR SMOOTli POUR PVC UNK DB CABLE N/A COVER ESTAB. BY: PEORO FORM CHECKED BY: OTHER: H.C. -.--.--- SIZE AS FOUND: (1) 5" SIZE AS EXPECTED: (1)6" FORM BY: PEDRO ASSISTED BY: ALEX 1--.-- _.0___.. .," UTIUTY CONDITION: .222P FAIR POOR N/A NUMBER Of HOLES: 1 TODAY'S DATE: 12/J/05 - ".--... RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PK t!1!!!."'TACK STL PIN CHISX CHIS BOX PINK N/A - --- AT: .fB2!!1i EDGE OF UTIUTY: E W S N i4~r PWT. 1 I N/A I ._R. "- SURIlEY PIN LOCATED BY: F.R.ALEMAN Ie Associotes. Ine. I '. r:;:T, ~'1TIP' - "-"--'" NOTES: 11.75' L EJ I. ~ - I<( w 1';~~ D:l ~ r-. .~.__... . ) 0 TIME: 1:30 PM STATION: 11+15.34 OFFSET: -5.JO' L T ~~ '" PARKING .J ~ LU 0 /fn'" --- Vi ..... N ' ...- 0 '1.1.,,0...-...- ..... I I- STREET Z ..... 0 S1GNL........-........-..... ...- - I '" ~I ..... "", i '" FRONT OF SIDEWALK <t SIDEWALK ~ LU 0 Vi I BUILDING , ~~.ALEMAN ....., ~o~~fifblaTNEERS 10305 NW 41 STREET, SUITE 200 toIIAIoII. FL 33178 TELEPHONE (305) 591 8777 FAX (305) 599 8749 VACUUM TEST HOLE REPORT FRA JOB '" 1864 Wo-l ITST HOLE #. 48 FRA P .lA. . O.toI. STANTON PROJECT NAME: CITY OF I.IIAI,tI BEACH F.O.O.O. T. JOB In NONE WORK ORDER #: 01 I,tUNICIPAL PARKING FACILITY -. LOCA IT REOUESTEO BY: PERKINS & WILL PAVElAENT TYPE: NONE ASPHALT CONCRETE -- ASPHALT OVER CONC REQUESTED LOC" IT: GAS WATER ELE. TEL SAN F,I.I. STORM BRICK COBBLES OlliER: - OlliER: GRASS SIDEWALK DIRT 1----.---------. .......n_ m_.'" PAVEMENT CONDIT1ON: l<QQQ FAIR POOR N/A LOCATED U11UTY: GAS WATER ELE. TEL SAN F.M. STORM . .._--.._'---"._- alliER: SOIL CONOI110NS: HARD SOFT M'T MOIST DRY SANO CLAY ROCKY N/A SOLID-ROCK MATERIAL AS FOUND: 01 EL sn w/Sn VCPX RCP TILE DUCT ....-----.- PLA T.COTTA ACP GALV. ROUGH POUR SHEET OF: N/A PROPOSED: SMOOTH POUR PVC UNK DB CABLE N/A COVER ESTAB, BY: PEDRO FORM CHECKED BY: OlliER: H.C. . .--.--- SIZE AS FOUND: (I) 6" SIZE AS EXPEC1ED: (1)6" FORM BY: PEDRO ASSISTED BY: ALEX ._n____. - ... UllUTY CONDI110N: .QQQQ FAIR POOR N/" NUMBER OF HOLES: 1 TOOI'. Y'S OA IT: 12/3/05 ..u RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN INSTALLED: PI( HUB&TACK S1L PIN CHISX CHIS BOX PINK N/A - AT: CRO\llll EDGE OF UTILI TY: E W S N - p~, ~_i '-., / 12"~] SURVEY PIN LOCATED BY: F.R.AlEMAN '" As.oeiates, Inc. ," (.~;"I ... NOltS: <0 r 2.03'1.- ~~:,,"J --~ ~ -~. ) r 2.53'-~ ~ .,1M ."""" --.-. ....--- . ) I :1:6" I 1- El 11ME: 2: 25 PM ST AllaN: 11+15.87 OFFSET: -68.59' LT PARKING ~; 0- 39.00' ~- -- N . --------- -- - - 10'00' I WATfR _ I -- STRfET METER i -- S!GN "'~ I 1- FRONT OF SIDEWALK SIDEWALK BUILDING I ro1L~.ALeMAN ~ ,. Ao.oclotei~ Inc. _ f8fJ5U~~NG41 ~mSSUITE 200 VACUUM TEST HOLE REPORT MIAtoIl, FL 33178 ffiEPHllNE (305) 591 8777 fAX (305) Silt &748 CITY OF MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING FACILITY f.D.D.O. T. JOB It: NONE LOCA lE REQUESTED BY: PERKINS &: 'MLL REQUESlED LOCAlE: GAS WATER ELE. TEL SAN F.M, STORM OlHER: FORCE MAIN LOCI'. lEO UTILITY: OlHER: GAS WATER ELE. TEL SAN F,M. STORM FORCE MAIN f'RA JOB '" 1864 WO-l TEST HOLE ... 49 rnA P.M. . 0,1.4. STANTON WORK ORDER,It. 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OlHER: GRASS SIDEWALK DIRT PAVEMENT CONDITION: GOOO FAIR POOR JtiA ~ 1Qf! Y1il MOIST DRY ~ CLAY ~Y N/A SOLID-ROCK PROPOSED: SOIL CONDITIONS: MAlERIAL AS FOUND: D1.f!. STl w/STl VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC UNK DB CABLE N/A OlHER: SIZE AS fOUND: (I) 30. UTILITY CONDITION: .Q2!!l SIZE AS EXPEClED: (I) 30' FAIR POOR N/A RIBBON INSTALLED: RED BLUE YElLOW ORANGE GREEN PINK N/A ~!~ 6.60' ~ "fM!!. I ) 9,10' r=u;.l ~) (; N p.....,. , N/A-l i"---PWi N/A ..,," l %30"1 rAaNO ~ SHEET OF: N/A COVER ESTAB. BY: RADAMES FORM CHECKED BY: H,C, T.DIAZ fORM BY' RADAMES ASSlSlED BY: MIGUEL-JOSE .. ... _: T.DIAZ NUMBER OF HOLES: 1 TOOAY'S DAlE: 12/10/05 INSTALLED: AT: PK HUB&:TACK STl PIN CHISX CHIS BOX ~ EDGE OF UTILITY: E W S N SURVEY PIN LOCA lED BY: F.R.ALEIAAN '" Associates, Inc. NOlES: ALSO fOUND 1-2" PVC B.E PIPE AT 3.60', GOING TO N.E. TIME: 11: 30 AM STAllDN: 13+18.33 OFFSET: 43.02' RT GRASS ~<') <<."(1,1' I TH-35 ~~ HUB .. 8.55' . ----------~ / " / "\, ~ " ~, / ,'~. Q / , ~~ / , .~/ , / , / / ~~.c.) DIESEL TANK . r~~.ALIS~A.~ 4F <l< Associates Inc. CONSULTING tNGItlEERS 10305 NW 41 STREET. SUITE 200 MI"lll. Fl. 33178 TELEPHONE (305) 591 8777 F "X (305) 599 &749 CITY OF MIAlll BEACH PROJECT N"ME: llUNICIPAL PARKING FACILITY LOCATE REQUESTED BY: PERKINS & WILL REQUESTED LOCATE: G"S WATER ELE. TEL SAN F.M. STORM OTHER: UNK VACUUM TEST HOLE REPORT F'RA JOB In 1864 Wo-l TEST HOLE q I 50 F'RA P.M. I O.ll. STANTON f.D.D.O.T. JOB #: NONE WORI( ORDER Tt: 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE "SPHALT OVER CONC BRICK COBBLES GR"SS SIDEWALK DIRT OTHER: PAVEMENT CONDmON: GOOD FAIR POOR ll.LA. ~ SOFT :tin MOIST DRY ~ CLAY ~ N/A SOLID-ROCK PROPOSED: LOCATED UllUTY: OTHER: GAS WATER ELE. TEL SAN F.ll. STORM N/A SOIL CONDmONS: MATERIAL AS fOUND: 01 CI STl W/STl VCPX RCP TILE DUCT PLA T.COTT A ACP GAL V. ROUGH POUR SMOOTli POUR PVC UNK DB CABLE N A OTHER: SIZE AS fOUND: I'll A SHEET OF: N/A COVER ESTAB. BY: T,OIAZ fORM CHECKED BY: H,C. fORM BY: T.OIAZ ASSISTED BY: MIGUEL-ALEX SIZE AS EXPECTED: NIA NUMBER Of HOLES: 2 TOOA V"S DATE: 12/17/05 RIBBON INSTALLED: unuTY CONDmON: GOOD FAIR POOR ~ REO BLUE YELLOW ORANGE GREEN PINK !!LA. \/MITE L -... F 11.57' I ~7A I ~ 'n ,. I , INSTALLED: AT: PK HUBlkTACK STl PIN CHISX CHIS BOX TOP EDGE OF UTILITY: E W S N ''dO' ~~ G~;~I SURVEY PIN lOCA TEO BY: f.R.ALEMAN &: Associates, Inc. NOTES: WENT DOWN 10' AND NO UnUTY FOUND. AREA CLEAR. "'''''' ~ llME: 2:10 PM STAllON: 13+38.16 18 STREET , E.B.L. OfF'SET: 108.92' RT GRASS N GRASS Il~ . ......-L.~-...... 'J,\.~....-""- ".1 ............!.$.8$. CONCR[~E ......-""" l;t I ...... ...... ':oJNCf\ETE t.OLUM~ /' ..0 ....... COUJ~N \" -I n () ~ SIDEWALK FRONT Of SIDF.WALj( ~..... . . ~.ALeMAN -.... ~ .Associate"-'nc. CONSULTING tNCINEERS 10305 NW 41 SlREET. SUITE 200 MIAMI. FL 33178 TELEPHONE (305) 591 8777 fAX (305) 599 &749 CITY Of MIAMI BEACH PROJECT NAME; MUNICIPAL PARKING FACILITY LOCA TE REQUESTED BY: PERKINS <I< WILL 1-.-. __u_____ REQUESTED LOCATE: GAS WATER ELE. TEL SAN f.M. STORM OTHER: FORCE MAIN ,. , VACUUM TEST HOLE REPORT FRA JOB ,,, 1864 WO-l TEST HOLE ,,; 51 01 CI STL W/Sn. VCPX RCP TILE DUCT PLA T.COTTA ACP GALV. ROUGH POUR SMOOTH POUR PVC ~DB CABLE N/A LOCI'. TED UTlUTY: OTHER: GAS WATER ELE. TEL SAN f.M. STORM UNK MATERIAL AS FOUND; OTHER: SIZE AS FOUND: N/A ...... UTILITY CONDIllON; SIZE AS EXPECTED; N/A GOOD fAIR POOR l!L.6.. RIBBON INSTALLED: RED BLUE YELLOW ORANGE GREEN PINK N/A WHITE .wr., [~~ ~ ~ ~) ""If rAalfC IN/A 1 1-- ~~ N FRA P.M. ' D.M. STANTON F.O.O.O. T. JOB 1<' NONE WORK ORDER 1<: 01 PAVEMENT TYPE: NONE ASPHALT CONCRETE ASP HAL T OVER CONC BRICK COBBlES GRASS SIDEWALK DIRT OTHER; PAVEMENT CONDITION: ----.. SOIL CONDITIONS: --- ..-- SHEET OF: N/A GOOD fAIR POOR iiLA ~ son !y.u MOIST DRY ~ ClAY B29U N/A SOLID-ROCK PROPOSEO: COVER ESTAB. BY: RADAMES FORM CHECKED BY: T.DIAZ fORM BY: ~,~?:rS H.C. NUMBER Of HOLES: 1 ASSISTED BY: MIGUEL-JOSE .-- 12/10/05 TOOAy'S OA TE: INSTALLED; AT: PK HUB&TACK STL PIN CHISX CHIS BOX TOP EDGE OF UTILITY: E W S N SURVEY PIN LOCATED BY; F.R.ALEMAN &: Assocloles. Inc. NOTES: WENT OO\WII 5.75' BUT UNABLE TO CONTINUE DUE TO THE HARDNESS OF' CONCRETE AND ROCK. WE HAVE TO MOVE IT AT 20' TO THE SOUTH. TIME: 12: 05 PM STATION: 13+39.89 OffSET: 44.42' RT \ \" I ( !~ \ ~~60'\' \ rJ '~-i-<',~\ '~"\'~-- \~ GRASS ~ I .\ "t\ t" \ :! I ~'" '" \,'-... "\ ~ ' ", "" '-..... " ........ " . "'-, "',- '................. 1 " ,---,___ . I \_,,, ............~ "'-~'\.... .. ~ ~-._- TH-51 TH-35 HUB HUB ~~'ALeMAN i &~t~~"~~fNEERS 10305 NW 41 STREET, SUITE 200 MIAMl. fL. JJ178 TELEPHONE (305\ 591 8777 fAX (J05) 599 8749 CITY Of MIAMI BEACH PROJECT NAME: MUNICIPAL PARKING fACIUTY LOCATE REQUESTED BY: PERKINS &: WILL fR" JOB '" 1864 WO-1 TEST HOLE #, 51 A fR" P.M.' D.M. STANTON VACUUM TEST HOLE REPORT REQUESTED LOCATE: GAS WATER ELL TEL SAN f.M. STORM OlHER: fORCE MAIN LOCATED UllUTY: OlHER: GAS WATER ELL TEL SAN f.M. STORM fORCE MAIN F.D.D.O. T. JOB #: NONE WORK ORDER #: 01 PAVEt.AENT TYPE: NONE ASPHALT CONCRETE ASPHALT OVER CONC BRICK COBBLES OlHER: GRASS SIDEWALK DIRT PAVEt.AENT CONDIllON: GOOD fAIR POOR l!La ~ ~ ~ MOIST DRY SANO CLAY ~Y N/A SOLID-ROCK PROPOSED: SOIL CONDIllONS: MA TERI"L AS FOUND: 01..9. SlL W/SlL YCPX RCP TILE DUCT PLA T.COTTA ACP GALY. ROUGH POUR SMOOTH POUR PYC UNK DB CABLE N/A OlHER: SIZE AS FOUND: (I) 30. UllUTY CON DillON: .JlQ.Q!? RIBBON INSTALLED: 1~ ~ 7.70' 1~0;~~:1 . ) ~~ N '''''NO INI TIME: 8: 00 AM L...::-J ST"llON: lJ+24.05 OFfSET: 45.14' RT "_",,\"\ ~T~B5~ j//~J /) ~ ----, / ~' /---- \~e--- /--_/ / --'~ "; -_/ / ~~- // - ~- - _ _ 8...., TH-35 .... -...., HUB '" --- "- - -.-::I ~ "- ~~""" CII "- o "- '" "- SIZE AS EXPECTED: (I) JO. fAIR POOR N/A RED BLUE YELLOW ORANGE ~ ...~_K..~A- d_" ~ ,- PWT. [N!~ G;J .,'" ! :tJO~ GRASS SHEET OF: N/A COVER ESTAB. BY: RADAMES FORM CHECKED BY: H.C. T.DIAZ FORM iy.IlADAMES- ASSISn:D BY: MIGUEL-JOSE '..T.DIAZ NUMBER OF HOLES: , TODAYS OATE: 12/10/05. INSTALLED: AT: PK HUB&eTACK SlL PIN CHISX CHIS BOX ~ EDGE Of UTILITY: E W S N SURVEY PIN LOCATED BY: F,R.ALEt.AAN de Associates. Inc. NOTES: ORIGINAL TEST HOLE LOCA 1l0N HAD TO BE MOVED DUE TO CONCRETE de DIESEL TANK UNABLE TO VERIFY UllUTY AT ORIGINAL LOCI'. liON, 511'. FORCE MAIN WAS VERIFIED. DIESEL TANK WINGERTER' LABORATORIES INC. Engineering Testing and Inspection Service Established 1949 REPORT OF SUBSURFACE SOIL EXPLORATION & GEOTECHNICAL ENGINEERING EVALUATION OF SUBSURFACE CONDITIONS MIAMI BEACH MUNICIPAL PARKING FACILITY MIAMI BEACH, FLORIDA APRIL 2005 Prepared for: PERKINS & WILL CORAL GABLES, FLORIDA WINGERTER LABORATORIES, INC, 1820 NE 144th Street North Miami, Florida 33181 Engfneerlng Testing and lnsPf'ClWn Sen'ke No. I E.Utbltsh.d 1949 May 2, 2005 Perkins & Will 999 Ponce de Leon Blvd. - Suite 915 Coral Gables, Florida 33134 Attn: Mr. Carlos Arredondo RE: Report of Subsurface Soil Exploration and Geotechnical Engineering Evaluation of Subsurface Conditions Miami Beach Municipal Parking Facility Meridian Avenue & IS- Street, Miami Beach. Florida WLI Order No. 05-1365 Dear Mr. Arredondo: We are pleased to present this report of our subsurface soil exploration and geotechnical engineering evaluation for the subject site. These services were perfonned in general accordance with the scope of services outlined in our proposal dated January 19,2005. This report presents our evaluation and specific recommendations for the proposed construction together with the field data. We appreciate this opportWlity to be of service to you during this phase of the project. If you have any questions or comments regarding the infoonation contained in this report, please call us at (305) 944-3401. Respectfully submitted, WINGERTER LA TORIES. INC. . enc: Report Time Charges: Engineering: LS The original of Ihis report was signed and sealed by the abo...e referenced Florida Registered Professional Engineer in accordance with Rule 61 G 15-18.0 11 of the Florida Adminislf'ati'\i'e Code. (i) 1~.2;J ~'~.E. ; +hi' 'f).. . i~"'). !Jrj-X 611-l50 . :\l:n;~ \1;,I,!,::' Ft :~,:::lG: - ...:.s"-,. .:: ~>)! :':'~"';<;..f!) l . ; -'~":'(J,;;,'lh.SOIL . F~iX: i3051 ~'~..~H"'6~j8 Br(lw<i~'d: 1,/:'14, - '1.-t .'-4' ::; . ;-::!"!i'C::: :-. :0';. .... j;)(:,-)I ::.~ l~i : .;.:,:-.... t :.~n::.:i:L .. \.'~ \1:::.>.": . .:. -".\~.:RF.TI,;: . !'1\\-:~;.iE\":- : . ,,,-~, ;':U.:':; .;'; ::.:. ;':,(,J:,;\,~,~ . :~.i~: :1. j."i>.:.:i1():<S. CO!\SU~"""\'TiU:',S . .:.;-;'-_1. TABLE OF CONTENTS LETTER OF TRANSMITTAL TABLE OF CONTENTS INTRODUCTION PROJECT INFORMATION TESTING PROGRAM AND CONDITIONS REVEALED GEOTECHNICAL ENGINEERING EVALUATION ENGINEERING RECOMMENDATIONS 1, Site Preparation 2. Auger Cast (Cast,In,Place) Pile Foundations 3. Fill and Compaction 4. Geotechnical Inspector SPECIAL REMARKS & ANNOTATIONS APPENDIX A, TEST BORING LOGS B. SOIL PERMEABILITY TESTS C. TEST BORING 4< SOIL PERMEA 81 LITY LOCATION MAP 4< SKETCH (ii) Page ii I I 2 2 4 4 4 6 7 7 INTRODUCTION Wingerter Laboratories, Inc. (WLl) is pleased to present this report of our subsurface soil exploration and geotechnical engineering evaluation for the subject site. The purpose of this investigation was to obtain specific subsurface data in order to provide an engineering evaluation of the subsurface conditions including recommendations for foundation design for support of the proposed parking building to be located at the site at Meridian Avenue & IS'" Street in Miami Beach, Florida. Our subsurface.exploration consisted of a total of nine (9) Standard Penetration Test Borings and two (2) Soil Permeability Tests performed throughout the subject site as shown on Appendix C of tbis report. The following presents a review of the project information provided to us, a discussion of the subsurface conditions, detailed geotechnical engineering recommendations, our Report of Test Boring Nwnbers B.l through B-9 and our Report of Soil Permeability Test Numbers P-l and P-2. PROJECTINFO~ATION Documents provided to us for the purposes of this project consisted of survey site plan of the project with the test locations marked. Based on our review of this document and our conversations with Mr. Guillen, it is our understanding that the proposed project will consist of constructing a new five story parking lot building on the subject site. At the time of our visit, we found the site to consist ofa paved parking lot of relatively llat topography and an elevation similar to the crown elevation of Meridian A venue. TESTING PROGRAM AND CONDITIONS REVEALED Our subsurface investigation consisted of a total of nine (9) Standard Penetration Test Borings, conforming to the requirements of ASTM 0 1586 and two (2) FDOT/SFWMD Type Soil Permeability Tests, which were performed at the site between Aprill3 and April 20, 2005. Please see Appendix A for our Report of Test Boring Numbers B-1 through B-9 for detailed description of the materials encountered and the depth intervals at which they were encountered. Please refer to our Appendix B for Soil Permeability Test Results. The test boring and soil permeability test locations are shown in Appendix C of this report. The number, location and depth of the test borings and permeability tests were determined by the client. The discussions, opinions and recommendations contained in this report are based upon the conditions revealed in the referenced test borings. A review of the test boring logs indicates that the site is generally mantled by tan colored medium dense fragmented limestone and sand fill up to 1 to 2 feet of depth. Below this fill layer, a soft silt and organic material deposit was encountered extending to depths of 4 to 8 feet, underlain by a generally medium dense sand with some shell fragments up to depths of 20 to 25 feet. Underneath the sand deposit, an irregular medium dense soft fragmented limestone and sand formation was encountered, varying in degrees of cementation and quantities of sand. This type of formation was generally encountered up to the maximum explored depth of 60 feet below the existing parking surface elevation, The ground water level at the time of our investigation was encountered at depths varying between 3 to 4 feet below the existing land surface. Fluctuations in the ground water level should be expected due to seasonal climatic changes, tidal action, rainfall variation, surface runoff, construction activity and other site specific factors. GEOTECHNICAL ENGINEERING EVALUATION Evaluation of the subsurface d :a obtained from the boring test boring logs, using accepted geotechnical engineering criteria, indicates that the existing subsurface soil conditions encountered at the site are nOl suitable and can not provide adequate support if the proposed structure is founded upon conventional shallow spread footings, placed directly upon these conditions. Test borings performed revealed the presence of soft silts and organic materials between 2 to 8 feet of depth. These soils are highly compressible and are expected to consolidate excessively when subjected to the building loads associated with the proposed building structure. Consolidation of the these soils is expected to result in large excessive, tolal and differential settlements, which can be detrimental to the proposed building. 