Loading...
Resolution 2020-31222 RESOLUTION NO. 2020-31222 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, AND AUTHORIZING THE CITY MANAGER TO APPROVE AND EXECUTE A WORK ORDER WITH HARBOUR CONSTRUCTION, INC., IN THE NOT-TO- EXCEED AMOUNT OF $749,251.00, FOR THE CONSTRUCTION OF A PERFORATED METAL SCREEN ENCLOSURE OF THE STORMWATER PUMP STATION #3 IN SUNSET HARBOUR, LOCATED IN THE PUBLIC RIGHT OF WAY AT THE INTERSECTION OF 20TH STREET AND WEST AVENUE, BY UTILIZING COMPETITIVE BIDDING THROUGH SOURCEWELL, FORMERLY KNOWN AS NATIONAL JOINT POWERS ALLIANCE (NJPA) COOPERATIVE CONTRACT, AND FURTHER APPROVING AN ADDITIONAL OWNER'S CONTINGENCY IN THE AMOUNT OF $74,925.10, FOR A TOTAL CONSTRUCTION PROJECT BUDGET OF $824,176.10, SUBJECT TO THE ADOPTION OF THE THIRD CAPITAL BUDGET AMENDMENT TO THE FY 2019/20 CAPITAL BUDGET. WHEREAS, upon the completion of the construction of Pump Station #3 in Sunset Harbour, residents requested that a screen be installed to buffer the neighborhood's view of what has been characterized as unsightly aboveground equipment; and WHEREAS, input from the community to enclose the generator, electrical panels and other equipment of Stormwater Pump Station #3, located at the intersection of 20th Street and West Avenue, has resulted in the design of an architectural perforated metal screen enclosure, which will also serve as a neighborhood entrance sign for the Sunset Harbour Neighborhood (the "Project"); and WHEREAS, the Project includes the installation of 180 linear feet of decorative perforated stainless-steel screen panels along the perimeter of Pump Station #3, with the height of the screens varying from 9 feet to 3 feet above the existing concrete traffic barriers, and panels will be attached to galvanized steel posts with stainless steel anchors; and WHEREAS, approximately 100 linear feet of the existing traffic barriers shall be replaced at the locations where the proposed screen is taller than 3 feet, and signage with accent lighting indicating the entrance to the Sunset Harbour Neighborhood will be incorporated into the eastern façade of the screen; and WHEREAS, the Project is currently scheduled to commence construction in Summer 2020; the design documents are completed, and the plans have been submitted for permits; and WHEREAS, the City has examined all options for procuring a general contractor to determine the most appropriate and efficient contracting method for the size and nature of the construction phase for the Project, and the Administration recommends utilizing Sourcewell to procure the necessary construction services; and WHEREAS, on January 15, 2014, via Resolution No. 2014-28462, the City Commission authorized the Administration to utilize cooperative awards by Sourcewell, pursuant to Section 2-369 of the City of Miami Beach City Code; Sourcewell, formally known as National Joint Powers Alliance (NJPA), is a national cooperative that bids contracts aggregating the spend volume of agencies across the country; and WHEREAS, through the Gordian's Group IQC process, Sourcewell awarded Contract No. 071415-GCI (the "Contract") for Harbour Construction Inc. to provide construction services for the Project pursuant to the Contract; and WHEREAS, the Administration recommends utilizing the Sourcewell Contract for the construction phase of the Project; and WHEREAS, the total Project budget was initially established at $792,731.50, inclusive of the costs for construction services and the costs of securing the consultants for design, survey, testing, permits, and Project administration; and WHEREAS, the design consultant, community stakeholders, including the Sunset Harbour Neighborhood Association, and the Administration have all collaborated to arrive at the final design for the Project; and WHEREAS, upon completion of the design and construction documents, the estimate of the Project was updated by the City's consultant to address additional costs associated with phasing of the Project to maintain access to adjacent properties, fabrication of a more elaborate screen, repeated mobilization of equipment, more extensive maintenance of traffic (MOT) plan, and restoration of the asphalt pavement within the adjacent road intersection; and WHEREAS, the original Project budget for both the design, engineering, Project administration, and construction of the Project was previously approved by the City Commission for$792,731.50; and WHEREAS, given the additional phasing and increase in cost, the total Project budget for design, engineering, Project administration, and construction of the Project is now $1,043,731.50; and WHEREAS, Harbour Construction Inc. has provided a proposal for the construction services component of the Project, in the amount of $749,251.00 (Attachment A), and the Administration recommends including an owner's contingency in the amount