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