2 .' Due to the magnitude of the anticipated building loads associated with the proposed parking building, and due to the presence of soft compressible soils present in the upper g feet, it is our recommendation that the proposed structure be supported upon a deep foundation system, such as pile foundations. Pile foundations allow for a more direct transmission of the building loads to the more dense and stable rock fonnations encountered below the soft soils, allowing for higher foundation capacities and reducing the risk of excessive settlement. Piles develop their capacity from skin friction along their shaft and from bearing into the deep dense limestone fonnation. allowing for increased load carrying capacity and a reduced risk of excessive settlements. The use of auger cast piles is recommended herein. Auger Cast Piles, which are recommended herein, have been used with great success now for several years in South Florida. Auger casl piles are constrocted by advancing a continuous flight nollow stem auger into the ground. The auger is advanced with a rotation in a clockwise direction until the targer pile tip depth is achieved. The auger is then raised a few inches above the tip elevation and grouting starts by pumping grout to the pile tip through the hollow stem of the auger. Prior to commencement of auger extraction and vertical pile column grouting, grout is pumped at the tip of the pile to fill the hollow auger shaft. The grouted pile column is initially started by slowly extracting the pile auger, while continuing to pump and rotating the auger slowly in the clockwise direction to remove soil from the vertical pile column as well as to slowly move pile grout up the auger flights as the soil above the grout is being displaced. Upon completion of the pile grouting operation, steel reinforcement is inserted into the fresh grout as recommended by the design drawings, . The use of auger cast piles also offers the advantage that their installation does not producc the ground vibrations associated with conventional pile driving, which can sometimes be harmful to nearby existing structures. Based on our evaluation of the collected. subsurface data, it is our professional opinion that auger cast piles, when installed extending into the limestone fonnation, will develop sufficient capacity to provide adequate support for the main structural elements of the proposed building. Fourteen (14) inch diameter auger cast piles are recommended herein. These piles when installed to a depth of 53 feet below the existing land surface are expected to develop an allowable axial compressive capacity of up to 90 tons, an allowable tension (uplift) capacity of45 tons, and an allowable lateral capacity of 6.5 tons. If additional load carrying capacity is desired, auger cast pile diameter may be increased to sillteen (16) inches. These piles. when installed to the same depth are ellpected to develop an allowable axial compressive capacity of 110 tons, a maximum uplift capacity of 55 tons and a mallimum allowable lateral capacity of 8 tons. The point of fixity of the piles under lateral loads will occur at about the pile section interface with the limestone rock layer, at approximately 20 feet below the existing grade. For the purposes of computer modeling, we recommend the use of a pile vertical spring constant value of 1 ,000 kips per inch. The vertical spring constant is the working load divided by the expected pile compression, and is based on our past ellpcrience and review of pile load test data. 3 It is recommended that the floor slabs in the interior areas of the ground floor be structurally supported by the pile foundations. The use of grade supported slabs in these areas is not recommended, since the compressible soils present at the site, combined with frequent tidal fluctuations in the groundwater level could result in some minor settlement. Such settlement could result in cracking andfor subsidence of floor slabs, uneven floors, etc, ENGINEERING RECOMMENDA nONS 1. Site Prepara tion 1.1. Site area shall be cleared and grubbed to remove and dispose of existing pavement, vegetation and debris. 1.2, Cleared site grade shall be compacted to requirement of Section: Fill and Compaction. 1.3. Site shall be raised to the required bottom of slab elevation by placing and compacting suilDble fill material in accordance with Section: Fill and Compol:tion, 2, ~uger Cast (Cast-In-Place) Pile Foundations 2.1. The minimum center to center spacing of piles shall be not less than 2.5 pile diameters. 2,2. Installation depth: Auger shall be advanced to a depth of 53 feet as referenced to existing site grade. 2.3. Physical Criteria: 2.3.1. Augered shaft shall remain plumb within one,eighth of the shaft diameter. 2.3.2. Augering and pumping equipment, and technique shall be at the contractor's discretion on a performance basis by using acceptable installation procedures to deliver an integral pile. 2.3.3. The volume of grout per linear foot of pile shall exceed the theoretical pile volume with a minimum grout factor of 1.15. 2.3.4. Grout shall be a mixture of Portland cement, fine aggregate, and water with proportions and admixtures at the contractor's discretion on a performance basis. A design mix with confirming strength test results shall be submitted to the project structural engineer for approval prior to installation of the piles. The minimum 28-day compressive strength of the grout shall be no less than 5000 psi, 4 2.3.5. Grouting shall be perfonned in a continuous operation. During extraction of the auger, should volume of grout-take markedly increase and/or injection pressure markedly decrease. auger shall be reinserted to a minimum five (5) feet below the point in question. and grouting resumed, The procedure shall be repeated as frequently as necessary to insure vertical continuity of the grout shaft. 2.3.6. Down-shaft reinforcing details shall be at the discretion of the contractor on a perfonnance basis; however, reinforcing details shall be presented to the project structural engineer for approval prior to installation of the piles. It is, however, recommended that a reinforcing cage consisting of a minimum of four (4) #6 bars, 20 feet long and one (I) #7 bar along the full length of the pile be installed. 2.3.7, Piles shall be installed in a sequence so that the grout in adjacent piles has had time to set such that adjacent piles are not disturbed. 2.4. Testing and inspection: 2.4.1. Section 1806 of the Florida Building Code (2001 Ed.) requires that pile capacities in excess of 40 tons (80 kips) be substantiated by a load test perfonned on site. Therefore, a minimum of one (I) static load test shall be perfonned. The test pile location shall be directed by the Geotechnical Engineer. The test pile shall be loaded to twice their design capacity as required by section 1806 of the Florida Building Code. Acceptance criteria shall be as per the Florida Building Code. The load test shall be perfonned under the direction of the Geotechnical Engineer. The pile contractor shall provide and install all testing equipment, reference beams, calibrated jack with pump and pressure gauge or a calibrated load cell, protection from the sun and rain, adequate lighting, adequate support for the load testing apparatus and cooperate with the Geotechnical Engineer in the perfonnance of the load test. 2,4.2. Pile installation shall be witnessed and logged by the geotechnical inspector. Geotechnical inspector shall confirm shaft plumbness, compliance with depth requirements. continuity of grouting, and reinforcing details; inspector's log shall include the preceding and all other pertinent data including pile identification. 2.4.3. Grout shall be sampled and test cylinders or cubes shall be cast for 28-day strength confirmation at the frequency of no less than one sampling per 50 cubic yards placed, but at least one sampling in each sustained grouting operation. 5 3. FiB and Compaction 3.1. Placing fill: 3.1.1. Fill shall be placed in lifts not greater than l2-inches loose thickness for material compacted by heavy compaction equipment, and not more than 6 . inches loose thickness for material compacted by hand-operated tampers. 3.1.2. Suitable fill material is defined for the engineering purposes of this report to be a clean select material, containing no more than 5 percent by weight organic matter and no man-made debris of any description, which meets the requirement of ASTM 0 2487 Unified Classifications GW, GP, GP-GM or SW. 3.1.3. Since large size particles interfere with compaction of the finer soil fraction, all backfill and fill materials shall be free of rock or gravel larger than 3 inches or 50 percent of the compacted layer thickness, whichever is the lesser. 3.2. Compaction: 3.2.1. The cleared surface and each fill lift shall be compacted to a minimum relative compaction of 95 percent. Relative compaction is defined as the ratio, expressed as a percent, of the dry soil density as detennined in the field by ASTM 0 2922 (nuclear method) with a probe depth of 12-inches, divided by the maximum dry soil density as determined in the laboratory by ASTM D 1557 ("Modified Proctor"), Compaction snail be verified by the geotechnical inspector who snail also confirm that the fill material being placed is the same material as tested in the laboratory. To avoid delay during compaction operations, candidate fill material snould be supplied to the geotechnical inspector a minimum 72 hours in advance of placement. 3.2.2. Compaction of suitable fill as defined herein is most readily achieved by the use of vibratory rollers wnen space allows. For small restricted areas, mechanical hand-operated tampers usually perfonn satisfactorily. Prior to commencinll compaction. the moisture content of the fill material shall be adjusted to within plus/minus 2 percent of the optimum moisture detennined by ASTM 0 1557; by so wetting or drying the fill material, the amount of compactive energy required to attain compaction is minimized. Attempting compaction of fill material wnicn is more than 5 percent below,or 3 percent above optimum moisture will generally yield unsatisfactory results. 3.2.3. A minimum of one in-place field density test shall be performed for each 2500 square feet, or fraction thereof, for each lift of compacted soil for building pad or slab area. 6 4. Geotechnical Inspector 4.1. Experience indicates that the actual subsoil conditions ata site could vary from those generated on the basis of test borings made at specific locations. Therefore, it is essential that a geotechnical engineer be retained to provide soil engineering services during the site preparation, excavation and foundation phases oflhe proposed project. This is to observe compliance with the design concepts, specifications and recommendations and to allow design changes in the event that subsurface conditions differ from those anticipated prior to the start of construction. 4.2, The geotechnical inspector as referenced hereinbefore shall be a Registered Professional Engineer licensed in the State of Florida and experienced in the practice of geotechnical engineering, or his designated field agent. The results of all inspections by the geotechnical inspector shall be submitted on repol1 or log forms duly signed and sealed in accordance with Rule 6tGI5-t8.0tl of the Florida Administrative Code. 4.3. The geotechnical inspectorshall be retained by the owner, the project architect, or the project structural engineer. SPECIAL REMARKS & ANNOTATIONS In dealing with the unseen subsurface dimension, a prudent test boring program acts to identifY the general range of conditions and to reduce, but not eliminate, the risks of unknown conditions. Therefore, WLI cannot offer a warrantee, expressed or implied. that materials or conditions other than those revealed in the test borings will not be encountered, nor that the relative proportions and density of the materials will not vary from those reported. Furthermore, WLI assumes no responsibility for the accuracy of the reported depths should any excavation, filling or alteration of the site grade occur, subsequent to the date of the drilling operation, without surveying the existing conditions. Also, since the criteria furnished to WLl constitutes our total knowledge and understanding of the project; inaccuracies. deviations or alterations of the criteria may invalidate these recommendations to the extent they impact the magnitude, distribution, and elevation of applied loads, or impact the nature of the construction. 7 J APPENDIX A TEST BORING LOGS . "0 OJ <0 C1l ~ Ol o I DEPTH (feet) .... CD I '" Ol N .... ~~~~,~ ~. :.,..: .W VI ... ..... N . s: N N N ~ N o N ~ .. . .. .. :,:~::::I>:::::I>;. :e;.:::;i>::::.I>.::: . . . . . . . .. . ::: ;;; ~ .. - o I:l - N ,I . .:(1:. <1:.:<1:..: . <3...<1 .. <I." . . .~.. <I" '<1" . . <I: :~ . :~:.:. : N NNW"'''' ... N ",. Vl....lB ... N .. . ., .. . .... - . 1;>::: ::t? :::::I:!'::: Il~';' CI:I '::~::-: :t?::::~~r:' : . N ~ .= ~ ~ ~ . ~. ,I ., . . . ~ \>:::: I? ::::I?::: :::~:: F:::~ N N .~ ~ ~ CD w ~: ..''."If'.".- ".-...." --. ..,. . . . _..(.......-:...t, "". I.':.,:,::: :;.~::.~...':" ~~;o:4~.:;~ ..;,:-:.-.J:",..,:o:. ~ e' ~ ~ ~ I Ol o . N . .. ~ I ... CD I '" Cl N ... (1991) Hld30 N o N ~ w=~.Wif - N o I '1' - ~ C r- ~:::! jij"'t, 3r- -.m g'm "0 g.;= ~Z sC> ?i:" -c::o ~o -0." Ill- ~ r-. ~m :1- lOt/) -nC ~,~ ~~ -<;x:. :J; -< -- I o - > a: ct~ :E:= :E'u ::;)~ C/)Cl -c w.- ..I~ _10 11,:a. Oiij. a:.c. Do. 'u cd Z~ a;.c o1il a:l~ W.- ..Ie Do.,!l! -~ ~ ::;) :E DEPTH (feet) o I N ~ " N co M I '" ... o co .. N ., ... , . . <3'" '<3. '<3 T;~:;: ~::: . .. . . ..' N ~ N .. ft N N N '. I I I I N 0 N ... co !Xl 0 N M " co <l:: II> Cl nee!) Hld3a 10, c.. "1J DEPTH (feet) '" :c III . Ol ... W N ~ 0 '" Ol ... N 0 I I I I I N N ~ ~ . . . ~ w ~ N o .: ~ . I Ol o I ... '" N N ... w '" (laa!) H.ld30 s: c: r- s:::! iii'"tl 3r- -.m ~CD mo g.:;u s:z 5(;) Ii: "tl 'C:;u !!.o "O"T1 m- ~,.... !r.m :J- lC(f) "C: ~.s: ~s: -<:t:o ::0 -< - I o W W1WOEIlTEIl U.O....'tOlUU IK. - ...,........&...........<T...... TEST BORING LOG BORING NO.: 8,' I CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on boring & soil permeability location sketch DRILLER: J. Cooper ELEVATION: - DRILL RIG: CMS DATE STARTED: 4-14-05 DEPTH TO WATER: 4.0' DATE COMPLETED: 4-14-05 DEPTH SOIL SYMBOLS. AND BLOWS PER (feet) SIX INCHES o 2 3 4 5 S 7 S 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 331 SOIL DESCRIPTION ...... .... .-.... ..... ." .' . . Tan fragmented LIMESTONE and 'UMES.MID. Tan. silica ~-:\ND . Dark brown silica SAND and ORGANICS Light gray silica SAND with some shell. . - . . . . . . . . . . . . . . Tan silica SAND with some shells ".... ..... I.ight gray silica SAND and SHEI.LS Tan fragmented LIMESTONE with trace limesand Tan fragmented LIMESTONE and SAND STANDARD PENETRATION TEST SAMPLE SAMPLING N-valve NO. INTERVAL N CURVE 10 30 60 70 90 1 0.0.1.0 2 1.0-20 14 3 2.0-4.0 3 4 4.0.6.0 16 5 6.0.6.0 27 6 8.0.10.0 25 7 10.0-12.0 24 8 15.0.17.0 22 9 20.0-22.0 14 10 26.0.27.0 20 11 30.0.32.0 27 ~~1~ i~fo~tion per~.lns only to t~is bOring and should not he interpreted as bein9 indicative of the slce. Page A-4 1620.tl,e. 144tn Street. . Nonh Mi.",i. FL 33181 (3051 944.3401 1~800.345-S0Il WINGERTER LABORATORIES, INC_ I ~ TEST BORING LOG ldOaAf'CAIU tK- .......ao.aIz............. T...u.c BORING NO,: B-1 CLIENT: PerkiTIJ '" Will PROJECT: Miami Beach Municipal Parking Facility DEPTH SOil SVMBOlS, STANOARD PENETRA TlON TEST AND BLOWS PER SOIL. DESCRIPTION SAMPLE SAMPUNG N.Y/IIlue (feell SIX INCHES NO. 'NTERV Al 'I CURVE 34 ~ 10 30 50 70 90 35 .~ ,...... 8 12 35.0.37.0 ~"l!..._. 12 36 _:;..: 17 29 37 ~..:.~ ,. :~..~~ 38 t..... ~;r..~ 39 . .... :.... 40 . . . . . ' . . . . . . . . . .. . 13 s Tan frsgmented LIMESTONE with Irace 40,0-42.0 41 '2 24 12 limesand ,. 42 43 44 46 . Tan fragmented LIMESTONE and SAND 14 45.0-47.0 46 10 22 " I. 47 4B 49 50 ,s . ... .. . 15 50.0-52.0 51 " Tan fragmented LIMESTONE and 37 20 LIMESAND 2. 52 53 54 55 I. 16 55.0.57.0 56 12 24 12 17 57 58 s 17 58.0.60.0 59 " 24 '0 17 80 Boring terminated at 60.0' 61 62 63 54 55 66 67 68 69 70 71 72 73 74 1820 N.e. 14411-1 Strcel . North Mi.mi, Fl. 33181 WINGERTER LABORATORIES, INC. Page A-S 1305) 944.3401 ,.800.34S.S0Il "'KT ~~~~.~ ~. ...,........._.....I:UfI.,...... TEST BORING LOG BORING NO.: B-2 I CLIENT: Perkins &: Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on boring &: soil permeability location sketch DRILLER: J. Cooper ELEVATION: - DRILL RIG: eMS DATE STARTED: 4-13-05 DEPTH TO WATER: 3.5' DATE COMPLETED: 4-13-05 DEPTH SOIL SYMBOLS. AND BLOWS PER (feet) SIX INCHES o 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 17 19 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 ~::~:; ::~::~ 6,::'6.:' :j.;:j;; :';:,i:: ':~::i.: ~:;:4:; ..-;,.....,. :..:::~ :4:;:4:. SOIL DESCRIPTION " . . " . Light brown silica SAN D with some .fraSmented lilllestone. ...... .:r.an ,.i1.ica SAN.D .\Vith .sollle shells . Tan silty SAND .. Black ORGANIC MATERIAL with some .graysan4 ...... ..... . Light gray SAND with some .roots..... Light gray silica SAND with 'race shells Tan fragmented LIMESTONE and SAND STANDARD PENETRATION TEST SAMPLE SAMPLING N.y"lu. NO. INTERVAL N CURVE 10 30 50 70 90 1 0.0-1.0 2 1.0.2.0 24 3 2.0-3.0 4 3.0-4.0 4 5 4.0-6.0 20 6 6.0.6.0 33 7 9.0-10.0 28 8 10.0-12.0 18 9 15.0-17.0 20 10 20.0-22.0 32 11 25.0.27.0 24 12 30.0-32,0 27 "his ~r.tormA~ion pvrtain. on~y to thil boring and .hould not be intp.~reted a. being indicative of the lite. Page A-6 Ul20 N.E. ,"4th Street.' Norlh M;.mi. F\.. 33181 13051944.3401 1.800.34S.S0IL WINGERTER LABORATORIES, INC. ~""I' ~~~~,!l ~ ...t....aaJ. &.....rinc . ".