of$75,925.00, for a total construction phase budget of $824,176.00; and WHEREAS, the proposal for a not-to-exceed amount of $749,251.00, plus an additional owner's contingency in the amount of $75,925.10, for a total construction phase budget of $824,176.10, has been reviewed by staff and the design consultant, and has been found to be fair and reasonable; and WHEREAS, the Administration recommends the City Commission adopt the resolution; and NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA hereby accepts the recommendation of the City Manager, and authorizes the City Manager to approve and execute a work order with Harbour Construction, Inc., in the not-to-exceed amount of $749,261.00, for the construction of a perforated metal screen enclosure of the stormwater pump station #3 in Sunset Harbour, located in the public right of way at the intersection of 20th street and West avenue, by utilizing competitive bidding through Sourcewell, formerly known as National Joint Powers Alliance (NJPA) cooperative contract, and further approving an additional owner's contingency in the amount of $74,826.10, for a total construction project budget of $824,178.10, subject to the adoption of the Third Capital Budget Amendment to the/ FY 2019/2020 Capital Budget. PASSED and ADOPTED this aA day of a ri/ , 2020. DAN GELBER, MAYOR ATTES "t L APPROVED AS TO RAF EL E. GRANAD , CI Y CLERK FORM 8E LANGUAGE & FOR EXErUTION City Attorney /z/ Date „, IINCORP HATED! Att '.9CH I o °J-= Resolutions-C7 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: April 22,2020 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, AND AUTHORIZING THE CITY MANAGER TO APPROVE AND EXECUTE A WORK ORDER WITH HARBOUR CONSTRUCTION, INC., IN THE NOT-TO-EXCEED AMOUNT OF $749,251.00, FOR THE CONSTRUCTION OF A PERFORATED METAL SCREEN ENCLOSURE OF THE STORMWATER PUMP STATION #3 IN SUNSET HARBOUR, LOCATED IN THE PUBLIC RIGHT OF WAY AT THE INTERSECTION OF 20TH STREET AND WEST AVENUE, BY UTILIZING COMPETITIVE BIDDING THROUGH SOURCEWELL, FORMERLY KNOWN AS NATIONAL JOINT POWERS ALLIANCE (NJPA) COOPERATIVE CONTRACT, AND FURTHER APPROVING AN ADDITIONAL OWNER'S CONTINGENCY IN THE AMOUNT OF $74,925.10, FOR A TOTAL CONSTRUCTION PROJECT BUDGET OF $824,176.10, SUBJECT TO THE ADOPTION OF THE THIRD CAPITAL BUDGET AMENDMENT TO THE FY 2019/20 CAPITAL BUDGET. RECOMMENDATION The Administration recommends approval of the resolution. ANALYSIS Upon the completion of the construction of Pump Station No.3 in Sunset Harbour, residents requested that a screen be installed to buffer the neighborhood's view of what was characterized as unsightly aboveground equipment. Input from the community to screen the generator, electrical panels and other equipment of associated with Stormwater Pump Station #3, located at the intersection of 20 Street and West Avenue, resulted in the design of an architectural, perforated metal screen enclosure, which became a neighborhood entrance sign for the Sunset Harbour Neighborhood. The project includes the installation of 180 linear feet of decorative perforated stainless-steel screen panels along the perimeter of the pump station. The height of the screens will vary from 9 feet to 3 feet, above existing concrete traffic barriers. The panels will be attached to galvanized steel posts,with stainless steel anchors.Approximately 100 linear feet of the existing concrete traffic barriers shall be replaced, at areas where the proposed screen would be taller Page 109 of 435 than 3'-0". Signage with accent lighting delineating the entrance to the Sunset Harbour Neighborhood will be incorporated into the eastern façade of the screen. The total project budget was established at $792,731.50, inclusive of the cost of securing the consultants for design, survey,testing, permits and project administration. The project is scheduled for the start of construction in Summer 2020. The design documents are completed, and the plans have been submitted for permits. All options for procuring a general contractor were examined,to determine the most appropriate contracting method for the size and nature of the project. On January 15, 2014, via Resolution No. 2014-28462, the City Commission authorized the Administration to utilize cooperative awards by Sourcewell pursuant to Section 2-369 of the Miami Beach City Code. Sourcewell, formally known as National Joint Powers Alliance (NJ PA), is a national cooperative that bids contracts aggregating the spend volume of agencies across the country. Through the Gordian's Group I QC process, Sourcewell awarded Contract No. 071415-GCI, which includes Harbour Construction Inc., to provide construction services to the City pursuant to the contract. The Administration recommends utilizing the Sourcewell IQC Contract No. 071415-GCI to procure the necessary constructions services. The Office of Capital