-"'1 TEST BORING LOG CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility I'EPTH SOIL SYMBOLS, AND BLOWS PER Ifeet) SIX INCHES 34 -: 35- 36 - - 37- 3B- - 39 -: 40 -: 41 -: 42 -: 43 -: 44-: 45 -: 48 -.:- 47 -: 4B- 49- 50- - 51 -: 52 -: 53 -: 84 -: 55 -: 58 -: 57 -: 58 -: 59-: 80- - 61- - 82 -:: 63- 64- - 65 -:: 86 -:: 67 - 68 - 69 - 70- 71- - 72 - 73 - 74- 7< ~ P...~" ~..It. 11!1 ....: 15 E.:.-r. 10 r.-:<<~~ ~Ii:".:i ~.. ~..:.... ..~..... Hi - . ....... 15 #i:.::::; 22 . ;,;:~:~. 2. :: ~t:~~ '1~~~~ i::E ,_ ~~i'4 . : ;.~:-:;" 1:2 .~ ;;.:~ :. 10 .....p. 14 1'.-...... 11--:'\ --::. ~: :;j': ........ ....,...... ........ r/\~L~, . t<::::.:: 4 C:" .,. 6. lli;,.~f:: 12 ~' :;4:;" :~:;:.;: ,,'rI" b'~:"'.:' ~"~~1:: >:<!..>:~: _. .. ... 25 'a..... 36 -.~. 30 ...,:.... 30 t~"'!'. .~~: ".:.11':: t,......~'. ;a:~", 20 110-'..:... 1'1 ~<<.~. 21 SOIL DESCRIPTION .... Tan silica SAND with some fragmented limeSlone BORING NO,: B-2 STANDARD PENETRATION TEST SAMPLE SAMPLING N N-v.lue NO. INTERVAL CURVE 10 30 50 }O 90 13 35.0-37.0 30 14 40.0-42,0 37 Tan silica SAND with \race fragmented 15 45.0.47.0 limestone 22 \ !\ 16 50.0.52.0 64 Tan silica SAND and fragmented UMESTONE Boring lermin81ed at 60.0' 17 55.0.57.0 66 18 58.0.60.0 1/ 37 18" N.E. 144,. s..... . No"" ""am'. FL 33181 WINGERTER LABORATORIES, INC. 13051944-3401 1-800.345.S0IL Page A-7 W W'lftGERTER ulOUlOamanc. ,..,....uJ &..,v......... 't.1ItiIIC TEST BORING LOG BORING NO.: B-3 I CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on boring & soil permeability location sketch DRILLER: J. Cooper ELEVATION: - DRILL RIG: CMS DATE STARTED: 4-14-05 DEPTH TO WATER: 3.0' DATE COMPLETED: 4-14-05 DEPTH SOIL SYMBOLS, AND 8l0WS PER Ifeet} SIX INCHES o 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 28 27 28 29 30 31 32 33 33 " , . 3 . I , 3 . . . 12 10 11 " 10 12 .. " " 10 :;~::f: 17 . :::.6:: 15 /........ "tt.::::': 10$: :~4:: SOIL DESCRIPTION STANOARD PENETRATION TEST SAMPLE SAMPLING N N-..Iu. NO. INTERVAL CURVE '0 30 50 10 90 Tan fragmented LIMESTONE and ..1JMES.AND ....... .. .... .. .. .. Brown .Uica SAND with some fragmented ..limestone ........ . Tan SAN.D .withso.me sbells . ... . Ligbt t8ll.ilty SAND.. . . Ligbl!lrar,ilica SANDwithrrace organics. Gray SAND with some ,bells Tan fragmemed LIMESTONE witb some limesand Tan fragmented LIMESTONE witb trace 11mesand 1 2 3 4 5 0.0-1.0 1.0-2.0 22 2.0.3.0 3.0-4.0 3 4.0-8.0 9 8.0-8.0 27 8.0-10.0 21 10.0-12.0 27 22 30 22 10 ThiS Information pertaln. only ~o thIS boring and should no~ be ~nte[pr~ted as betn; indicative ot th~ ,1~e. 6 7 8 9 15.0-17.0 10 20.0-22.0 11 25.0.27.0 12 30.0.32.0 1820 N.E. 144tll Sueet. . North Miami. FL 33181 lJOS" 944-3401 1.aoo-J4S.S0lL WINGERTER LABORATORIES, INC. Page A-S R E TEST BORING LOG I.dOIUtOIllMIK. ~,......a......."",.T."'" BORING NO,: B-3 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility DEPTH SOil SYMBOLS, ST ANOAAO PENETRATION TEST AND BLOWS PER SOIL DESCRIPTION SAMPLE SAMPUNG N.v alue (feet) SIX INCHES NO. INTERVAL N cu AVE - 10 30 50 34~ 70 90 35 ~1- "........ ... . .... 13 35.0.37.0 36- ~:~::~ 7 Light gray SAND and SHELLS 17 - [~::4:: ~o 31-: :~::~ '::4,:: 3B- ~""h' .:i;::A 39 - r:~"':': 40 -: i>:"~: 14 40.0.42.0 . ::.:: 8 41 -: "'.' '-",' 8 1S :f::~ 7 42 -: '":::4:: 43 -: :~::~ 44- ::::4:: 45- IS 45.0.47.0 46- ~: ....... 10 17 ,:"::l! 7 - ~:::4:: to 47- - :.~:::~ 45- ~:::~:: - 49 -: .:~::~ 50 -: ~~:"!:: ,- .. ..... .. .' 16 50.0.52.0 . ~~" ~:7 Tan fragmented LIMESTONE and SAND 51 -:: ~:..-: 12. 18 .... ' I'-'.~ .0 52 -:: ~..".' S3 -:: ~l' 1\ ... 54 -:: ..:. .<<..... 55 -:: ...: ~U~~r 17 55.0.51.0 .... 30 56 -:: ..... 22 52 ~:~~ 28 51- ~~~i I 56 - ... ~.:."- 1. 18 5B.0.60.0 59 -: J"~~~!7 37 F..;:" 20 ... :.. 11 60 --= Boring terminated al 60.0' 61- - 62- 63- . 64- 65 -:: 65 -:: 51- - 58 -:: 69 -:: , 70 -:: -, 71 -:: , 72- 73- I 74 - 7' - I~ 1820 N.t:. 1441h S,reet . North Miwni, FL. 33181 (3051 944.3401 1.800.345~SOIL WINGERTER LABORATORIES. INC. Page A-S W WINGERTER 1....-olU.TOlUH IIfC. ,............,.............T........ TEST BORING LOG I BORING NO.: B,4 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on boring & soil permeability location sketch DRILLER: J. Cooper ELEVATION: DRILL RIG: CMS DATE STARTED: 4-19-05 DEPTH TO WATER: 3.0' DATE COMPLETED: 4-19-05 DEPTH (feet) o 1 2 3 4 5 8 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SOIL SYM60LS. AND BLOWS PER SIX INCHES ... ..... STANDARD PWETRATIDN TEST 5AMPLE SAMPliNG N-valua NO. INTERVAL N CURVE 10 30 50 70 90 1 0.0.1.0 2 1.0-2.0 15 3 2.0-4.0 3 4 4.0.8.0 14 5 6.0-6.0 22 6 8.0.10.0 30 7 10.0-12.0 13 SOIL DESCRIPTION . Tan fragmentedLIMESTON~ and SAND Tan silica SAND Dark brown silty SAND and ORGANICS Tan 10 light gray silica SAND . . . . . . . Light gray silica SAND and SHELLS Tan fragmemed LIMESTONE and SAND Tan fragmented LIMESTONE Tan fragmented LIMESTONE with some limesand 8 15.0.17.0 27 30 27 24 Thls ~ntcrmAtion per~.ins only to th15 borinq &nd should no~ be interpreted .. bein9 indicative of th8 .tte. 9 20.0-22.0 10 25.0.27.0 11 30.0-32.0 18'20 N.E 144th Street," North Miami, FL. 331S' i3051 344.3401 1.800.34!i.SOIL WINGERTER LABORATORIES, INC. Page A-1. \U WLNGERTER LMCIIU'fOIJ&Sl:llC. TEST BORING lOG Pnr.-..aI .."11M..... .. "'.u.c CLIENT: Perkins 4< Will PROJECT: Miami Beach Municipal Parking Facility DEPTH SOIL SYMBOLS, AND BLOWS PER SOIL DESCRIPTION (feet) SIX INCHES 34 - 35- 36 -:. 37 -:: 36 -:: 39 -:: 40- - 41- - 42 --: 43- - 44--: 45- 46 - 47- 4B- 49- 50 -:: 51 -:: 52 -:: 63- 54- 55 -:: 56 -:: 57 --: 58 -:: 59 -:: 60 -:: 61 - 82 -:: 83 -:: 64 -:: 85- - 66 -:: 67 -:: 68- - 69 --: 70 -:: 71- - 72-:: 73--: 74 -i 7< -.J ~. .....1 17 Tan fragmented LIMESTONE and ....... 26 ...... l~ - . LIMESAND "~j, .\.... ~~~:~. 12 ~H: l! ~~~~. .:.~ ~..~~ ~~.; ..p I~ ;""i~ :l~ - Tan SAND with trace rock .!.:~\~ ~~ .......... ~;t.l.: .. . .... ..;.'~;'~.2. ~~:~: ~~ 33 : :i.'~.:):' ~g ......... :.;:1i!' :.::~ :~. . : ~; ."'t;t ......... ~~.2.- f ~ ~~ l~ t:'!"\:..: 28 ......,. t.:"'l. 'r ~.~. . ;::.~ : ~~~.. . . d. .. ,".. -.. Tan fl'llgmenled LIMESTONE and silica SAND BORING NO.: B-4 STANOARD PENETRATION TEST SAMPLE SAMPLING N-value NO. INTERVAL N CURVE 10 30 50 70 90 12 35.0.37.0 50 II 1/ 13 40.0.42.0 27 14 45.0-47.0 Boring terminated at 60.0' 37 \ 15 50.0.52.0 63 I 16 55.0.57.0 42 17 58.0.60.0 :,'o\~ ~4~.j:~\n S,'~~~;,~O;:;-ILM""'.." 33181 WINGERTER LABORATORIES, INC. Page A-II TEST BORING LOG I "\\I WINGERTER l,dOfU,to_CU I.e. PlW"......1 E.......... . 'I'..uq BORING NO.: B-5 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on ooring & soil penneaoility location sketch DRILLER: J. Cooper ELEVATION: DRILL RIG: eMS DATE STARTED: 4-19-05 DEPTH TO WATER: 3.5' DATE COMPLETED: 4-19-05 ['IEPTH (feet! o 1 2 3 4 5 e 7 B 9 10 11 12 13 14 15 18 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 SOIL SYMSOLS, STANOARD PENETRA TlON TEST ANO BLOWS PER SOIL DESCRIPTION SAMPLE SAMPlING N.value SIX INCHES NO. INTERVAL N CURVE 10 30 50 70 90 Tan SAN!) with some fragmented limestone 1 0.0-1.0 Tan silica SAND. with trace shells 2 1.0-2.0 22 ,"." ..... 3 2.0-3.0 Tan silica SAND "1ll1 SHELLS Black decomposed ORGANIC MATERIAL 4 3.0.4.0 3 5 4.0-8.0 4 . . -, .. ... .- 6 6.0-S.0 . .r:~:-:' Gray silica SAND with trace root. ","'J"~ 24 "'/,,~ :/.' r:.:~' Gray silica SAND and SHELLS 7 8.0.10.0 :~:.,.:~ 30 ~:.:v.. ~... 8 '0.0,'2.0 ~:v:v. . 13 ~:V:S': .:v:v" ~:'O':v.' :v:v.. I ,,;~'" li:D,"tr: v:v:li Light gray sili.a SAND with tra.e shellS 9 15.0-17 .0 20 20.0.22.0 10 Tan fragmented LIMESTONE with trace limesand 41 11 25.0-27.0 Tan fragrnenled LIMESTONE with some Iimesand 23 30.0-32.0 12 Tan silica SAND with trace fragmented limestone 25 This ~ntQrmation pe=t~ins only to t~ia borlMQ and should not be i~terpr~ted as beir.q ~ndie.tiYe of th~ 8it~. WINGERTER LABORATORIES, INC. Page A-1 L 1820 N.E_ 144th Street, ~ Noftt'l Miem;, f\. 3318\ tJ051944.3401 ,.800-345.S0Il WINGERTER TEST BORING LOG ,AaOJU,1'OtUU 11C- P..,.....,..ll:~.""'.'t..un. BORING NO,: B-5 CLIENT: Perkins cfc Will PROJECT: Miami Beach Municipal Parking Facility DEPTH SOil SYMBOLS, STA.NDARD PENeTRATION TEST ANO BLOWS PER SOIL DESCRIPTION SAMPLE SAMPLING N-v,lue (feet) SIX INCHES NO. INTERVAL N CURVE 34 -: 10 30 50 70 90 ~. .&B& 36- :,,:"~( .. 13 35.0,37.0 38 ..: . :'f:'9:. 85 Tan SAND and SHELLS I 23 - t~V:~ h I'-- 37 - ~,v.v:. .<q':v:!1. " .v:v.. 38 -: r.V:'V:lli I'-- ~/':O:' 39 -: ~~r- "- 40-: Tan L1MESAND wi,h some fragmemed 14 40.0-42.0 C..~~::: :g 123 41 -: ~.j ;~/ 82 limestone 42- - ~jmr 43 -:: 44- - ':'::':"!', 46- ::/)~r 15 46,0.47.0 - r::;.:: 53 48- : ::: ::: 18 131 47- ~::i::~: 60 . r.;;;' 48- . t:": f'. 1/ - "" ..\ 49 -:. ~~1' - 50 -:: ,........ ." . .0" 16 50.0.62.0 Tan fragmen,ed LIMESTONE and / 51 -: ~.:... 33 LlMESAND 58 ... 25 ~ ..d 30 62 -: .iIlJt. ,..,.r 53 -: ... '.."'4 ~i::;~ 54- ....~. 65- ..~~: >':I.~" 17 56.0.57.0 56 - ~...... 28 70 .:.... 42 67- "':':iIi 3G 1\ ,.... .. - ;a... '~: 58 -: >4.: ~~r 18 68.0.60.0 9;.~ 55 59 -:: ~:.." 30 85 .. ;.~ 30 60- Boring lerminated II 60.0' 61- 62 - - 63- - 64 -:: 65 -: 66- - 67 - - 68 -:: 69- 70- 71- - I 72- - i 73- I - I 74- , 7" - \W 1820 N.E. 1Uth $tlt:el . Nor,h M'~mi, FL 33181 (3051 944-3401 t.800.34~.SOIL WINGERTER LABORATORIES, INC. Page A-13 ~ TeST BORING LOG I LUOUtolUU Itc. p...r..-...a 'I.......... "1'..u.a BORING NO.: B-6 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Faciliry LOCATION: As shown on boring & soil penneabiliry localion skelch DRILLER: J, Cooper ELEVATION: - DRILL RIG: CMS DATE STARTED: 4,.18-05 DEPTH TO WATER: 4.0' DATE COMPLETED: 4-18-05 DEPTH SOIL SYMBOLS. STANOARO PENETRATION TEST ANO BLOWS PER SOIL DESCRIPTION SAMPLE SAMPLING N.. ;Iu. lfeet! SIX INCHES NO. INTERVAL N Cu Rve 0-: ~ 3. - . . '0 30 50 70 90 Tan silica SAND and fragmented 1 0.0-1.0 '--:- .......'lj u- LIMESTONE 2 1.0.2.0 37 V 2- ~ '~ - :"; ~~:;;~~ 12 Tan silica SAND wilh lrace fragmented 3 2.0-3.0 3-: i,:':':: 19 - . 'Jim.es~ne ....... 4 3.0-4.0 22 , . Gray silica SAND with some fragmenled 4 _ !I. ' 12 - '::.li~~~Ol':e... . 5 4.0.6.0 .. ...". ....... I. .. . 5-: ......1'.. 15 25 t\~;::: . Tan silicaSAND . .. 6- 4 - . Gray silica SAND with Irace fragmented 6 6.0-B.0 7-: :oClo::;Jli . limeslone. . ~;::~:: . .. . 14 ,. 8-: ::4\:.:9< . Tan silica SAND with some sheils 7 8.0.10.0 9-: .~:::~:, . 16 ::~:::~ . . 10-: ~:::~:: IS 8 '0.0-12.0 l' -: .:~::~ 17 20 37 r:::~:: 2. 12-: ......... ":6;.':6: 13-: ~:::4:' 14-: ::1.;::4 ~::~::l 6 -' 16 -: Gray silica SAND and SHELLS 9 16.1).17.0 v~~io 16 --:- 'I;I'.v.Q 12 22 .~-:'!:~: 12 17- ,~:~:~ 18- :t'~:~- 19 -: F~~~'} . r~'V:" 20 -: Vol 10 20.0-22.0 21- ~'~'" \! 22 22 -: g.'O.Q':. .:tt:O:\:lI 23-: :~..t':' ':":9:l;i 24 -: ':v'''':' ~. 25 -: ":.;..' 8 - .. 11 25.0.27.0 .d., ~!. Tan fragmented LIMESTONE and 26 -: j .... 12 L1MESAND 22 I'.,.~ 14 27 -: ~:"'<< .... ~.,,: 28 -: .-. .~, ... ~.,,~ 29 -: .....~ 30- 1\'- Tan fragmented LIMESTONE with some 12 30.0-32.0 31 -: 15 sand 25 32 -: . 22 33 -: i ThUl in!o~~tion pertains ~nly t~ this ~orin~ and should not be inte~pret.d ~, be~~ in41cACiv. of the sice. 1820 H.E. 1441h Street.. Nortn Mi3"", FL 331el t'30S1944.34Ql 1_800_345.S0IL WINGERTER LABORATORIES, INC. Page A-l~ ~~y ~~~" ~ ............ &.eta........ TutlRl TEST BORING LOG CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility OEPTH SOil SYMBOLS, AND BLOWS PER Ifeetl SIX INCHES 34 3. 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 BORING NO.: B-6 SOIL DESCRIPTION ST ANOARD PENETRATION TEST SAMPLE SAMPLING N N.va!ue NO. INTERVAL CURVE 10 30 50 70 90 Tan fragmented LIMESTONE . .... .-. Tan SAND with some fragmented limestone I. 12 15 12 ...-,...... ...... Tan silica SAND with some fragmented limeslone and SHELLS \5 ,. I. ,. ..... .. ... .. Tan silica SAND and fragmented LIMESTONE with sme shells Tan fragmented LIMESTONE with some lime5and Boring tenninated at 60.0' 13 35.0-37,0 14 40.0-42.0 16 46.0-47.0 16 50.0.52.0 17 55.0.57.0 18 56.0.60.0 1820 N.E. 1441h Street. North Miami. FL 33181 lJ05J 944-3401 1.800-345.S0IL WINGERTER LABORATORIES. INC. 32 37 27 25 54 77 Page A-15 ~ TEST BORING LOG \.dOUfOlla:.I\f(\. 'ftOfll......l c........ac. T_ftAftI BORING NO.: B-7 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on boring & soil permeability location sketch DRILLER: J. Cooper ELEVATION: - DRILL RIG: CMS DATE STARTED: 4-15-05 DEPTH TO WATER: 4.0' DATE COMPLETED: 4,15,05 DEPTH SOIL SYMBOLS, STANDARD P~NETRATlON TEST AND BLOWS PER SOIL DESCRIPTION SAMPLE SAMPLING N.. alu. (fBBtI SIX INCHES NO. 'NTERV AL N CU RVE 0- ~ 37 - ... .. . ....... ..... . ... '0 30 SO 70 90 - Tan rragmented LIMESTONE and 1 0,0.1.0 1- ~: - .LlMESAND . . 2 1.0.2.0 33 2- ~ : - .. . / ".,... 0 Liaht Ian. siHc.a SAND with trace sheUs. .,.. 3 2.0.4.0 3--:: ,,:;.:;,;; 2 Dark brown oilica SAND and ORGANICS 7 - ~?:~~: z 4 ,~:::":: . -. .. .... .. . ... . . . 4 4.0.6.0 5- ::~:;~: . Tan silica SAND with some shells a 14 - i<\:::4" . 6--:: ::~::~ . 5 5.0.8.0 12 7-: .::J,:: '0 22 ~i 10 8- 7 - 6 8,0.10.0 9--:: ;4:::.6:: . Light gray silica SAND with some sheUs ,. 18 .:~::~ '2 10--:: . 7 10.0.12.0 .'. ~::~:.: . 11--:: 12 20 :~:::p.; 12 12 --: ~:::~:' 13 --:: ':~:::~ ~::.~:: 14 --:: .:~::~ 15- 4.~~:~a 8 , 5,0-' 7.0 16 -: .~:~ 17 32 17- L~:;;~:: 17 - .:A:.:b: 18- ~:::.i:: ~ 19- :,,,,.:;.:1 :,...,. - ~:1~1'- 20 --:: Tan fragmenled LIMESTONE and . .. 9 20.0.22,0 E..... 20 21 -: ~::.~ g LlMESAND 37 22 --:: ..~~ .;'.-".. 23 -: "... ,. .... . . . 24- ~..; - ~':i" 25- ~~~"~" 10 25,0-27.0 - .. 17 26 --: ~~:::: 15 32 ~.... " 27 --:: .::.:~. ,"'!......." 28 --:: le.":. ~.:.f'.' 29- ..~ ~~~ 30- "'<<'~'" ~""~1S 11 30.0.32.0 ..... 31- .'..:' ~~ 22 - t~\-:;- 12 32 --::. "''",..~ 33 "':j r,...... ~ 'thill info~~e1on pertains only LO this boring and should r.o: be ~n~erpr@red as being indicative of rhe site. 1820 N.E. 144th SUeel.. Norlh Miafl'li, FL 33181 13051944-3401 1.BOO.34S.S0IL WINGERTER LABORATORIES, INC. Page A.l~ 't:'KT ~~~, ~e ,.........-.lC"IlnMdnC..T..w.c. TeST BORING LOG CLIENT: Perkins &: Will PROJECT: Miami Beach Municipal Parking Faciliry DEPTH SOIL SYMBOLS. AND BLOWS PER (feetl SIX INCHES 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4a 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 56 87 88 89 70 71 72 73 74 7 ~~ II.... ......i-: 48 ~... ,.~ is ill.. . ..:fI!..... '... .. ~\t..~~ r'~.... ..~ !\ ~~ ,.. ~~~;; 1& ... d, 12 *~: ..:.~ ,.~,.~ , .jf~. ...... ~~~ ~~. SOIL DESCRIPTION .... .' ..... Tan fragmented LIMESTONE with trace lime.and Tan fragmented l.IMESTONE and silica SAND Tan fragmented LIMESTONE with lrace limesand Boring terminated at 60.0' BORING NO.: B-7 STANDARD PENETRATION TEST SAMPLE SAMPLING N N.value NO. INTERVAL CURVE 10 30 50 70 90 12 35.0.37.0 13 40.0-42.0 14 45.0.47.0 15 50.0.52.0 16 55.0.57.0 17 58.0.60.0 1820N.'. '44,hS,'." . NonhM.m;.FL 3318' WINGERTER LABORATORIES, INC. 1305) 944.3401 1 800.345-S0Il 33 22 96 42 93 45 Page A-17 W WINGERTER L.IaOU~ t~e. ~ P.....~ z......... a 'fdtlllC CLIENT: Perkins & Will PROJECT: Miami Beacll Municipal Parking Facility LOeA TION: As shown on boring & soil permeability location sketch DRILLER: M, Felton ELEVATION: - DRILL RIG: eMS DATE STARTED: 4-20-05 DEPTH TO WATER: 4.0' DATE COMPLETED: 4-20-05 UEPTH SOIL SYMBOLS. ANO BLOWS PER lfeell SIX INCHES o 2 3 4 6 6 7 B 9 10 II 12 13 14 15 16 17 19 19 20 21 22 23 2_ 25 26 27 29 29 30 31 32 33 .:~:::~ ~:::4:: <~:~ :~ ,6,:::6: . ':~~';~ -!i::~~;: .~::~ ;::4:: :~6.: :':6:1 :4::,4:, Jf:~~': ':~::.: :4:::4:. ::i":::~ ~:::~r: ::~::iil ....0... "::.:1 . 7 r: : i;:\ ~::: ~o ~;';"'~31 ~_.;. ." 4S ~:-. .- ~...;.~ ~ TEST BORING LOG SOIL DESCRIPTION . . .. .. .... Light to dark brown .ilica SAND with trace fragmenled limeslone Black decomposed ORGANIC MATERIAL .. . . Grar. sihySANDwith some organic,.. light grar S^.ND with trace. shells Oray silica SAND with trace shells 8 IS IS 17 Tan fragmented LIMESTONE and llMESAND BORING NO,: B.8 I Tan silica SAND Tan 10 gray SAND and fragmented LIMESTONE STANOARO PENETRATION TEST SAMPLE SAMPLING N-value NO. INTERVAL N CURVE 10 30 50 70 90 0.0.2.0 22 2 2.0.4.0 10 3 4,0-5.0 4 5.0.6.0 9 5 6.0.9.0 16 6 9.0.10.0 18 7 10.0-12.0 32 8 15.0-17.0 24 9 20.0-22.0 30 10 25.0.27.0 15 11 30.0-32.0 51 ~hiR lnfo~tiQn perlalns only to ~h~s ~~ring ~nc shoul~ not b~ ~nterpreted as b~lr4 indica~ive of the site Page A-', 1820 N.E. 144th Street.. NOtth Miami, Fl33181 13051944.3401 '-800-34S.SQIL WINGERTER LABORATORIES, INC. . I .- ~'KY ~,~f.' ~. ,..r._lg",,! It........... . T..uq TEST BORING LOG CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Faciliry DEPTH SOIL SYMBOLS, AND 8LOWS PER (teell SIX INCHES 34 35 36 37 38 39 40 41 42 43 44 45 48 47 48 49 50 5' 52 53 54 55 56 57 58 59 60 61 62 83 64 65 66 67 68 69 70 71 72 73 74 SOIL OESCRIPTION Tan fragmented LIMESTONE wilh some Iime.and ,......n. Tan silica SAND and SHELLS . . ., . . . . . . . Tan fragmented LIMESTONE Tan fragmen.ed LIMESTONE wiLh some limesand Boring terminaled al 60.0' BORING NO.: B-8 STANDARD PENETRATION TEST SAMPLE SAMPLING N.v.l\J. NO. INTERVAL N CURVE to 30 50 70 90 12 35.0.37.0 13 40.0.42.0 14 45.0.47.0 15 50.0-52.0 16 55.0-57.0 17 58.0.60.0 18Z0 N.e. 144th 51"el .. Norll\MI.mi, Fl 33181 (3051 944-3401 1.800.345.S0IL WINGERTER LABORATORIES, INC. 65 70 72 80 76 63 Page A-19 __-aT ~~~~ ~~ ..."'