Improvement Projects (CI P) has identified Harbour Construction Inc., as the most qualified and experienced contractor to complete the required scope in a timely manner. The design consultant, community stakeholders, including the Sunset Harbour Neighborhood Association, and administration have worked closely to arrive at the final design. Upon completion of the construction documents, the estimate of construction cost was updated by the consultant to address additional costs associated with phasing of the project to maintain access to adjacent properties, fabrication of a more elaborate screen, repeated mobilization of equipment, more extensive maintenance of traffic (MOT) plan, and restoration of the asphalt pavement within the adjacent road intersection. The original project budget approved by City Commission is $792,731.50. Given the additional phasing and increase in cost,the total project budget required is$1,043,731.50. Harbour Construction Inc. has provided a proposal for the construction of the screen, in the amount of $749,251.00 (Attachment A). The proposal has been reviewed by staff and the design consultant and has been found to be fair and reasonable. Account(s) 320-0820- Amount(s) $586,500.00; $57,500.00; $180,176.10 069357-26- 410-564-00- 00-00-23000; 320-0820- 069358-26- 410-564-00- 00-00-23000; Subject to Page 110 of 435 Budget Amendment CONCLUSION Administration recommends the City Commission adopt the resolution. Applicable Area Middle Beach Is this a "Residents Right Does this item utilize G.O. to Know" item. pursuant to Bond Funds? City Code Section 2-14? Yes No Strategic Connection Environment & Infrastructure - Reduce risk from storms, high tides, groundwater, and sea level rise. Legislative Tracking Capital Improvement Projects ATTACHMENTS: Description D Resolution ❑ Attachment A Page 111 of 435 S I c. Work Order Signature Document THE GORD AN GROUP NJPA EZIQC Contract No.: FLSEA-GC01-041019-HBC © New Work Order F-7 Modify an Existing Work Order Work Order Number.: 077746.00 Work Order Date: 04/03/2020 Work Order Title: Screen Wall at Sunset Harbour Pump Station No.3 Owner Name: City of Miami Beach Contractor Name: Harbour Construction, Inc. Contact: Colette Satchel) Contact: Guy Lesseur Phone: 305-673-7071 x26401 Phone: 305.603.9944 + Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of NJPA EZIQC Contract No FL-SEA-GC01-041019-HBC. Brief Work Order Description: Screen installation at the Pump Station#3 located in Sunset Harbor, removal and replacement of the traffic barrier and mill and resurface asphalt area adjacent to the pump. Time of Performance Estimated Start Date: Estimated Completion Date: Liquidated Damages Will apply: 17 Will not apply: a Work Order Firm Fixed Price: $749,251.00 Owner Purchase Order Number Approvals Jimmy Morales,City Manager Date Contractor Date David Martinez,P.E.,CIP Director Date Work Order Signature Document Page 1 of 1 4/3/2020 Page 115 of 435 siQc THE GORDIAN GROUP Detailed Scope of Work To: Guy Lesseur From: Colette Satchell Harbour Construction,Inc. City of Miami Beach 7340 SW 48th Street Suite 102 1700 Convention Center Drive Miami, FL 33155 Miami Beach, FL 33139 305.603.9944 305-673-7071 x26401 Date Printed: April 03,2020 Work Order Number: 077746.00 Work Order Title: Screen Wali at Sunset Harbour Pump Station No.3 Brief Scope: Screen installation at the Pump Station#3 located in Sunset Harbor, removal and replacement of the traffic barrier and mill and resurface asphalt area adjacent to the pump. nPreliminary l i Revised n Final The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. Scope of work is specified in the attached 100%drawings prepared by Eric E.Huskey,P.E.,of Stanley Consultants, Inc., issued 10/7/2019, Plan Sheets Cover page,A-000-A-003,S-001 -S-007,and E-001 -E-003. Subject to the terms and conditions of JOC Contract FL-SEA-GC01-041019-HBC., • Contractor Date Jimmy Morales,City Manager Date David Martinez,P.E.,CIP Director Date Scope of Work Page 1 of 1 4/3/2020 Page 116 of 435 Contractor's Price Proposal - Summary Date: April 03,2020 Re: IQC Master Contract#: FL-SEA-GC01-041019-HBC Work Order#: 077746.00 Owner PO#: Title: Screen Wall at Sunset Harbour Pump Station No.3 Contractor: Harbour Construction,Inc. Proposal Value: $749,251.00 Asphalt $46,986.95 Bomar Industries $398,465.50 Concrete $53,085.24 Concrete Demo $7,374.23 Electrical $15,376.17 General Conditions $225,784.46 Planter $2,178.44 Proposal Total $749,251.00 Thisi total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 53.16% Contractor's Price Proposal-Summary Page 1 of 1 41312020 Page 117 of 435 Contractor's Price Proposal - Detail Date: April 03,2020 Re: IQC Master Contract#: FL-SEA-GC01-041019-HBC Work Order#: 077746.00 Owner PO#: Title: Screen Wall at Sunset Harbour Pump Station No.3 Contractor: Harbour Construction,Inc. Proposal