...._1 I.......... .,..... TEST BORING LOG BORING NO,: B-9 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility LOCATION: As shown on boring & soil penneabiliry tocalion skelch DRILLER: J. Cooper ELEVATION: ' DRILL RIG: CMS DATE STARTED: 4-18-05 DEPTH TO WATER: 4.0' DATE COMPLETED: 4-18-05 I DEPTH SOIL SYMBOLS, AND BLOWS PER (feetl SIX INCHES SOIL DESCRIPTION STANDARD PENETRATION TEST SAMPLE SAMPliNG N-value NO. INTERVAL N CURVE 0- ...: I _ 2-.: 3-.: 4 _ _ 5-.: 8-.: 7-.: B-.: 9-.: 10 -.: 11-.:: 12- - 13- I' ...: - 15 -.: 16- - 17-.: 18 -.: 19- - 20- 21 -.:: 22- - 23- - 24 -: 25 -.: 25- 27- - 2B- - 29 -.: 30- - 31 - 32- - 33 - - ~ ~ ~. ~ : ::": - : ?~1(.~ 37 - i& - 10 7 5 . . 2- .... .... : _ ..~rownSILT...... ... ... ........ ~ _Blackdecom~sedORGANIC MATERIAL 7 Light gray silica SAND with some shells a 10 7 I. 12 16 a-' ... ... . Light gray silica SAND and SHELLS . a 1 2 3 0.0-1.0 1.0.2.0 2.0.4.0 10 40 9 / ... '...... .." Tan fragmented LIMESTONE and . LIMES.AND. Tan silica SAND wilh some fragmented Ilmeslone f~~ f,o...~.- 1:~::ii '6::4:: ~ -:06:":" 0:+:"':' q:+~ t"<i:;:" :V:9':. .'V:":!1~, ~:"l:v. e .,.:....~~:: ~. ~~.."..O;"'~ :v:v:tt :<ft:tl" :V'v:o. ,../~\~~ 8 ..... 8 ::;::.'!:~.' 10 . ~.~:~ 10 """V~.J ~ :Y;7. ~1 ..;',~v~. . "ll':v.v. V:V.v. 8 ~ ~:~:t': 10 1".:q:.'O:. 10 t.,~:<O':D: 12 i":.." '"0:(7:0 t~..f(..1~j. ~:.;.\T.' r-v:..:;,;; 1- :;~:~a .... l2 ~~:: 34 r';...dl ~"..,1 ~:t~~~ ~ ~ Tan frogmented LIMESTONE and SAND 4 5 6 4.0.5.0 5.0.8.0 6.0.9.0 2 15 '- \ 7 B.O.l0.0 22 8 14 18 20 37 T~l5 Ln(ormation peTta~n. only ~o thi5 boTi~ a~d Ihould not be interprete~ ~5 be1ng indicative of che s~te. 8 10.0.12.0 9 15.0.17.0 10 20.0.22.0 " 25.0.27.0 12 30.0.32.0 1820 N.E. 1 44th SlIl!et, . Nor,h Ml~l'IIi. FL 33181 t30S1 944.3401 1.800.345.S0Il WINGERTER LABORATORIES, INC. 30 50 70 90 / \ Page A-2C. JW WUCGERTER TEST BORING LOG I.UOlU1GIUSlI I.e:. p...s...a...1 E"'........ . T..ttlaa BORING NO.: 8.9 CLIENT: Perkins & Will PROJECT: Miami Beach Municipal Parking Facility DEPTH SOil SYMBOlS, STANOARD PENETRATION TEST AND BLOWS PER SOIL DESCRIPTION SAMPlE SAMPLING N-value (feetl SIX INCHES NO. INTERVAl N CURVE 34- ~ 10 30 SO 70 90 - 35- ~l:" g 13 35,0.37.0 36- r" 47 37- .". 22 ".;.p. ....~~ 3B - qH~ - ~... 39 -: :OI! ....1 ;;,;~ 40- :.:lItf! - '. ..~ 17 14 40.0.42.0 lI:tfli 10 41- .. 2~ 45 - :of\~ 20 42 -: ~;... '.'..' r-~' ~ 43- Ie" ...~ . .,;;~ 44 -: ~~?:~: 45 -: .~" 14 15 45.0.47,0 ,.. 10 46 -: ;;:~. 17 27 .;:" 22 47-: ~.... 48 -: ~;,~ 49- ~l. ~; - ... 50- .:.~ Y'....~,. 16 50.0.52,0 - ~.'"': 12 5,- ~..:."- 10 22 - ,~!t~ 14 52- .... - ~\ 53 - ! ....: 54- :.:.p. ..,..~ 55 -: ~~.. " 17 55.0.57.0 ~... 7 56 -: ..... 1 39 ~;;.. ~~ I"- 57- ...~ - .2B- 5B -: q. 18 58.0.60.0 32 Gray fragmented LIMESTONE with some 59 -: .. limcsand 77 , 37 60-: Boring terminated at 60.0' 61- - 62- - 63 -: 64-: 65 - - 66- - 67- - 68- . 69 -: 70-: 71- - 72-: 73- - 74- ,. -.:. 1820 N.e. 1441h Slr.et . NoHtt MIamI. Fl 33\81 (3051944-3401 1.800.345.S0IL WINGERTER LABORATORIES, INC. Page A-21 Symbol Soil svmbols r.:..:.:: . ,,;w. ....:.. .... LJd d d. L~~~~:1 ......1 II o ~ ~~ ~ II : :., :~: ....... . .... ..~ :-:.;.::: ~ ~ .{;.~:-< ';'/';i :/:.i:;' ..... II II II LEGEND I Description Fragmented limestone and sand Sand Decomposed organic material with some to trace sand Sand with trace shell fragments Sand and shell fragments Limestone with some to trace sand Sand with some to trace limestone Silty sand Sand with some to trace organics Fragmented Limestone Decomposed organic material Organics and silty sand 1820 N.E. 144th Street . Nor'" Miar1li, FL 33181 13051944.3401 1_800.34S.S0Il WINGERTER LABORATORIES, INC. Page A-2. LEGEND Symbol Description OJ] Silt Misc. Svmbols .x... Water table at boring completion .J\., Boring continues Soil Samolers rI Standard penetration test 1820 N,E. '44th Street . North Miami, n33181 13051944-3401 1.800.34~.SOll WINGERTER LABORATORIES, INC. Page A- 23 ( APPENDIX B SOIL PERMEABILITY TESTS WINGERTER LABORATORIES.INC, Engineering Testing & Inspection Services 1820 NE 144 Street, North Miami, FL 33181 Phone: (305) 944-3401 Fax: (305) 949-8698 REPORT: SOIL PERMEABILITY TEST S.F,W.M.D,/D,O,T PERCOLATION EXFILTRATION USUAL CONDITION TEST METHOD CLIENT: PROJECT: PROJECT LOCATION: TEST LOCATION: REPORTED TO: Perkins & Will Miami Beach Municipal Parking Facility Meridian Avenue & 18th Street, Miami Beach. FL See Location Sketch Perkins & Will 999 Ponce de Leon Blvd. Suite 915 Coral Gables, FL 33134 DATE: 4114/2005 TEST NO: P-1 Permeability test was performed by drilling the test hole to a depth of 15 feel. Water was added to the test hole at an average stabilized rate of 3.4 gallons per minute (gpm) for a period of 15 minutes in. order to maintain a constant head at the ground surface level. The Hydraulic Conductivity was calculated as follows: Q : Average Stabilized Rate: H = Depth to Ground Water Level: Os = Saturated Depth: d : Diameter of Test HOle: K : Hydraulic Conductivity = 3.4 GallMln 3.0 Ft 12.00Ft 6 Inches 40 ITd(2H' .. 4HDs + dH) x ---1- 448.83 (Conversion Factor gpm to crs) K = 1,20E-04 cfs/ft' per foot of head SUBSURFACE PROFILE Deoth 0'-1' 1'.15' Soli Descriollon Tan Fragmented Limestone & Sand Gray Sand and Shells F laid Technician: JClMF Respectfully Submiled, WINGERTER RAT~RIES, INC. ~ ~-~ exis E: ~ Florida Reg;stration No, 625i9 WINGERTER LABORATORIES, INC. Engineering Testing & Inspection Services 1820 NE 144 Street, North Miami, FL 33181 phone: (305) 944-3401 Fax: (305) 949-8698 REPORT: SOIL PERMEABILITY TEST S.F.W.M.DJD.O,T PERCOLATION EXFILTRATION USUAL CONDITION TEST METHOD CLIENT: PROJECT: PROJECT LOCATION: TEST LOCATION: REPORTED TO: Perkins & Will Miami Baach Municipal Parking Facility Maridlan Avenue & t8th Street, Miami Beach, FL See Location Skelch Perkins & wm 999 Ponce de Leon Blvd. Suite 915 Coral Gables, FL 33134 DATE: 4/18/2005 TEST NO: P-2. Permeability test was performed by drilling the test hole to a depth of 15 feet. Water was added to the test hole at an average stabilized rate of 4" 1 gallons per minute (gpm) for a period of 15 minutes in order to maintain a constant head at the ground surface level. The Hydraulic Conductivity was calculated as follows: Q = Average Stabilized Rate : H = Depth to Ground Water Level: Os = Saturated Depth: d = Diameter of Test Hole: K = HydrauliC Conductivity = 4.1 GallMin 4.0 Ft 11.00 Ft 6 Inches 4Q lTd(2H2 + 4HDs + dH) x -L- 448.83 (Conversion Factor gpm to cfs) K = 1,11 E ,04 ctsftt' perfoot of head SUBSURFACE PROFILE Death D'-I' l' - 5' 5' .8' 8' -15' Soil Descriotlon Tan Fragmented Limestone & Sand Gray Sandy Slit Brown Organics Gray Sand and Shells Field Technician: JC/MF Respectfully Submlted, WINGERTE~TORIES. INC. /' /. --- "'- ~ ~- A~. Florida Registr3iion No. 6;>519 APPENDIX C TEST BORING & SOIL PERMEABILITY LOCATION MAP & SKETCH -~-~.... .5 " . ;; . ~ .t,;:.~!" ':- = ;; ,N~.lIt1 !:~ ~ ~ !. ~. :;"3'0 .~~ 6is~ ~yn. B.ay.A.QUoIItl( P~~~.l'ri .... : " 'i' $.~ . .~ -c,'" '!.i~ ~.~_ - '-:.' 7" . ~ 6-: 4', . ~ . :;'1S1h ~t . Gr.--: . Isl.tnil Vl.wP.,a.. . ;,!tttl $t, B~;i'k:. . -~..... .... .. ~ ,. ~ SITE LOCATION :.YLU' ..WI~ Iftdl~" ___'t-. .~,..k . "'1. <: cr . ':r.. .~.' t I . ~""!'.J;':r fI~ .......-.. ..,'" "'~iJlt1 ~ _' . s~ _;:_~tlrJs, .,.. '" .;.',S40-"" "", ):to - -.~~. Sf C(llll~ ~. .p~~ olUnt '..e.n~1 ,-, . ...t' :~;: i ~ I l '.,i >.:-,~' -,,:,~":~: -1If..'''::~-'i1 . r ....,;.M.Y..'''~!-; -' C~ - Linr.~!l'ILt'I~~. ; ;; ::''; k . . ..t:.... . --i.: .... ~ AtJantio Ocea'" l.in,olh Pod 'f. '; llnQClln?d ..._,,-~ :t~ .. ,. ; ::'::.' ~.:~~~l~,,~;n ~ llftc.!'n "".' l~th 'Sf "it,"; ;'.;1-; :. ----' ':- ... 15th ~;": (,0 ..; t..&th ferl ....:.:h ~~ . .1 .~'I'ft ',_fl. .Miami Sue" . ..... ,. if .- '..... e .it, ;., ~ i~, $.. ~ ~. '" - . '~~ -~ ..... ... ,. . . ....-.. . 'E,p:'-,,~i~ ~N:'Y.' ~.~Itt 6. ~ Lumrnua:P .nl. fC' ,z,nd Pu"U, : 8uo" r, .:$) FI~min.o ... P.", .. " .. ;. 13th 3t .> ~ Perkins & Will Miami Beach Municipal Parkins Facility Meridian Ave. & 18 Street, Miami Bea<;h, FL ~roiessional EIIClneeriAg II Test:n& Page: C-l P O. Box 6il.s'SO. North :'v1i3Di. ~t j~::'6t_~.J.~O TEST BORINGS & PERCOLATION TEST LOCATION SKETCH ..i .......~..._.........-.._.._......__._..-., . . ..,.....-....-. .........----.......--..."-. " ...... ............._......._.--...-..-....._--_...........-.. .--..._ .' ,..._.:.::::.:~.::::.._._.......... ,...h........ . "..~~::.=~=...... - . -~- '-- --..... .-.....-.-- " 'I$" _.t~=-"::::--"""""':::'._. ...~_. ..:::::".__. ..,:'::',,J _m_.. {-...:;;,;;_. I . '--- ---.... .._- ~ ~ $1'\U:'ET ..... . .-- ..."...."". . - ~._~......,,' --.==""-,1"::::: .~:=:r,,='IlIU;:.~ ;;';O'.....=.I~II>._.-~=...""._...::::::..-..-........ /;# ,--::;;,:.-:;::-,;::-,;:;;..... - - -<f:::';:::::1' I;~ r- ...- 111:"; , i ""!' v: I I I" l~:h i ; R I ;1 I I l;~.r. ,1\ L I ':_"~i-'_:___ I .,' '1 I '-~~~~ i ...., , f I t~ . I I' i ~ i i I i t-'l Ii I I i I . -, I i I. i 1 ,,; i I i..:1! l Ii I I, ~' ,i r~ 1"1 ) ;' il I /.1 ~ Iii ./ i , i . i L....-..- =1::' :6' I! ! ! ! . \- LOCATION PLAN 1,- I .' - }..' .! . Percolation Test Loc:ation . Test Boring Location Perkins & Will Miami Beach Municipal Parking Facility Meridian Ave. & 18 Slreet, Miami Beach, FL Page: C-2 P.O. Bo",6114~O. NonbMiam~Fl33261-14S0 t I Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 SECTION 02240 - DEWATERING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, Including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes construction dewatering. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities a'nd support facilities, 2. Division 2 Section "Excavation Support and Protection." 3. Division 2 Section "Earthwork" for excavating, backfilling, site grading and for site utilities. 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control ground-water flow into excavations and permit construction to proceed on dry, stable subgrades. 1. Maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Accomplish dewatering without damaging existing buildings adjacent to excavation. 4, Remove dewatering system if no longer needed. 1.4 SUBMITTALS A. Shop Drawings for Information: For dewatering system. Show arrangement, locations, and details of wells and well points; locations of headers and discharge lines; and means of discharge and disposal of water. 1. Include layouts of piezometers and flow-measuring devices for monitoring performance of dewatering system. 2. Include a written report outlining control procedures to be adopted if dewatering problems arise, 3, Include Shop Drawings signed and sealed by the qualified professional engineer responsible for their preparation. DEWATERING 02240 - 1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 B. Qualification Data: For Installer and professional engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by dewatering operations. Do Record drawings at Project closeout identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions performed during dewatering. 1. Note locations and capping depth of wells and well points. E. Field Test Reports: Before starting excavation, submit test results and computations demonstrating that dewatering system Is capable of meeting performance requirements. 1.5 QUALITY ASSURANCE A. Regulatory Requirements: Comply with water disposal requirements of authorities having jui-lsdictlon. B. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 PROJECT CONDITIONS A. Existing Utilities: Do not Interrupt utilities serving facilities occupied by Owner or others unless permitted In writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. 1. Make additional test borings and conduct other exploratory operations necessary for dewatering. 2. The geotechnical report is included referenced elsewhere in the Project Manual. C. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Architect if changes In elevations occur or if cracks, sags, or other damage is evident in adjacent construction. DEWATERING 02240 - 2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. 1. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls. B. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering Is no longer required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Maintain piezometric water level a minimum of 24 Inches (600 mm) below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids Inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction. DEWATERING 02240 - 3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 F. Provide standby equipment on-site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation salls at no additional expense to Owner. 1. Remove dewatering system from Project site on completion of dewatering. Plug or fill well holes with sand or cut off and cap wells a minimum of 36 inches (900 mm) below overlying construction. G. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. . 3.3 OBSERVATION WELLS A. Provide, take measurements, and maintain at least the minimum number of observation wells or piezometers indicated and additional observation wells as may be required by authorities having jurisdiction. B. Observe and record daily elevation of ground water and piezometric water levels In observation wells. C. Repair or replace, within 24 hours, observation wells that become inactive, damaged, or destroyed. Suspend construction activities in areas where observation wells are not functioning properly until reliable observations can be made. Add or remove water from observation-well risers to demonstrate that observation wells are functioning properly. 1. Fill observation wells, remove piezometers, and fill holes when dewatering Is completed. END OF SECTION 02240 DEWATERING 02240 . 4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes temporary excavation support and protection systems. B. Related Sections include the follOWing: 1. Division 1 Section "Temporary Facilities and Controls" for temporary utilities and support facilities. 2. Division 2 Section "Dewatering" for dewatering excavations. 3. Division 2 Section "Earthwork" for excavating and backfilling and for existing utll ities. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Provide professional engineering services needed to assume engineering responsibility, including preparation of Shop Drawings and a comprehensive engineering analysis by a qualified professional engineer. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, pavements, and other improvements adjacent to excavation. 1.4 SUBMITTALS A. Shop Drawings for Information: Prepared by or under the supervision of a qualified professional engineer for excavation support and protection systems. 1. Include Shop Drawings signed and sealed by the qualified professional engineer responSible for their preparation. B. Qualification Data: For Installer and professional engineer. C. Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by the absence of, the installation of, or the performance of excavation support and protection systems. EXCAVATION SUPPORT AND PROTECTION 02260 - 1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/2912006 1.5 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in' writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for Information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. 1. Make additional test borings and conduct other exploratory operations necessary for excavation support and protection. 2. The geotechnical report is Included referenced elsewhere in the Project Manual. C. Survey adjacent structures and Improvements, employing a qualified professional engineer or land surveyor; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During installation of excavation support and protection systems, regularly resurvey benchmarks, maintaining an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Architect if changes In elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTM A 36/A 36M, ASTM A 690/A 690M, or ASTM A 992/A 992M. C. Steel Sheet Piling: ASTM A 328/A 328M, ASTM A 572/A 572M, or ASTM A 690/A 690M; with continuous Interlocks. D. Wood Lagging: Lumber, mixed hardwood, nominal rough thickness of 3 inches (75 mm). E. Shotcrete: Comply with Division 3 Section "Shotcrete" for shotcrete materials and mixes, reinforcing, and shotcrete application. F. Cast-in-Place Concrete: ACI 301, of compressive strength required for application. G. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. EXCAVATION SUPPORT AND PROTECTION 02260 - 2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/2912006 1. Shore, support, and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces is not impeded. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SOLDIER BEAMS AND LAGGING A. Install steel soldier beams before starting excavation. Space soldier beams at regular Intervals not to exceed allowable flexural strength of wood lagging. Accurately align exposed faces of flanges to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment. B. Install wood lagging within flanges of soldier beams as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and compact. C. Install wales horizontally at centers indicated and secure to soldier beams. 3.3 SHEET PILING A. Before starting excavation, Install one-piece sheet piling lengths and tightly interlock to form a continuous barrier. Limit vertical offset of adjacent sheet piling to 60 inches (1500 mm). Accurately align exposed faces of sheet piling to vary not more than 2 inches (50 mm) from a horizontal line and not more than 1:120 out of vertical alignment. Cut tops of sheet piling to uniform elevation at top of excavation. 3.4 TIEBACKS A. Tiebacks: Drill for, install, grout, and tension tiebacks Into position. Test load- carrying capacity of each tieback and replace and retest deficient tiebacks. 1. Test loading shall be observed by a qualified professional engineer responsible for design of excavation support and protection system. 2. Maintain tiebacks in place until permanent construction is able to withstand lateral earth and hydrostatic pressures. EXCAVATION SUPPORT AND PROTECTION 02260 - 3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 3.5 BRACING A. Bracing: Locate bracing to clear columns, floor framing construction, and other permanent work. If necessary to move brace, install new bracing before removing original brace. 1. Do not place bracing where it will be cast into or Included in permanent concrete work, unless otherwise approved by Architect. 2. Install internal bracing, if required, to prevent spreading or distortion of braced frames. 3. Maintain bracing until structural elements are supported by other bracing or until permanent construction Is able to withstand lateral earth and hydrostatic pressures. 3.6 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soli and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. 1. Remove excavation support and protection systems to a minimum depth of 48 inches (1200 mm) below overlying construction and abandon remainder. 2. Repair or replace, as approved by Architect, adjacent work damaged or displaced by removing excavation support and protection systems. B. Leave excavation support and protection systems permanently in place. END OF SECTION 02260 EXCAVATION SUPPORT AND PROTECTION 02260 - 4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section Includes the following: 1. Preparing subgrades for slabs-on-grade walks pavements lawns and grasses and exterior plants. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs-on-grade. 4. Subbase course for concrete walks pavements. 5. Subbase and base course for asphalt paving. 6. Subsurface drainage backfill for walls and trenches. 7. Excavating and backfilling for utility trenches. 8. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: 1. Division 1 Section "Temporary Facilities and Controls" for temporary controls, utilities, and support facilities. 2. Division 2 Section "Dewatering" for lowering and disposing of ground water during construction. 3. Division 2 Section "Excavation Support and Protection" for shoring, bracing, and sheet piling of excavations. 4. Division 3 Section "Cast-in-Place Concrete" for granular course if placed over vapor retarder and beneath the slab-an-grade. 1.3 UNIT PRICES A. Unit prices for earthwork are Included in Division 1 Section "Unit Prices." B. Quantity allowances for earthwork are included in Division 1 Section "Allowances." C. Rock Measurement: Volume of rock actually removed, measured in original position, but not to exceed the following. Unit prices for rock excavation include replacement with approved materials. 1. 24 inches (600 mm) outside of concrete forms other than at footings. 2. 12 inches (300 mm) outside of concrete forms at footings. 3. 6 inches (150 mm) outside of minimum required dimensions of concrete cast against grade. . 4. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. 5. 6 inches (150 mm) beneath bottom of concrete slabs-on-grade. EARTHWORK 02300 - 1 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 6. 6 inches (150 mm) beneath pipe in trenches, and the greater of 24 inches (600 mm) wider than pipe wide. 1.4 DEFINITIONS A. Backfill: Soli material or controlled low-strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Course placed between the subbase course and hot-mix asphalt paving. C. Bedding Course: Course placed over the excavated subgrade In a trench before laying pipe. D. Borrow Soli: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Course supporting the slab-on-grade that also minimizes upward capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions Indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect/Enginner. Authorized additional excavation and replacement material will be paid for according to Contract provisions for unit prices 2. Bulk Excavation: Excavation more than 10 feet (3 m) in width and more than 30 feet (9 m) length. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. H. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. (0.76 cu. m) for bulk excavation or 3/4 cu. yd. (0.57 cu. m) for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1. Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- (1065-mm-) wide, maximum, short-tip-radlus rock bucket; rated at not less than 138-hp (103-kW) flywheel power with bucket-curling force of not less than 28,090 Ibf (125 kN) and stick-crowd force of not less than 18,650 Ibf (83 kN); measured according to SAE J-1179. 2. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 210-hp (157-kW) flywheel power and developing a minimum of 48,510-lbf (216-kN) breakout force with a general-purpose bare bucket; measured according to SAE J-732. EARTHWORK 02300 - 2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/2912006 I. Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material3/4 cu. yd. (0.57 cu. m) or more In volume that exceed a standard penetration resistance of 100 blows/2 inches (97 blowS/50 mm) when tested by an Independent geotechnical testing agency, according to ASTM D 1586. J. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made statiOnary features constructed above or below the ground surface. K. Subbase Course: Course placed between the subgrade and base course for hot- mix asphalt pavement, or course placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk. L. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill Immediately below subbase, drainage fill, or topsoil materials. M. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.5 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warn ing tape. 2. Geotextile. 3. Controlled low-strength material, including design mixture. 4. Geofoam. B. Samples: 12-by-12-lnch (300-by-30Q-mm) Sample of subdralnage separation geotextile. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on-site and borrow soli material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM 0 1557 for each on-site and borrow soil material proposed for fill and backfill. D. Blasting Plan: For record purposes[; approved by authorities having jurisdiction]. E. Seismic Survey Report: For record purposes; from seismic survey agency. F. Preexcavation Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, Including finish surfaces, that might be misconstrued as damage caused by earthwork operations. Submit before earthwork begins. 1.6 QUALITY ASSURANCE A. Blasting: Comply with applicable requirements in NFPA 495, "Explosive Materials Code," and prepare a blasting plan reporting the following: 1. Types of explosive and sizes of charge to be used in each area of rock removal, types of blasting mats, sequence of blasting operations, and EARTHWORK 02300 - 3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 procedures that will prevent damage to site improvements and structures on Project site and adjacent properties. 2. Seismographic monitoring during blasting operations. B. Seismic Survey Agency: An independent testing agency, acceptable to authorities having Jurisdiction, experienced in seismic surveys and blasting procedures to perform the following services: 1. Report types of explosive and sizes of charge to be used in each area of rock removal, types of blasting mats, sequence of blasting operations, and procedures that will prevent damage to site Improvements and structures on Project site and adjacent properties. 2. Seismographic monitoring during blasting operations. C. Geotechnical Testing Agency Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to ASTM D 3740 and ASTM E 548. D. Preexcavatlon Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.7 PROJECT CONDITIONS A. Existing Utilities: Do not Interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Architect not less than two days in advance of proposed utility Interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. 3. Contact utility-locator service for area where Project Is located before excavati ng. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. 8. Satisfactory Solis: ASTM 0 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM or AASHTO M 145 Soli Classification Groups A-I, A-2-4, A-2-5, and A-3, or a combination of these groups; free of rock or gravel larger than 3 inches (75 mm)ln any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487 or A-2-6, A-2-7, A-4, A-5, A-6, and A-7 according to AASHTO M 145, or a combination of these groups. EARTHWORK 02300 - 4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+ WILL P+W 810059 9/2912006 . 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (O.075-mm) sieve. E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-lnch (37.5-mm) sieve and not more than 8 percent passing a No. 200 (O.075-mm) sieve. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (37.5-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. G. Bedding Course: Naturally or artificially graded mixture of natural. or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a I-Inch (25-mm) sieve and not more than 8 percent passing a No. 200 (O.075-mm) sieve. H. Drainage Course: Narrowly graded mixture of [washed ]crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2-inch (37.5-mm) sieve and 0 to 5 percent passing a NO.8 (2.36-mm) sieve. \. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse-aggregate grading Size 67; with 100 percent passing a I-inch (25-mm) sieve and 0 to 5 percent passing a No.4 (4.75- mm) sieve. J. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand. K. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state. 2.2 GEOTEXTILES A. Subsurface Drainage Geotextile: Nonwoven needle-punched geotextile, manufactured for subsurface drainage applications, made from polyolefins or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 157 Ibf (700 N); ASTM D 4632. 3. Sewn Seam Strength: 1421bf (630 N); ASTM D 4632. 4. Tear Strength: 56 Ibf (250 N)j ASTM D 4533. 5. Puncture Strength: 56 Ibf (250 N); ASTM D 4833. 6. Apparent Opening Size: No. 40 (0,425-mm) sieve, maximum; ASTM D 4751. 7. Permittivity: 0.5 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. B. Separation Geotextile: Woven geotextile fabric, manufactured for separation applications, made from polyolefins or polyesters; with elongation less than 50 EARTHWORK 02300 - 5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+ WILL P+W 810059 9/29/2006 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 247 Ibf (1100 N); ASTM D 4632. 3. Sewn Seam Strength: 222 Ibf (990 N); ASTM D 4632. 4. Tear Strength: 90 lbf (400 N); ASTM D 4533. 5. Puncture Strength: 90 Ibf (400 N); ASTM D 4833. 6. Apparent Opening Size: No. 60 (0.250-mm) sieve, maximum; ASTM D 4751. 7. Permittivity: 0.02 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. 2.3 CONTROLLED LOW-STRENGTH MATERIAL A. Controlled Low-Strength Material: Low-denSity, self-compacting, fiowable concrete material as follows: 1. Portland Cement: ASTM C 150, Type I. 2. Fly Ash: ASTM C 618, Class Cor F. 3. Normal-Weight. Aggregate: ASTM C 33,3/4-inch (19-mm) nominal maximum aggregate size. 4. Foaming Agent: ASTM C 869. 5. Water: ASTM C 94/C 94M. 6. Air-Entraining Admixture: ASTM C 260; B. Produce low-density, controlled low-strength material with the following physical properties: 1. As-Cast Unit Weight: 30 to 36 Ib/cu. ft. (480 to 576 kg/cu. m) at point of placement, when tested according to ASTM C 138/C 138M. 2. Compressive Strength: 80 psi (550 kPa) when tested according to ASTM C 495. C. Produce conventional-weight, controlled low-strength material with 80-psi (550- kPa) compressive strength when tested according to ASTM C 495. 2.4 GEOFOAM A. Extruded-Polystyrene Board Insulation: ASTM C 578, Type IV, 1.60 Ib/cu. ft. (26 kg/cu. m) B. Molded-Polystyrene Board Insulation: ASTM C 578, Type I, 0.90 Ib/cu. ft. (15 kg/cu. m) 1. Manufacture molded polystyrene with an inorganic mineral registered with the EPA and suitable for application as a termite deterrent. C. Geofoam Connectors: Geofoam manufacturer's multi barbed galvanized steel sheet connectors. 2.5 ACCESSORIES A. Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility; colored as follows: EARTHWORK 02300 - 6 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 B. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and Identifying underground utilities, a minimum of 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously Inscribed with a description of the utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape Is burled up to 30 inches (750 mm) deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. B. Preparation of subgrade for earthwork operations including removal of vegetation, topsoil, debris, obstructions, and deleterious materials from ground surface is specified in Division 2 Section "Site Clearing." C. Protect and maintain erosion and sedimentation controls, which are specified In Division 2 Section "Site Clearing," during earthwork operations. D. Provide protective insulating materials to protect subgrades and foundation soils against freezing temperatures or frost. 3.2 DEWATERING A. Prevent surface water and ground water from entering excavations, from pondlng on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system, specified in Division 2 Section "Dewatering," to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.3 EXPLOSIVES A. Explosives: Do not use explosives. B. Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Perform blasting without damaging adjacent structures, property, or site improvements. EARTHWORK 02300 - 7 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 2. Perform blasting without weakening the bearing capacity of rock subgrade and with the least-practicable disturbance to rock to remain. 3.4 EXCAVATION, GENERAL A. Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soli materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2. Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a. 24 Inches (600 mm) outside of concrete forms other than at footings. b. 12 inches (300 mm)outside of concrete forms at footings. c. 6 Inches (150 mm) outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches (150 mm) beneath bottom of concrete slabs on grade. f. 6 inches (150 mm) beneath pipe in trenches, and 24 inches (600 mm) wider than pipe or wide. B. Classified Excavation: Excavate to subgrade elevations. Material to be excavated will be classified as earth and rock. Do not excavate rock until It has been classified and cross sectioned by Architect. The Contract Sum will be adjusted for rock excavation according to unit prices included In the Contract Documents. Changes in the Contract time may be authorized for rock excavation. 1. Earth excavation Includes excavating pavements and obstructions visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation. a. Intermittent drilling; blasting, if permitted; ram hammering; or ripping of material not classified as rock excavation Is earth excavation. 2. Rock excavation includes removal and disposal of rock. Remove rock to lines and subgrade elevations indicated to permit installation of permanent construction without exceeding the following dimensions:Measurements In subparagraphs below are examples only; revise to suit Project conditions and office standards. a. 24 inches (600 mm) outside of concrete forms other than at footings. b. 12 Inches (300 mm) outside of concrete forms at footings. c. 6 inches (150 mm) outside of minimum required dimensions of concrete cast against grade. d. Outside dimensions of concrete wails indicated to be cast against rock without forms or exterior waterproofing treatments. e. 6 inches (150 mm) beneath bottom of concrete slabs on grade. f. 6 Inches (150 mm) beneath pipe in trenches, and 24 inches (600 mm) wider than pipe wide. EARTHWORK 02300 - 8 Multi-PllrposeMllnicipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 3.5 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 Inch (25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Pile Foundations: Stop excavations 6 to 12 inches (150 to 300 mm) above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. 3. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended as bearing surfaces. 