Value: $749,251.00 Sect. Item Mod. UOM Description Line Total Labor Equip. Material (Excludes) Asphalt 1 01 22 20 00 0065 HR Flagperson For Traffic Control $10,043.42 Quantity Unit Price Factor Total Installation250.00 x 37.16 x 1.0811 = 10,043.42 2 01 71 13 00 0003 EA Equipment Delivery,Pickup,Mobilization And Demobilization Using A Tractor $12,439.29 Trailer With Up To 53'Bedlncludes loading,tie-down of equipment,delivery of equipment,off loading on site,rigging,dismantling,,loading for return and transporting away.Far equipment such as bulldozers,motor scrapers, hydraulic excavators,gradalls,road graders,loader-backhoes,heavy duty construction loaders,tractors,pavers,rollers,bridge finishers,straight mast construction forklifts,telescoping boom rough terrain construction forklifts, telescoping and articulating boom manlifts with>40'boom lengths,etc. Quantity Unit Price Factor Total Installation18 00 x 639.23 x 1.0811 12,439.29 (3 times)miliinng machine,asphalt placement machine,bobcat,sweeper,roller 3 01 71 13 00 0003 EA Equipment Delivery,Pickup,Mobilization And Demobilization Using A Tractor $1,382.14 Trailer With Up To 53'Bedlncludes loading,tie-down of equipment,delivery of equipment,off loading on site,rigging,dismantling,loading for return and transporting away.For equipment such as bulldozers,motor scrapers, hydraulic excavators,gradalls,road graders,loader-backhoes,heavy duty construction loaders,tractors,pavers,rollers,bridge finishers,straight mast construction forklifts,telescoping boom rough terrain construction forklifts, telescoping and articulating boom manlifts with>40'boom lengths,etc. Quantity Unit Price Factor Total Installation2.00 x 639.23 x 1.0611 = 1.382.14 Striping Mobilization 4 02 41 13 13 0020 SY >3"To 6"By Machine,Break-up And Remove Bituminous Paving $1,341.92 Quantity Unit Price Factor Total Installation125.00 x 9.93 x 1.0811 - 1,341.92 5 02 41 19 13 0070 EA Saw Cut Minimum ChargeFor projects where the total saw cutting charge is $1,756.38 less than the minimum charge,use this task exclusively.This task should not be used in conjunction with any other tasks In this section. Quantity Unit Price Factor Total Installation3.00 x 541.54 x 1.0811 = 1,756.38 3 times 6 32 01 16 71 0008 SY Up To 3"Depth,Limited Cold Milling Of Asphalt $21,000.37 Quantity Unit Price Factor Total Installation1,250.00 x 15.54 x 1.6811 = 21,000.37 7 32 01 16 71 0008 0021 MOD For>1,000,Deduct -$15,757.03 Quantity Unit Price Factor Total Installation 1,250.00 x -11.66 x 1.0811 = -15.757.03 8 32 11 29 13 0002 SY 6"Thick FDOT Limerock $5,388.74 Quantity Unit Price Factor Total Installation150 00 x 33.23 x 1.0811 - 5,388.74 Contractor's Price Proposal-Detail Page 1 of 7 4/312020 Page 118 of 435 Contractor's Price Proposal -Detail Continues.. Work Order Number: 077746.00 Work Order Title: Screen Wail at Sunset Harbour Pump Station No.3 Asphalt 9 32 11 29 13 0002 0010 MOD For Up To 500,Add $1,162.72 Quantity Unit Price Factor Total Installation /50.00 x 7.17 x 1.0811 1,162.72 10 32 12 13 13 0004 SY Tack Coat,0.08 Gallon/SY $729.74 Quantity Unit Price Factor Total installation1,250.00 x 0.54 x 1.oaii - 729.74 , 11 32 12 16 13 0049 TON Traffic C.S-I And S-Ill $6,590.06 Quantity Unit Price Factor Total Installation45.00 x 135.46 x 1.0811 - 6,590.06 12 32 17 23 13 0035 LF Single 6"Wide Solid Line,Painted Reflective Pavement Striping $71.35 Quantity Unit Price Factor Total Installation300.00 x 0.22 x 1,0811 = 71.35 13 32 17 23 13 0035 0062 MOD For Up To 5,000 LF,Add $12.97 Quantity Unit Price Factor Total installation300.00 x 0.04 x 1.0811 = 12.97 14 32 17 23 13 0036 LF Single 8"Wide Solid Line,Painted Reflective Pavement Striping $121.08 Quantity Unit Price Factor Total Installation400.00 x 0.28 x 1.0811 = 121.08 15 32 17 23 13 0036 0062 MOD For Up To 5,000 LF,Add $25.95 Quantity Unit Price Factor Total Installation400.00 x 0.06 x 1.0811 = 25.95 16 32 17 23 33 0004 LF Single 6"Wide Solid Line,Thermoplastic Reflective Pavement Striping $424.87 Quantity Unit Price Factor Total Installation300.00 x 1.31 x 1.0811 424.87 17 32 17 23 33 0004 0047 MOD For Up To 5,000 LF,Add $84.33 Quantity Unit Price Factor Total Installation300.00 x 0.26 x 1.0811 = 84.33 18 32 17 23 33 0005 LF Single 8"Wide Solid Line,Thermoplastic Reflective Pavement Striping $140.27 Quantity Unit Price Factor Total Installation 75.00 x 1.73 x 1.0811 = 140.27 19 32 17 23 33 0005 0047 MOD For Up To 5.000 LF,Add $28.38 Quantity Unit Price Factor Total Installation 75.00 x 0.35 x 1.0811 - 28.38 Subtotal for Asphalt $46,986.95 Bomar Industries {-sem .'t3 at* OD4. :. : • Seeeen.Paiika)1 Aert d�das-Gec Pa�em - .•t+� man Ott • - • -tkrt.PHae Ptd i1 a a _ 3111oi6*oo a 1.1s61- • Subtotal for Bomar Industries $398,465.50 Concrete 21 01 22 20 00 0006 HR CarpenterFor tasks not included in the Construction Task Catalog®and as $22,027.41 directed by owner only. Quantity Unit Price Factor Total Installation500.00 x 40.75 x 1.0811 - 22,027,41 all form work-Form and strip all formwork Contractor's Price Proposal-Detail Page 2 of 7 4/3/2020 Page 119 of 435 Contractor's Price Proposal -Detail Continues.. Work Order Number: 077746.00 Work Order Title: Screen Wall at Sunset Harbour Pump Station No.3 Concrete 22 03 21 11 00 0089 LF #4,Grade 60,Footings,Steel Reinforcement Bar $1,427.05 . Quantity Unit Price Factor Total Installation2,000.00 X 0.66 x • 1.0811 = 1,427.05 23 03 21 11 00 0090 LF #5,Grade 60,Footings,Steel Reinforcement Bar $4,864.95 Quantity Unit Price Factor Total Installation4,500.00 x 1.00 x 1.0811 - 4,864.95 24 03 31 13 00 0018 CY Direct Chute,Place 3,000 PSI Concrete Continuous Footings $8,605.12 Quantity Unit Price Factor Total Installation55.00 x 144.72 x 1.0811 = 6,605.12 25 03 31 13 00 0018 0033 MOD For 6,000 PSI Concrete,Add $1,975.28 Quantity Unit Price Factor Total Installation55.00 x 33.22 x 1.0811 = 1,975.28 26. 03 31 13 00 0067 CY 8"Thick,By Direct Chute,Place 3,000 PSI Concrete Walls $5,414.04 Quantity Unit Price Factor Total Installation30.00 x 166.93 x 1.0811 = 5,414.04 27 03 31 13 00 0067 0033 MOD For 6,000 PSI Concrete,Add $1,077.42 Quantity Unit Price Factor Total Installation 30.00 x 33.22 x 1.0811 = 1,077.42 28 03 37 16 00 0010 HR 35 CYWHR,66 HP Trailer Mounted Concrete Pumpincludes hoses $7,693.97 Quantity Unit Price Factor Total Installation80.00 x 88.96 x 1.0811 = 7,693.97 Separate Pours Subtotal for Concrete $53,085.24 Concrete Demo 29 01 74 19 00 0026 CY Drop-OR Reinforced Concrete At Recycling Center 52,197.23 Quantity Unit Price Factor Total Installation 40.00 x 50.81 x 1.0811 2,197.23 •30 02 41 16 13 0030 CF Reinforced Concrete Foundation Demolition $2.656.26 Quantity Unit Price Factor Total Installation300.00 x 8.19 x 1.0811 = 2,656.26 31 02 41 18 13 0033 SF 8"Thick Reinforced Concrete Foundation Wall Demolition $1,935.28 Quantity Unit Price Factor Total Installation306.00 x 5:85 x 1.0811 1,935.28 32 02 41 19 13 0070 EA Saw Cut Minimum ChargeFor projects where the total saw cutting charge Is $585.46 less than the minimum charge,use this task exclusively.This task should not be used in conjunction with any other tasks in this section. Quantity Unit Price Factor Total Installaton1.00 x 541.54 x 1.0811 - 585.46 Subtotal for Concrete Demo $7,374.23 Electrical 33 02 41 19 13 0123 EA Drill 6"Diameter Core In>8"To 10"Concrete $586.71 Quantity Unit Price Factor Total Installation 6.00 x 90.45 x 1.0811 - 586.71 Contractor's Price Proposal-Detail Page 3 of 7 4/3/2020 Page 120 of 435 Contractor's Price Proposal -Detail Continues.. Work Order Number, 077746.00 Work Order Title: Screen Wall at Sunset Harbour Pump Station No.3 Electrical 34 05 05 19 000070 EA 1/4"Diameter x 3-1/4"Length,316 Stainless Steel,Wedge Anchor Expansion $402.82 Bolt Quantity Unit Price Factor Total Installation60.00 x 6.21 x 1.0811 - 402.82 35 05 05 23 00 0818 EA 1/4"Diameter x 1"Length,304/18-8 Stainless Steel,Hex Head Bolt $249.09 Quantity Unit Price Factor Total Installation80.00 X 2.88 X 1.0811 = 249.09 36 05 05 23 00 1452 EA 1/4"inside Diameter,316 Stainless Steel Flat Washer $17.30 Quantity Unit Price Factor Total Installation80.00 x 0.20 x 1.0811 = 17.30 37 26 05 19 160124 MLF #12 AWG Cable-Type THHN-THWN,600 Volt Single Stranded Copper, $91.33 Underground Feeder And Branch Circuit Quantity Unit Price Factor Total Installation0.20 x 422.38 x 1.0811 = 91.33 38 26 05 29 00 0010 EA Up To 1'Length x 1-5/8"Wide x 1-5/8"High,14 Gauge,304 Stainless Steel $567.36 Unistrut Channel Quantity Unit Price Factor Total Installation20.00 x 28.24 x 1.0811 = 567.36 39 26 05 29 000097 EA 1"Diameter,304 Stainless Steel,Standard Pipe And Rigid Conduit Clamp For $150.49 Unistrut Channel Quantity Unit Price Factor Total Installation20.00 x 6.98 x 1.0811 = 150.49 40 26 05 29 000151 EA 1/4-20,316 Stainless Steel Lock Nut Without Spring For Unistrut Channel $278.06 Quantity Unit Price Factor Total Installation40.00 x 6.43 x 1.0811 = 278.06 41 26 05 33 130175 EA 1"Rigid Galvanized Steel(RGS)Plastic Insulating Bushing $91.03 Quantity Unit Price Factor Total Installation10.00 x 8.42 x 1.0811 = 91.03 42 26 24 16 000444 EA 1 Pole GFI,120/240 Volt,15-30 Amp,Branch Circuit Breaker,22,000 Amp $161.34 Interrupting Capacity Quantity Unit Price Factor Total Installation100 x 149,24 x 1.0811 - 161.34 43 26 27 16 000310 EA 4"x 4"x 3"Clamp Cover,304 Stainless Steel NEMA 4X Enclosure $683.34 Quantity Unit Price Factor Total Installation4 00 x 158.02 x 1.0811 - 683.34 44 26 56 23 00 0112 EA 120 LEDs,132 System Watts,Wall Mount,Full Cutoff,LED Wall Pack(GREE® $4,131.70 BetaLED®Edge®SEC-EDG) Quantity Unit Price Factor Total Installation2 00 x 1,910.88 x 1.0811 4,131.70 Fixture as per plans 45 40 05 23 430111 LF 1"Stainless Steel Tubing,Type 