3.6 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.7 EXCAVATION FOR UTIUTY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow Installation of top of pipe below frost line. . B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches (300 mm) higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: 12 Inches (300 mm) each side of pipe or conduit. C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches (150 mm) in nominal diameter and flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches (150 mm) or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches 6 inches (150 mm) deeper than elevation required In rock or other unyielding bearing material to allow for bedding course. D. Trench Bottoms: Excavate trenches 4 inches (100 mm) deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. EARTHWORK 02300 - 9 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+\V 810059 9/2912006 1. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.8 SUBGRADE INSPECTION A. Notify Architect when excavations have reached required subgrade. B. If Architect determines that unsatisfactory soil Is present, continue excavation and replace with compacted backfill or fill material as directed. C. Proof-roll subgrade below the building slabs and pavements with heavy pneumatic- tired equipment to identify soft pockets and areas of excess yielding. Do not proof- roll wet or saturated subgrades. 1. Completely prOOf-roil subgrade in one direction, repeating proof-roiling in direction perpendicular to first direction]. Limit vehicle speed to 3 mph (5 km/h). 2. Proof-roll with a loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes). 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D. Authorized additional excavation and replacement material will be paid for acconding to Contract provisions for unit prices. E. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.9 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi (17.2 MPa), may be used when approved by Architect. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Architect. 3.10 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.11 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade Including, where applicable, subdrainage, dampproofing, waterproofing, and perimeter Insulation. EARTHWORK 02300 - 10 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W810059 9/29/2006 2. Surveying locations of underground utilities for Record Documents. 3. Testing and Inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. 3.12 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to prOVide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. Concrete is specified in Division 3 Section "Cast-in-Place Concrete." D. Provide 4-inch- (100-mm-) thick, concrete-base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase. E. Place and compact initial backfill of subbase material satisfactory soil, free of particles larger than 1 inch (25 mm) in any dimension, to a height of 12 inches (300 mm) over the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F. Controlled Low-Strength Material: Place initial backfill of controlled low-strength material to a height of 12 inches (300 mm) over the utility pipe or conduit. G. Backfill voids with satisfactory soli while installing and removing shoring and bracing. H. Place and compact final backfill of satisfactory soil to final subgrade elevation. I. Controlled Low-Strength Material: Place final backfill of controlled low-strength material to final subgrade elevation. J. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs. 3.13 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material In layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. EARTHWORK 02300 - 11 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 2. Under walks and pavements, use satisfactory 5011 material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. C. Place soil fill on subgrades free of mud, frost, snow, or ice. 3.14 GEOFOAM FILL A. Place a leveling course of sand, 2 inches (50 mm) thick, over subgrade. Finish leveling course to a tolerance of 1/2 inch (13 mm) when tested with a lO-foot (3- m) straightedge. 1. Place leveling course on subgrades free of mud, frost, snow, or ice. B. Install geofoam blocks In layers with abutting edges and ends and with the long dimension of. each block at right angles to blocks in each subsequent layer. Offset joints of blocks in successive layers. C. Install geofoam connectors at each layer of geofoam to resist horizontal displacement according to geofoam manufacturer's written instructions. D. Cover geofoam with subdrainage separation geotextile before placing overlying soil materials. 3.15 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soli material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.16 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches (200 mm) loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the folloWing percentages of maximum dry unit weight according to ASTM D 1557: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill soil material at 95 > percent. 2. Under walkways, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at > percent. EARTHWDRK 02300 - 12 Multi.Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/2006 3. Under lawn or unpaved areas, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill soil material at [85] <Insert percentage> percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.17 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish sUbgrades to required elevations within the following tolerances: I. Lawn or Unpaved Areas: Plus or minus 1 inch (25 mm). 2. Walks: Plus or minus 1 inch (25 mm). 3. Pavements: Plus or minus 1/2 inch (13 mm). C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch (13 mm) when tested with a 10-foot (3-m) straightedge. 3.18 SUBSURFACE DRAINAGE A. Subdralnage Pipe: Specified in Division 2 Section "Subdralnage." B. Subsurface Drain: Place subsurface drainage geotextile around perimeter of subdralnage trench. Place a 6-inch (150-mm) course of filter material on subsurface drainage geotextile to support subdrainage pipe. Encase subdralnage pipe in a minimum of 12 inches (300 mm) of filter material, placed in compacted layers 6 inches (150 mm) thick, and wrap in subsurface drainage geotextile, overlapping sides and ends at least 6 inches (150 mm). 1. Compact each filter material layer to 85 percent of maximum dry unit weight according to ASTM D 698. C. Drainage Backfill: Place and compact filter material over subsurface drain, In width indicated, to within 12 inches (300 mm) of final subgrade, in compacted layers 6 inches (150 mm) thick. Overiay drainage backfill with 1 layer of subsurface drainage geotextile, overlapping sides and ends at least 6 Inches (150 mm). 1. Compact each filter material layer to 85 percent of maximum dry unit weight according to ASTM D 698. 2. Place and compact impervious fill over drainage backfill In 6-inch- (150-mm-) thick compacted layers to final subgrade. 3.19 SUBBASE AND BASE COURSES A. Place subbase and base course on subgrades free of mud, frost, snow, or ice. EARTHWORK 02300 - 13 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W810059 9/29/Z006 B. On prepared subgrade, place subbase and base course under pavements and walks as follows: 1. Install separation geotextile on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. 2. Place base course material over subbase course under hot-mix asphalt pavement. 3. Shape subbase and base course to required crown elevations and cross-slope grades. 4. Place subbase and base course 6 inches (150.mm) or less In compacted thickness in a single layer. 5. Place subbase and base course that exceeds 6 inches (150 mm) In compacted thickness in layers of equal thickness, with no compacted layer more than 6 Inches (150 mm) thick or less than 3 inches (75 mm) thick. 6. . Compact subbase[ and base] course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to [ASTM D 698] [ASTM D 1557]. C. Pavement Shoulders: Place shoulders along edges of subbase and base course to prevent lateral movement. Construct shoulders, at least 12 inches (300 mm) wide, of satisfactory soil materials and compact simultaneously with each subbase and base layer to not less than 95 percent of maximum dry unit weight according to ASTM 0 698. 3.20 DRAINAGE COURSE A. Place drainage course on subgrades free of mud, frost, snow, or Ice. B. On prepared subgrade, place and compact drainage course under cast-in-place concrete slabs-on-grade as follows: 1. Install subdrainage geotextile on prepared subgrade according to manufacturer's written Instructions, overlapping sides and ends. 2. Place drainage course 6 inches (150 mm) or less In compacted thickness in a single layer. 3. Place drainage course that exceeds 6 inches (150 mm) In compacted thickness in layers of equal thickness, with no compacted layer more than 6 Inches (150 mm) thick or less than 3 Inches (75 mm) thick. 4. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.21 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and EARTHWORK 02300 - 14 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+ WILL P+W 810059 9/29/2006 approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least 1 test for every 2000 sq. ft. (186 sq. m) or less of paved area or building slab, but in no case fewer than 3 tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least 1 test for each 100 feet (30 m) or less of wall length, but no fewer than 2 tests. 3. Trench Backfill: At each compacted initial and final backfill layer, at least 1 test for each 150 feet (46 m) or less of trench length, but no fewer than 2 tests. E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.22 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soli material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.23 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soli and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property, B. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Architect. 1. Remove waste material, Including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02300 EARTHWORK 02300 - 15 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL P+W 810059 9/29/06 PART 1 - GENERAL 1.1. RELATED DOCUMENTS A. All applicable provisions of Division 0 - Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this section. 1.2. WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the Drilled, Cast-In-Place work, as indicated on the drawings, as specified herein or both, except as for items specified herein or both, except as for items speCifically indicated as "NIC ITEMS". 1.3. RELATED WORK A. Not used 1.4. QUALITY ASSURANCE: A. Installation Tolerances: Deviation shall not be more than 1/8 inch per foot from the vertical or batter line, with a total of the head of pile not more than three Inches. Finished elevation to be no more than 1-1/2 inches above or below the elevation Indicated. B. Testing of Grout: One set of six 2 inch cubes made each day while pile casting, with two cubes of each set broken after three days, two cubes of each set broken after seven days at two cubes of each set broken after 28 days. Cubes shall be made and tested in accordance with ASTM C-109. C. Volume of Pile: The volume of grout per linear foot of pile shall be equal to or exceed the volume of grout per linear foot of the applicable test pile. Furnish a method for the positive determination of the volume of grout injected per pile. Piles exhibiting an insufficiency of grout will be rejected or load tested as directed by the Engineer. D. Depth and Alignment of Auger: Provide an accurate means of determining the depth and alignment of the Auger. E. Pressure Gauges: Provide grout pressure gauges, which accurately indicated displacement at the leads and at the crane operator's position. Provide gauge savers to protect gauges from grout. Clean gauges daily to prevent grout blockage. Replace inaccurate gauges with new gauges. 1.5. SUBMITTALS A. In accordance with Section 01330. B. Experience: The Drilled, Cast-In-Place pile contractor shall submit evidence to the Engineer that he has been engaged in the successful installation of Drilled, AUGER CAST GROUT PILES 02371-1 Multi-Purpose Municipal Parking Facility aty of Miami Beach Bidding Package PERKINS+WILL P+W 810059 06/28/06 Cast- In-Place piles for at least five years and that his crane operators or "keyman" who give directions to the crane operators have at least two years of experience in the successful installation of Drilled, Cast-In-Place plies. C. Shop Drawings: 1. Indicate methods of Augerlng and placing of grout and reinforcing steel. 2. Indicate seven and 28 day compressive strength of grout. 3. Indicate the size, number and the installation sequence for each of the scheduled plies. 4. Reinforcing: See 1.03A above. D. Equipment Review and Working Drawings: 1. Complete list of the equipment proposed for use, including the manufacturer's description of the characteristics of each piece of equipment. 2. Working drawings of accessories showing compatibility with the size, configuration, handling, and requirements of the type of pile indicated. 3. Working drawings showing the methods and equipment proposed for load tests. PART 2 - PRODUCTS 2.1. GROUT A. Mixture of Portland cement, a pozzolanic material when approved, fluidizers, retarder when approved, sand and water proportioned and mixed to produce a grout capable of being pumped and having a minimum compressive strength as indicated on structural drawings. Other admixtures shall not be used. B. Portland Cement: ASTM C150, Type 1. C. Pozzolan: Fly ash or other approved pozzolanic material conforming to ASTM C618. D. Grout Fluirllfier: Corps of Engineers CRD C-566; expansion not to exceed five percent. Use a compound possessing characteristics, which will increase the violability of the mixture, assist In the dispersal of cement grains, and neutralize the setting shrinkage of the high strength cement mortar. E. Retarder: When approved, conforming to ASTM C494, Type B. Dosage rate shall not exceed manufacturer's recommendations. Maximum retardation shall not exceed 30 minutes. F. Water: Fresh clean and free from sewage, oil, acid, alkali, salts, or organic matter patable. G. Fine Aggregate: ASTM C33. AUGER CAST GROUT PILES 02371-2 Multi-Purpose Municipal Parking Facility City of Miami Beach Bidding Package PERKINS+WILL P+W 810059 06/28/06 2.2. REINFORCEMENT: Materials, assembly and placement of reinforcement shall conform to the requirements see 1.03A above. 2.3. EQUIPMENT A. Grout pump: Use a positive displacement piston pump of an approved design, capable of developing displacing pressure at the pump up to 350 psi. Calibrate the pump discharge capacity In strokes per cubic foot or revolutions per cubic foot by a method approved by the Engineer. Remove oil or other rust inhibitors from mixing drums and pressure grout pumps prior to mixing and pumping. Equip pump with digital counter for counting pump strokes to determine volume of grout pumped. B. Crane: Use crane equipped with torque converter or hydraulic drive system to permit a slow continuous auger lifting (grouting) operation. C. Auger: Use 3-inch minimum J.D. hollow shaft auger to facilitate grout flow. D. Auger drive: Use auger drive head having a minimum static weight of 4,000 pounds and drive 150 horsepower. PART 3 - EXECUTION 3.1. GENERAL A. Estimated tip elevations are approximate based upon subsurface explorations and the approximate required lengths of test piles are indicated. 3.2. PILE LENGTHS A. Estimated quantities of plies indicated are based on the probable lengths In the completed structure and are approximate only. Lengths of piles to be Installed shall be determined by the Engineer during the auguring process. These lengths shall represent the lengthS which are to remain In the completed structure. 3.3. TEST PILES A. Place test piles of the type as specified elsewhere in this section. B. Install test piles in accordance with Article 3.04. of this section. C. Grout shall not be pumped until the Engineer has approved the final tip elevation. D. Pile Load Tests: 1. One pile shall be load tested for compression and one for tension. 2. Test plies which pass the load test in an undamaged condition may be authorized as permanent piles In the work. AUGER CAST GROUT PILES 02371-3 Multi-Purpose Municipal Parking Facility City of Miami Beach Bidding Package PERKINS+WILL P+W 810059 06/28/06 3. Load test requirement: At the direction of the Engineer compression and tension load tests shall be made in general accordance with ASTM D1143. The load testing of the piles shall be used to determine the following: a. That correct lengths and installation criteria are being used, and if this I is not the case to: b. Establish that revised lengths or Installation criteria are satisfactory. 4. Load application: The test pile shall be loaded up to a total load of not less than two times the design capacity of the pile. Loads shall be applied to the maximum test load in 15 ton increments. 5. Acceptance Criteria: For the pile to be acceptable, the gross pile head movement at 200 percent of the design load shall be less than the 1/2 inch and the graphical plot of load vs. settlement up to 150 percent of the design load shall be linear. 