316,0.049"Wall $1,588.57 Quantity Unit Price Factor Total Installation60.00 x 24.49 x 1.0811 = 1,588.57 46 40 05 23 430128 EA 1"90 Degree Elbow,Stainless Steel Type 316 $2,219.93 Quantity Unit Price Factor Total Installation10.00 x 205.34 x 1.0811 = 2,219.93 47 40 05 23 430152 EA 1"x 1"Male Connector.Stainless Steel Type 316 $2,164.42 Quantity Unit Price Factor Total Installation15.00 x 133.47 x 1.0811 - 2,164.42 Contractor's Price Proposal-Detail Page 4 of 7 4/3/2020 Page 121 of 435 Contractor's Price Proposal -Detail Continues.. Work Order Number: 077746.00 Work Order Title: Screen Wall at Sunset Harbour Pump Station No.3 Electrical 48 40 05 23 43 0215 EA Cut And Prepare 1"Stainless Steel Pipe $249.73 Quantity Unit Price Factor Total Installation2000 x 11.55 x 1.0811 = 249.73 49 40 05 23 43 0365 EA 1",150#,Type 316 Stainless Steel Threaded Coupling $405.20 Quantity Unit Price Factor Total Installation10.00 x 37.48 x 1.0811 = 405.20 50 40 05 23 43 0727 EA 1",Type 316,Schedule 10 Stainless Steel 45 Degree Elbow $526.84 • Quantity Unit Price Factor Total Installation6.00 x 81.22 x 1.0811 - 526.84 51 46 82 83 00 2342 EA Remote NEMA 4X(IP65)Electronics Enclosure With Junction Box(Sierra 760S $810.90 EN4())Mounted up to 200'away from the probe with Junction box mounted on probe.Includes remote electronics enclosure mounting bracket and 1/2" female NPT connection. Quantity Unit Price Factor Total Installation1.00 x 750.07 x 1.0811 - 810.90 Subtotal for Electrical $15,376.17 General Conditions 52 01 22 16 00 0002 EA Reimbursable FeesRelmbursable Fees will be paid to the contractor for eligible $15,757.77 costs. Insert the appropriate quantity to adjust the base cost to the actual Reimbursable Fee.If there are multiple Reimbursable Fees,list each one separately and add a comment in the"note"block to identify the Reimbursable • Fee(e.g.sidewalk closure,road cut,various permits,extended warranty, expedited shipping costs,etc.).A copy of each receipt shall be submitted with the Price Proposal. Quantity Unit Price Factor Total Installation15,757.77 x 1.00 x 1.0000 - 15,757.77 Bond Fee 53 01 22 20 00 0047 HR Senior Surveyor(Party Chief) $2,811.29 Quantity Unit Price Factor Total Installation60.00 x 43.34 x 1.0811 = 2,611.29 54 01 22 20 00 0048 HR Surveyor(Instrument person) $2,714.64 Quantity Unit Price Factor Total Installation60.00 x 41.85 x 1.0811 - 2,714.64 55 01 22 20 00 0049 HR Surveyor(Rod person) $2,617.99 Quantity Unit Price Factor Total Installation 60.00 x 40.38 x 1.0811 = 2,617.99 56 01 22 20 00 0062 HR Project Manager $44,615.65 Quantity Unit Price Factor Total Installation 355.00 x 116.25 x 1.0811 - 44.615.65 Owner's request-PM&Super Blended Rate 57 01 22 23 00 0274 MC) 1,500 LB Capacity,60"Wide,Skid-Steer Loader With Full-Time Operator $32,853.10 Quantity Unit Price Factor Total Installation 3.00 x 10,129.53 x 1.0811 = 32,853.10 58 01 22 23 00 0428 MO 1-3/4 CY,30"Bucket,18'-0"Deep,112 HP,Loader-Backhoe With Full-Time $15,818.21 Operator Quantity Unit Price Factor Total Installation 1.00 x 14,631.59 x 1.0811 = 15,818.21 Contractor's Price Proposal-Detail Page 5 of 7 4/312020 Page 122 of 435 Contractor's Price Proposal -Detail Continues.. Work Order Number: 077746.00 Work Order Title: Screen Wall at Sunset Harbour Pump Station No. 3 General Conditions 59 01 22 23 00 1343 MO 3 Ton Capacity,12'To 16'Bed,4 x 2 Flat Bed Truck With Full-Time Truck $19,416.11 Driver Quantity Unit Price Factor Total Installation1.50 x 11,973.06 x 1.0811 = 19,416.11 60 01 22 23 00 1376 MO 18 CY Rear Dump Truck With Full-Time Truck Driver $49,536.09 Quantity Unit Price Factor Total Installation3.00 x 15,273.36 x 1.0811 = 49,536.09 61 01 55 26 00 0030 MO 28"Cone With Reflective Collar $4,446.56 Quantity Unit Price Factor Total Installation900.00 x 4.57 x 1.0811 = 4,446.56 300for3mos 62 01 55 26 00 0036 MO Channelizer Drum $1,945.98 Quantity Unit Price Factor Total Installation120.00 x 15.00 x 1.0611 = 1,945.98 63 01 55 26 00 0048 MO Type Ill Barricade,Up To 5'Wide With Three Reflective Rails $3,218.65 Quantity Unit Price Factor Total Installation120.00 x 24.81 x 1.0811 = 3,216.65 40 for 3 mos 64 01 55 26 00 0057 MO Type A Or C Flasher $1,644.35 Quantity Unit Price Factor Total Installation300.00 x 5.07 x 1.0811 - 1,644.35 100 for 3 mos 65 01 55 26 00 0076 MO 6'x 32"Tall Plastic Water Barrier $8,811.20 Quantity Unit Price Factor Total Installation8100 x 100.62 x 1.0811 = 8,811.20 27for3mos 66 01 55 26 00 0096 MO Trailer Mounted Flashing Arrow Board $6,996.19 Quantity Unit Price Factor Total Installation12.00 x 539.28 x 1.0811 = 6,998.19 4 for 3 mos 67 01 55 26 00 0105 EA Place And Remove>250 Cones Using Truck $1,770.84 Quantity Unit Price Factor Total Installation900.00 x 1.82 x 1.0811 = 1,770.84 set 300 3 individual times. 68 01 55 26 00 0116 EA Place And Remove Plastic Water Barrierincludes water.If lifting equipment is $7,287.50 not available on site,See CSI section 01 22 23 00-0000 for Equipment Usage, 01 71 13 00-0000 for mobilization tasks. Quantity Unit Price Factor Total Installation243.00 x 27,74 x 1.0811 = 7,287.50 81 set 3 indiviudal times 69 01 74 19 00 0014 EA 20 CY Dumpster(4 Ton)"Construction Debris"Includes delivery of dumpster, $3,522.33 rental cost,pick-up cost,hauling,and disposal fee.Non-hazardous material. Quantity Unit Price Factor Total installation5.00 x 651.62 x 1.0811 = 3,522.33 Subtotal for General Conditions 5225,784.46 Planter Contractor's Price Proposal-Detail Page 6 of 7 4/3/2020 Page 123 of 435 Contractor's Price Proposal -Detail Continues.. Work Order Number. 077746.00 Work Order Title: Screen Wall at Sunset Harbour Pump Station No.3 Planter 70 31 05 16 00 0008 CY #57 Stone Aggregate Fill(#4 To 1") $542.44 Quantity Unit Price Factor Total Installationg 00 x 55.75 x 1.0811 542.44 71 31 05 16 00 0008 0053 MOD For Up To 10,Add $157.82 Quantity Unit Price Factor Total Installationy 00 x 16.22 x 1.0811 = 157.82 72 31 32 19 16 0013 SY 4 To 6%Open Area,370 x 250 LB Grab Tensile Woven Monofilament $65.41 Geotextile Fabric(Carthage Mills Carthage 6%) Quantity Unit Price Factor Total Installationx 2.75 x 1.0811 = 65.41 22.00 73 31 32 19 16 0013 0084 MOD For Up To 50,Add $13.56 Quantity Unit Price Factor Total Installationx 0.57 x 1.0811 = 13.56 22.00 74 32 91 13 26 0015 CY Backfill Planting Pit By Machine,With Topsoil From Stockpile $93.52 Quantity Unit Price Factor Total Installation25.00 x 3.46 x 1.0811 = 93.52 75 32 91 19 13 0016 CY Furnish And Place Imported Screened Topsoil,Over 12"Deep $1,025.96 Quantity Unit Price Factor Total Installation25.00 x 37.98 x 1.0811 = 1,025.96 76 32 93 33 00 0104 EA 3 Gallon Ficus benjamina-Weeping Fig $279.73 Quantity Unit Price Factor Total installationx 10.35 x 1.0611 279.73 25.00 Subtotal for Planter $2,178.44 Proposal Total $749,251.00 This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: 53.18% Contractor's Price Proposal-Detail Page 7 of 7 413/2020 Page 124 of 435 sicic THE GORDIAN GROUP Subcontractor Listing Date: April 03,2020 Re: IQC Master Contract#: FL-SEA-GC01-041019-HBC Work Order#: 077746.00 Owner PO#: Title: Screen Wall at Sunset Harbour Pump Station No.3 Contractor: Harbour Construction,Inc. Proposal Value: ` $749,251.00 afCe a edor x OtNas No Subcontractors have been $0.00 0.00 selected for this Work Order • Subcontractor Listing Page 1 of 1 4/312020 Page 125 of 435 . . • • .. . . .... . I —• . . . • • , . :. - • i . . • • ' ' • . . . . . . . .• . ' . • . . .• . . • .. • . . CITY OF MIAMI BEACH . , .• 1 • • , . '...;( 1,1 • \ '...... - . ,-'. .:•.. I'••!'1 i I i AkF3'...)1 II: I 'I .1,11 . :::: A- C''.1 I. •. '•1'.... .-'... 1 . . . . ,,. • 811 OM MT'S 14101 =MI CALL 1111 •alf0/2 IOU Dia :•:.[ :. . ''' .- ..,. t 7-., .•.r• .- ') 1' I .::I :.-- . :.:3 F.::. . . '.'• ' .. . • • '-'•••-"-- wove csiba..14,1 Km • •:'1 * • . . I • _ !,!,' ,. * • '. • '`...:...,1 ill -..(.,--1 ._,...... '..1.,.•:;.: I.M. 13 i i,c!R PROJECT LOCATION 1 11,:':)1.:1,-.'. •!:.:.11q I I',•'AF,71• A.I.W:4, • — IId,v.• ARR'Cl,A :,'.—„"Vit6,,''.......13gx -....n.:,,,4.,-,:_ ......,--,..-- . .,,,L„ .,, I. I.,',' '.•Y V AI AK01-1 .0 . •• t. 11111111, Wg rt..,. ,..t1,1..L.1,-1. ,— • • ' e-.17...._-0. Jef. ' '''. •••'. - 4.Z.1.1...*1 ... i .• ,..:-. . • IIIWII""Pil 0-11,...,/ .'"‘ " ..' ,.-•.•: .1 1....1 .• :.,•• '.. rs '' . • ' f7n_:c'se A ii %' 't :I. :•.1,1 • l•• 'A'I:' ''''''''....' ir • .•,,,.. ;14: . ..;., • •r " ..., Y „.,, , :- ,'`.• ... - 1469131:1i N : ' • . • - - air ' • Li r • . - •;q _ I . ''' 1.: '..”•;!:. c-.' :'. ,,:1'.L 1-.1 'i•:.i•.$ -,'. i N::' OII1 . t- 4, ..._. r: ..g. i ,•. .,ft....,,,,, ,....r, I. 1.:.; z..;. •,,.._ i,...) (.4 • ti '.i .S.'. . . '. .1c9,;:%, AIL _.. .,- .4 Lgt4 V.I ',I:W ......1 t's•• . .1 .-4 :A.1-s.-7: !.72 Al ; :::..• .- '- •-..' I.: '". .. k*:. Z • ..:.- ) ;!3'.... •-.. .,,. •:..b.., - .' —. • • - • ... - P.', .,./ r.;•,-..- i ...— I '' r . . i., : . •':- 4 1.;',.• ' .. •, •..- r -w • ..f.-.•,_N. . 41110 ?-•• •..... • 6.i..,, • • • •• •:No- ,.31 : ' . IV. I'I;•.01 1 1-...••'.':•) I E Stanley Consuitants gm I:71;4 I .• \CENS...•.:- THIS SEAL APPLIES TO THE .- N.. `s • LOCATION MAP No.56593 FOLLOWING DRAWINGS ONLY: G-001 i • *-"1.1.4crl s..01 A Series Drawings -53•../0-7- S Series Drawings 0• STATE OF •(g/d A‘.. A. ... ' 41..e.4 221-9, i. . ... . .. . Page 126 of 435 • _•••___ •• . . .-_ _ .. 11 .y. C 'I F 7,- .. -_Irl !fA y T r___. . PS NO.3 1 - •..1.. * ,• tIL' i -11t ` (SUNSET HARBOUR PUMP STATION) 6 ': .u► . lilt. . ' ,*r .r' 4..4: � • 1( ' me+ a --,%- Tr` +1" it.• 4V , 4erissY , .. :f",. r`':r.... I,�I: <i STH ST ••44,12. 111 ``R�N7 • .• 1 ( • :;-.. t• ,...._ ,....j _ -•( Y •ig � es , 1 1ca . a . Z F � � � ' }+al' r o•�Cv . ; r ' i. ..eD NOTES: I �J+' .,,.I,4 " .