3.4. INSTALLATION OF PILES: A. General: Provide piling of the length and configuration necessary to: 1. Achieve the required penetration determined by the Engineer. 2. Extend Into the pile cap or structure footing the Indicated length. 3. Attain the indicated bearing capacity. B, Install piling to the required penetration, or to the required bearing layer, or to refusal as determined by the Engineer. Refusal Is defined as the depth where less than 6 Inches of downward penetration is achieved in one minute of auguring. C. Excavation of the pile cap may be completed prior to or after auguring and grouting. Completely fill the augured hole with grout and sleeve to cutoff elevation. The excavation of the pile cap shall be inspected and approved by the Engineer. D. Feed materials to the mixer accurately measured by weight, except water, which may be measure by volume. E. Drill each pile hole and fill with grout in an uninterrupted operation. Provide grout injection equipment with grout pressure gauges which are readable by the crane operator at his normal work station and the inspecting Engineer at the leads. F, If the auger jumps upward more than six inches but less than 12 inches during withdrawal, reinsert auger to at least three feet past the position where the Inspecting Engineer first detected the deficiency and re-grout the pile from that point upward. G. If the auger jumps upward more than 12 inches during withdrawal, or the pile is AUGER CAST GROUT PILES 02371-4 Multi-Purpose Municipal Parking Facility City of Miami Beach Bidding Package PERKINS+WILL P+W 810059 06/28/06 not installed in general accordance with accepted procedures, reinsert auger to the point that the auger jumped or to the base of the questionable area and regrout the pile to the grout surface. This pile will be considered a rejected pile and an additional pile shall be installed adjacent thereto. H. Rapid drops in the grout pressure of 50 psi or more at the leads, occurring when otherwise accepted procedures are being used for installation, may be cause for pile abandonment. Such abandoned plies, however, will be paid for along with the replacement piles. In case of a rapid drop in the grout pressure, lower the auger three feet p'ast the point of pressure loss and attempt to grout the pile to the surface. If grout pressure cannot be built-up to the specified pressure head during the regroutlng operation and more than 50 cubic feet of grout is lost at any five feet interval during the regroutlng attempt, complete the pile as well as possible and abandons the pile. Rapid drops in the grout pressure of SO psi or more at the leads occurring when unacceptable procedures are being used for installation shall be cause for rejection of pile. Such piles shall be completed as well as possible and be replaced by additional piles. I. The initial pressure at the base of the leads shall be maintained at a minimum of 150 psi at the start of pile grouting. J. Drilled Cast-In-Place Pile reinforcement: The cage shall have suitable "chairs" attached to the vertical bars to assure centering of the cage in the pile and the cage shall be placed Immediately after grouting the pile. K. After installation of the piles, the pile cap base shall be cleaned until reasonably free of cuttings, Dispose of material excavated by auguring outside the limits of footing area unless otherwise directed. Do not leave partially completed piles overnight, but completely grout and protect at the termination of each day's operation. L. Grout volume: The volume of grout per linear foot of pile shall be equal to or greater than the volume of grout per foot of applicable test pile. Volume measurements shall be made by the Engineer or his representative, but the Contractor shall provide calibrated equipment to make such measurements. M. Protection of piles: Provide a sequence of pile installation such that adjacent piles are not disturbed. Evidence of disturbance may appear as a drop In the grout surface. Keep the equipment far enough away from the pile being augured to avoid compressing or shearing of the soil which may in turn displace or squeeze off the grout column. Do not place piles within three feet of adjacent plies until the grout in the piles has undergone initial set and has set for at least two hours. END OF SECTION AUGER CAST GROUT PILES 02371-5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provIsions of the Contract, Including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footl ngs. 2. Foundation walls. 3. Slabs-on-grade. 4. Suspended slabs. 5. Concrete toppings. 6. Building frame members. 7. Building walls. B. Related Sections inClude the following: 1. Division 2 Section "Earthwork" for drainage fJII under slabs-an-grade. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume; subject to compliance with requirements. 1.4 SUBMITTALS A. Product Data: For each type of product Indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances wanrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. CAST IN PLACE CONCRETE 03300- 1 MUlti-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork shop drawings shall be signed and sealed by a qualified registered engineer In the State of Florida. 1. Shoring and Reshoring: Indicate proposed schedule and sequence of stripping formwork, shoring removal, and installing and removing teshorlng. E. Welding certificates. F. Material Certificates: For each of the following, signed by manufacturers: 1. Cementltlous materials. 2. Admixtures. 3. Form materials and form-release a,gents. 4. Steel reinforcement and accessories. 5. Fiber reinforcement. 6. Waterstops. 7. Curing compounds. 8. Floor and slab treatments, 9. Bonding agents. 10. Adhesives. 11. Vapor retarders. 12. Semirigid joint filler. 13, Joint-filler strips. 14. Repair materials, G. Field quality-control test reports. H. Minutes of preinstallatiori conference. 1.4 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced In manUfacturing ready- mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." CAST IN PLACE CONCRETE 03300- 2 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 C. Testing Agency Qualifications: An independent agency, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-Ol or an equivalent certification prog ram. 2, Personnel performing laboratory tests shall be ACI-certifled Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI-certlfied Concrete Laboratory Testing Technician - Grade II. D. Source limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. E. Welding: Qualify procedures and personnel according to AWS D1.4, "Structural Welding CodenReinforcing Steel." F. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials. " G. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. H. Prelnstallatlon Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination. " 1. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast- in-place concrete to attend, including the following: a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixtures. c. Ready-miX concrete manufacturer. d. Concrete subcontractor. 2. Review special inspection and testing and inspecting agency procedures for field quality control, concrete finishes and finishing, cold and hot weather concreting procedures, curing procedures, construction contraction and Isolation joints, and joint filler strips, semi rigid joint fillers, forms and form removal limitations, shoring CAST IN PLACE CONCRETE 03300- 3 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 and restoring procedures, vapor-retarder installation, anchor rod and anchorage device installation tolerances, steel reinforcement installation, floor and slab flatness and levelness measurement, concrete repa ir procedures and concrete protection. 1.5 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage, B. Water stops: Store water stops under cover to protect from moisture, sunlight, dirt, 011, and other contaminants. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. The following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be Incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 3. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be Incorporated into the Work include, but are not limited to, manufacturers specified. 4, Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish In largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. 2. Exterior-grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. High-density overlay, Class 1 or better. b. Medium-density overlay, Class 1 or better; 'mill-release agent treated and edge sealed. c. Structural 1, B-B or better; mill oiled and edge sealed. d. B-B (Concrete Form), Class 1 or better; mill oiled and edge sealed, CAST IN PLACE CONCRETE 03300- 4 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. ' D. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch , minimum. E. Rustication Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form removal. F. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Formulate form-release agent with rust Inhibitor for steel form-facing materials. G. Form Ties: Factory-fabricated, removable or snap-off metal or glass-fiber- reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water-barrier plates to walls Indicated to receive damp proofing or waterproofing. 2.3 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. B. Low-Alloy-Steel Reinforcing Bars: ASTM A 706/A 706M, deformed. C. Plain-Steel Wire: ASTM A 82, as drawn. D. Deformed-Steel Wire: ASTM A 496. E. Plain-Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as-drawn steel wire into flat sheets. F. Deformed-Steel Welded Wire Reinforcement: ASTM A 497, flat sheet. CAST IN PLACE CONCRETE 03300- 5 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 2.4 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60, plain-steel bars, cut bars true to length with ends square and free of burrs. B. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2.5 CONCRETE MATERIALS A. Cementitious Material: Use the following cementltlous materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I, gray. 2. Fly Ash: ASTM C 618, Class Cor F B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal-Weight Aggregates: ASTM C 33, Class, graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementltious materials. 1. Maximum Coarse-Aggregate Size: 3/4 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. D. Water: ASTM C 94/C 94M and potable. 2.6 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B, Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water- soluble chloride Ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. CAST IN PLACE CONCRETE 03300- 6 Multi-Purpose Municipal Parking Facility Oty of Miami Beach PERKINS+WILL 9/29/06 5. High-Range, Water-Reducing Admixture: Type F. High-Range, Water-Reducing and ASTM C 494/C 494M, Type G. Plasticizing and Retarding Admixture: Type II. ASTM C 494/C 494M, 4. Retarding Admixture: 6. ASTM C 1017/C 1017M, C. Set-Accelerating Corrosion-Inhibiting Admixture: Coercially formulated, anodic Inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and mini mizing chloride reactions with steel reinforcement in concrete and complying with ASTM C 494/C 494M, Type C. 1. Products: a. Boral Material Technologies, Inc.; Boral BCN. b. Euclid Chemical Company (The); Eucon CIA. c. Grace Construction Products, W. R. Grace & Co.; DC!. d. Master Builders, Inc.; Rheocrete CNI. e. Sika Corporation; Sika CN!. D. Non-Set-Accelerating Corrosion-Inhibiting Admixture: Commercially formulated, non-set-accelerating, anodic Inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete. 1. Products: a. Axim Concrete Technologies; Catexol 1000C!. b. Boral Material Technologies, Inc.; Boral BCN2. c. Cortec Corporation. d. Grace Construction Products, W. R. Grace & Co.; DCI-S. e. Master Builders, Inc.; Rheocrete 222+, f. Sika Corporation; FerroGard-901. 2.7 WATERSTOPS A. Flexible Rubber Waterstops: CE CRD-C 513, for embedding In concrete to prevent passage of ftuids through joints. Factory fabricates corners, intersections, and directional changes. 1. Manufacturers: a. Greenstreak. b. Progress Unlimited, Inc. c. Williams Products, Inc. 2. Profile: Flat, dumbbell with center bulb or flat, dumbbell without center bul b. 3. Dimensions: 4 Inches by 3/16 inch thick (100 by 4.75 thick)]; nontapered. CAST IN PLACE CONCRETE 03300- 7 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 B. Plastic Vapor Retarder: ASTM E 1745, Class C, or polyethylene sheet, ASTM D 4397, not less than 10 mils thick. Include manufacturer's recommended adhesive or pressure-sensitive joint tape. 1. Products: a. Fortlflber Corporation; Molstop Plus. b. Raven Industries Inc.; Dura Skrlm c. Reef Industries, Inc.; Griffolyn . d. Stego Industries, LLC; Stego Wrap, 10 mils. C. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and manufactured or natural sand; ASTM D 448, Size 10, with 100 percent passing a 3/8-inch sieve, 10 to 30 percent passing a No. 100 sieve, and at least 5 percent passing No. 200 sieve; complying with deleterious substance limits of ASTM C 33 for fine aggregates. 2.8 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Products: a. Axlm Concrete Technologies; Cimfilm. b. Burke by Edoco; BurkeFllm. c. ChemMasters; Spray-Film. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Aquafilm. e. Dayton Superior Corporation; Sure Film. f. Euclid Chemical Company (The); Eucobar. g. Kaufman Products, Inc.; Vapor Aid. h. Lambert Corporation; Lambco Skin. I. Sika Corporation, Inc.; SikaFilm. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz,fsq. yd. when dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap- polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1. Products: a. Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB. b. Burke by Edoco; Aqua Resin Cure. CAST IN PLACE CONCRETE 03300- B Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 c. ChemMasters; Safe-Cure Clear. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure. e. Dayton Superior Corporation; Day Chem Rez Cure (J-ll-W). f. Euclid Chemical Company (The); Kurez DR VOX. g. Kaufman Products, Inc.; Thlnfilm 420. h. Lambert Corporation; Aqua Kure-Clear. F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, nondissipating, certified by curing compound manufacturer to not Interfere with bonding of floor covering. 1. Products: a. Anti-Hydro International, Inc.; AH Clear Cure WB. b. Burke by Edoco; Spartan Cote WB II. c. ChemMasters; Safe-Cure & Seal 20. d. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Cure and Seal WB. e. Dayton Superior Corporation; Safe Cure and Seal (J-18). f. Euclid Chemical Company (The); Aqua Cure VOX. g. Kaufman Products, Inc.; Cure & Seal 309 Emulsion. h. Lambert Corporation; Glazecote Sealer-20. G. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 25 percent solids, nondissipating[, certified by curing compound manufacturer to not Interfere with bonding of floor covering]. 1. Products: a. Burke by Edoco; Spartan Cote WB II 20 Percent. b. ChemMasters; Safe-Cure Clear. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; High Seal. d. Dayton Superior Corporation; Safe Cure and Seal (J-19). e. Euclid Chemical Company (The); Diamond Clear VOX. f. Kaufman Products, Inc.; SureCure Emulsion. g. Lambert Corporation; UV Super Seal. H. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 1. Products: a. Burke by Edoco; Cureseal1315. b. ChemMasters; Spray-Cure & Seal Plus. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315. d. Dayton Superior Corporation; Day-Chem Cure and Seal (J- 22UV). e. Euclid Chemical Company (The); Super Diamond Clear. CAST IN PLACE CONCRETE 03300- 9 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 f. Kaufman Products, Inc.; Sure Cure 25. g. Lambert Corporation; UV Super Seal. I. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A, 1. Products: a. Burke by Edoco; Cureseal 1315 WB. b. ChemMasters; Polyseal WB. c. Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; Sealcure 1315 WB. d. Euclid Chemical Company (The); Super Diamond Clear VOX. e. Kaufman Products, Inc.; Sure Cure 25 Emulsion. f. Lambert Corporation; UV Safe Seal. 2.9 RELATED MATERIALS A. Expanslon- and Isolation-Joint-Flller Strips: ASTM D 1751, asphalt- saturated cellulosic fiber or ASTM D 1752, cork or self-expanding cork. B. Semirigid Joint Filler: Two-component, semirigid, 100 percent solids, epoxy resin with a Type A shore durometer hardness of 80. C. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. D. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. E. Reglets: Fabricate reglets of not less than O.0217-lnch thick, galvanized steel sheet. Temporarily fill or cover face opening of reg let to prevent Intrusion of concrete or debris. F. Dovetail Anchor Slots: Hot-dip galvanized steel sheet, not less than 0.0336 inch thick, with bent tab anchors. Temporarily fill or cover face opening of slots to prevent intrusion of concrete or debris. 2.10 REPAIR MATERIALS A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thickness from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. CAST IN PLACE CONCRETE 03300- 10 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 5000at 28 days when tested according to ASTM C 109/C 109M. B. Repair Overlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thickness from 1/8 inch and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined In ASTM C 219.' 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5000 pSi at 28 days when tested according to ASTM C 109/C 109M. 2.11 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitlous Materials: Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Combined Fly Ash and Pozzolan: 25 percent. 3. Ground Granulated Blast-Furnace Slag: 50 percent. 4. Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent Portland cement minimum, with fly ash or Pozzolan not exceeding 25 percent. 5. Silica Fume: 10 percent. 6. Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. 7, Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent. C, Limit water-soluble, chloride-ion content in hardened concrete to 0.06 percent by weight of cement. CAST IN PLACE CONCRETE 03300- 11 Multi-Purpose Municipal Parking Facility City of Miami Beach PE,RKINS+WILL 9/29/06 D. Admixtures: instructions. Use admixtures according to manufacturer's written 1. Use water-reducing or plasticizing admixture in concrete, as required, for placement and workability. 2. Use water reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water-reducing admixture in pumped concrete, concrete for heavy-use Industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementltious materials ratio below 0.50. 4. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 2.12 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: As indicated on plans. 2. Maximum Water-Cementitious Materials Ratio: 0.50. 3, Slump Limit: 5 inches, plus or minus 1 Inch. 4. Air Content: 4-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. 5. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch nominal maximum aggregate size. B. Foundation Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: As Indicated on plans. 2, Maximum Water-Cementitious Materials Ratio: 0.50. 3. Slump Limit: 5 inches, plus or minus 1 Inch. 4. Air Content: 4-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-lnch (38-) nominal maximum aggregate size. 5. AI r Content: 5 percent, plus or minus 1.5 percent at point of delivery for 3/4-lnch nominal maximum aggregate size. C. Slabs-an-Grade: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: ,As indicated on plans, 2. Slump limit: 5 inches, plus or minus 1 inch. 3. Air Content: 5-1/2 percent, plus or minus 1.5 percent at point of delivery for i-1/2-lnch nominal maximum aggregate size. 4. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 3/4-lnch nominal maximum aggregate size. 5. Air Content: Do not allow air content of troweled finished floors to exceed 3 percent. D. Suspended Slabs: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: As indicated on plans. 2. Maximum Water - Cementitlous Material Ratio: 0.50. CAST IN PLACE CONCRETE 03300- 12 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 3. Slump Umit: 5 inches, plus or minus 1 inch. 4. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch nominal maximum aggregate size. 5. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch nominal maximum aggregate size. 6. Air Content: Do not allow air content of troweled finished floors to exceed 3 percent. E. Concrete Toppings: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: As indicated on plans. 2. Maximum Water - Cementltious Materials Ratio: 0.50. 3. Slump Limit: 5 Inches, plus or minus 1 Inch. 4. Air Content: 4-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch} nominal maximum aggregate size. 5. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch nominal maximum aggregate size. 6. Air Content: Do not allow air content of troweled finished toppings to exceed 3 percent. F. Building Frame Members: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: As indicated on plans. 2. Maximum Water-Cementltious Materials Ratio: 0.50. 3. Slump Limit: 5 inches plus or minus 1 inch. 4. Air Content: 4-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch} nominal maximum aggregate size. 5. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for I-inch nominal maximum aggregate size. G. Building Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: As indicated on plans. 2. Maximum Water-Cementitious Materials Ratio: 0.50.. 3. Slump Limit: 5 Inches plus or minus 1 inch. 4. Air Content: 4-1/2 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-lnch} nominal maximum aggregate size. 5. Air Content: 5 percent, plus or minus 1.5 percent at point of delivery for 3/4-inch nominal maximum aggregate size. 2.13 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice. " 2.14 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. CAST IN PLACE CONCRETE 03300- 13 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301; to support vertical, lateral, static, and dynamiC loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities within tolerance limits of ACI 347R. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust-stained steel form-faCing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. G. Provide temporary openings for c1eanouts and inspection ports where interior area of formwork Is Inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Do not chamfer exterior corners and edges of permanently exposed concrete. I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such Items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. CAST IN PLACE CONCRETE 03300- 14 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9{29/06 K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of Forms with form-release agent, according to manufacturer's written instructions, beFore placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, Instructions, and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice For Steel Buildings and Bridges." 2. Install reglets to receive waterproofing and to receive through-wall flashings In outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3. Install dovetail anchor slots in concrete structures as indicated. 3.3 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete, if concrete Is hard enough to not be damaged by form- removal operations and curing and protection operations are maintained. 1. Leave form work for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, Frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. 3.4 SHORES AND RESHORES A. Comply with ACI 318 (ACI 318M) and ACI 301 for design, installation, and removal of shoring and reshoring. CAST IN PLACE CONCRETE 03300- 15 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 1. Do not remove shoring or reshorlng until measurement of slab tolerances is complete. B. In multistory construction, extend shoring or reshoring over a sufficient number of stories to distribute loads In such a manner that no floor or member will be excessively loaded or will Induce tensile stress in concrete members without sufficient steel reinforcement. C. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.5 VAPOR RETARDERS A. Plastic Vapor Retarders: Place, protect, and repair vapor retarders according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. B. Granular Course: Cover vapor retarder with fine-graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus 0 inch or minus 3/4 inch. 1. Place and compact a 1/2-inch-thick layer of fine-graded granular material over granular fill. 3.6 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement, 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, Ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Weld reinforcing bars according to AWS D1.4, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining CAST IN PLACE CONCRETE 03300- 16 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. 3.7 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5, Space vertical joints In walls as indicated. Locate joints beside piers Integral with walls, near corners, and in concealed locations where possible. 6. Use a bonding agent at locations where fresh concrete Is placed against hardened or partially hardened concrete surfaces. 7. Use epoxy-bonding adhesive at locations where fresh concrete Is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-third of concrete thickness as follows: 1. Grooved Joints: Form contraction joints after Initial floating by grooving and finishing each edge of joint to a radius of l/S inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut l/S-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing form work, Install jolnt- filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. CAST IN PLACE CONCRETE 03300- 17 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 1. Extend jOint-filler strips full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. 2. Terminate full-width joint-filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants, specified in Division 7 Section "Joint Sealants," are Indicated. 3. Install joint-filler strips In lengths as long as practicable. Where more than one length is required, lace or clip sections together. E. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.8 WATERSTOPS A. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricated joints in waterstops according to manufacturer's written instructions. B. Self-Expanding Strip Waterstops: Install In construction joints and at other locations Indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. 3.9 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. D. Deposit concrete continuously in one layer or In horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joi nts. CAST IN PLACE CONCRETE 03300- 18 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial fioating using bull floats or darbies to form a uniform and open-textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped Ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and sub grade just before placing concrete. Keep sub grade uniformly moist without standing water, soft spots, or dry areas. 3.10 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth-Formed Finish: As-cast concrete texture imparted by form-faCing material, arranged in an orderly and symmetrical manner with a minimum CAST IN PLACE CONCRETE 03300- 19 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WIlL 9/29/06 of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces to be covered with a coating or covering material applied directly to concrete. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.11 FINISHING FLOORS AND SLABS A. General: Comply with ACI302.1R recommendations for screening, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. C. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Finish and measure surface so gap at any point between concrete surface and an unleveled, freestanding, 10-foot-long straightedge resting on 2 high spots and placed anywhere on the surface does not exceed 1/4 inch. D. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as Indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. CAST IN PLACE CONCRETE 03300- 20 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is stili green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast-in inserts and accessories as shown on Drawings. Screed, tamp, and trowel-finish concrete surfaces. 3.13 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold- weather protection and ACI 301 for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 Ib/sq. ft. x h before and during finishing operations. Apply according to manufacturers written instructions after placing, screening, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including fioors and slabs, concrete floor toppings, and other surfaces. E. Cure concrete according to ACI 308.1, by one or a combination of the follOWing methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a, Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven CAST IN PLACE CONCRETE 03300- 21 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use mOisture-retaining covers to cure concrete surfaces to receive floor coverings. b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. c. Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written Instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer. 4. Curing and Sealing Compound: Apply uniformly to fioors and slabs Indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after Initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.14 LIQUID FLOOR TREATMENTS A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid fioor treatment according to manufacturers written Instructions. 1. Remove curing compounds, sealers, oil, dirt, laltance, and other contaminants and complete surface repairs. 2. Do not apply to concrete that is less than 14 days' old. 3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; reweti and repeat brooming or scrubbing. Rinse with water; remove excess material until surface Is dry. Apply a second coat in a similar manner if surface is rough or porous. B. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions. 3.15 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturers written Instructions. CAST IN PLACE CONCRETE 03300- 22 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 1. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semirigid joint filler full depth In saw-cut joints and at least 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.16 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry-pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. C. Repairing Formed Surfaces: Surface defects include color and texture Irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 Inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured In place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spa lis, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. CAST IN PLACE CONCRETE 03300- 23 Multi-Purpose Municipal Parking Facility Oty of Miami Beach PE RKINS+ WILL 9/29/06 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or Immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend Into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturers written instructions to produce a smooth, uniform, plane, and level surface. Featheredges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturers written instructions to produce a smooth, uniform, plane, and level su rface. 6. Repair defective areas, except random cracks and single holes 1 inch or less In diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4-lnch clearance all around. Dampen concrete surfaces In contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1 Inch or less In diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. E. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.17 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Testing and Inspecting: Engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. C. Inspections: CAST IN PLACE CONCRETE 03300- 24 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 1. Steel reinforcement placement. 2. Steel reinforcement welding. 3. Headed bolts and studs. 4. Verification of use of required design mixture. 5. Concrete placement, including conveying and depositing. 6. Curing procedures and maintenance of curing temperature. 7. Verification of concrete strength before removal of shores and forms from beams and slabs. 8. All items indicated on threshold inspection plan. D. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd. , plus one set for each additional 50 cu. yd. or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal-weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 5. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature Is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 6. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixtu reo 7. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each compOSite sample. b. Cast and field cure two sets of two standard cylinder specimens for each composite sample. 8. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of two laboratory-cured specimens at 7 days and one set of two specimens at 28 days. CAST IN PLACE CONCRETE 03300- 25 Multi-Purpose Municipal Parking Facility City of Miami Beach PERKINS+WILL 9/29/06 a. Test one set of two field-cured specimens at 7 days and one set of two specimens at 28 days. b. A compressive-strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age Indicated. 9. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 10. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive- strength test value falls below specified compressive strength by more than 500 psi . 11. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting 'agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 12. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 13. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 14. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with speCified requirements. 15. Correct deficiencies in the Work that test reports and inspections indicate dos not comply with the Contract Documents. END OF SECTION CAST IN PLACE CONCRETE 03300- 26