•I,l.i....et. �� ► ,I i' 1 SEE ORAN1N6N06-007 FOR PHOTOGRAPHS Of FASTING PUMP STATION. F C •ti_ �y1 iS yL' i :S,` •'•�� � `',K' I� 2 SEE CRANING NO A-0OI FOR PROJECT SCOPE OF WORK - . IT ;4+"' •` 11 ,. L,+1 • - 3 CONTRACTOR SMALL PROVIDE PROJECT 1001 PLANS SITE PLAN SCALE UST•I•.0 RIGHT.OF-WAY __ - _ _.... .__. ..__— i _....___ • - BOITOMEDIEOFCONCRETE PROPOSED VERTICAL w TRAFFIC RAIGHG(TTP) SUPPORT FOR SCREEN WAIL(TTP.) ,y (T XLSIINC OR REPLACEMENT -_i T J.. J. .J- J. _ J. .J. 1... -1.. Z at"' J. I� ' PROPOSES SOIL AND VEGETATION II • EXISTING XIMNC GATE BACK FACE OF CONCRETE CONTAINED VIRION PLANTER(SEE II NOTE 3 ON DRAWING NO A-002 FOR �! TO REMAIN TRAFFIC RAILING)TP) DESCRIPTION OF VEGETATION) 0 (EXISTING OR REPLACEMENT II TRAFFIC RAILING) REMOVE ALL FASTING BOLLARDS AND r.'-ne r "'---" -"- 7 ENOUGH OF THE EXISTING SLAB ON �i GRADE IO PERFORM SPECIFIED I CONSTRUCTION(SEE PHOTOGRAPH I I MEW ILED"EAST END OF PROJECT FOR ' ' OF EXISTING BOLLARDS AND EXISTING SLAB ON GRACE) J PERIMETER OF EXISTING OV I ER PERIMETER OF PROPOSED ^ I ELECTRICALEOUIPIAENT PLANI ER WALL TO MATCH OVIER N.N. I PERIMETER OF EXISTING CONCRETE \' PERIMETER OF PAO SHOWN INPHOTOTTREDTAST END I EXISTING GENERATOR OF PROJECT ON DRAWING NO S-NOT 1 _-__ - _._ J IT WALL PER PROPOSED DRAWING F_ 1 NO.A PER DETAIL ON ITER WA I NO.AAOOI(TDP OF PLANTER WALL I • ELEVATION MATCHES TOP OF I TRAFFIC RAILING ELEVATION)) I .:.._.. 1 f" • L_L - .,. ,. .. . . ,... .. ., .. .. ..... • L' ..-- .. _ __ ___ - _-. .. ._.__. • . ..__.. .._ ___. _. . ..__•• • g 7f "f _ -�-_ PROPOSED SCREEN WALL(TTP) -] /r RIOHT•OF•WAY PUMP STATION PERIMETER PLAN NOT ED SCALE _.. .. , . .___-___..._ ..— low4444T N� T . _ •_.__._. �tSI ...-� I a „MOACI' I LUX NUSFL•.e I '-i' " SCREEN WALL AT PS No.3 i I.LI,.•e xzfF •• 1. __ •MI.a. yto..Mena.S.•1•.DO 'STIIU Y.b ^.UYe SIAI,CN Mind HIM VLAV OOO CIE —---—' • �ki .yl POM Bete,I1p Oa!7.011 ------ 1 OFFICE OT CAPITAL FAPROVIRIENT►ROJRCTO ADD1rtsz: w„r..�rre ...,AIm41a'mP cvn aEwneT w , ,SAID ••M mJWrtAL " - sun,.oy=.N+�.e. ,.,mum...•••••••••••,52,X,R,w. WEST AVE.AND 20TH ST. y�� 1c.rHr I..1 A.In.a..ue.No.IPre1E__ ,�s.ILD NO UM meson _ APPn er ow 10=vr.,P a.;:Di a off PROJECT SCOPE OF WORK(SOW) SCREEN PANEL INSTALLATION AND REMOVAL 1 CONTRACTOR SHALL VERIFY PROJECT DIMENSIONS AS STATED IN NOTE C ON NOTE THE FOLLOWING DRAWING NUMBER 5-001 •MAXIMUM SCREEN PANEL WEIGHT ISABDUT 300 POUNDS 2 WIRE MAINTAINING TRAFFIC ON ONE SIDE Of THE PUMP STATION(NORTH SIDE OR •USE THE LIE TING HOSES IN THE SCREEN PANEL TOP ENDS SHOWN ON DRAWING SOUTH SIDE).THE CONTRACTOR SHALL REMOVE THE PORTION OF THE EDISTIN° NO 5-002 TO LIFT IRE SCREEN PANELS TRAFFIC RAILING AND JUNCTION SLAB ON THE OTHER SIDE OF DHE PUMP STATION •USE SHACKLES ATTACHED TO THE SCREEN PANEL LIFTING HOLES.WIRE ROPES !SOUTH SIDE OR NORTH SIDE)AS SHOWN ON DRAWING NOS 5.00)AND 5-004 ATTACHED 10 THE SHACKLES AND A MECHANICAL LIF TING DEVICE ATTACHED TO THE PARE ROPES 70 LIFT THE SCREEN PANELS 3 DS CONTRACTOR SHALL DETERMINE IF THE REMAINING EXISTING SUB'GRADE IS •SHACKLE PINS THAT CAN FIT THROUGH A SIr DIAMETER HOLE SHALL BE USED 1 B. PLANTER INTERIOR SUFFICIENT TO PLACE NEW CONSTRUCTION UPON IF IMPROVEMENTS NEED TO BC Ir MADE TO EXISTING DUB-GRADE.THE CONTRACTOR SHALL REFER TO SUB-GRADE CALLOU I IN SECTION D ON DRAWING NUMBER 8.004 SCREEN PANEL INSTALLATION ) I. 1 HE CUNT RAC TOR SHALL CONSTRUCT THE REPLACEMENT JUNCTION SLAB PER• I.ATTACH SHACKLE PINS IO THE SCREEN PANEL LIFTING HOLES. —--'-�^—• DRAWING NO'S 5-503 THROUGH 5006. 2.USE A MECHANICAL LIF TING DEVICE TO LIFT THE SCREEN PANEL AND PLACE IS BARS m 6' IN POSITION. S.THE CONTRACTOR SHALL CONSTRUCT THE REPLACEMENT TRAFFIC RAILING PER 3.INSTALL BOLTS TO ATTACH THE SCREEN PANEL TO THE VERTICAL SUPPORTS. LyO DRAWING NOS 5007 THROUGH S-006 4.RELEASE THE SHACKLES FROM THE SCREEN PANEL T CLEAR(TTP 6 THE CONTRACTOR SHALL PLACE ASPHALT ON TOP OF THE REPLACEMENT g, 4 JUNCTION SLAB TO MATCH ROADWAY SLOPE OF REMAINING ROADWAY AREAS SCREEN PANEL REMOVAL T. b ADJACENT TO CONSTRUCTION PER DRAWING NOS S-003 THROUGH S-0OB I ATTACH SHACKLE PINS TO THE SCREEN PANEL LIFTING HOLES. 7 THE CONTRACTORS ALL INSTALL ANCHOR REDS IN THE PORTION OF THE 2.USE A MECHANICAL LIE TING DEVICE TO HOLD THE SCREEN PANEL IN PLACE Al EXISTING TRAFFIC RAILING THAT IS TO REMAIN PER SECTION CON DRAWING NO 3 REMOVE THE HOSTS ATTACHINGAl THE SCREEN PANEL TO THE VERTICAL • 500{ Zd SUPPORTS o • FOUNDATI N 1 I THE CONTRACTOR SHALL INSTALL THE VERTICAL SUPPORTS ON IOP OF THE 4 LIFT AND REMOVE THE SCREEN PANEL TRAFFIC RAILING AS PER DRAWING NOV 5-007 AND 5-067 —_ 9 711E CONTRACTOR SHALL INSTALL THE SCREEN PANELS AS PERURAVWNG NOV S-001.S-007 AND THE A SERIES DRAWINGS 1.4 TO THE CONT RAC TOR SHALL SHIFT TRAFFIC TO THE OTHER SIDE OF THE PUMP STATION _.�._ ..— --- T- IT THECONTRACTORSHALL PERFORM SOWSTEP52THROUGH DFON THE If ALTERRAIE SIDE OF THE PUMP STATION. 1-1 12 TIIE CONTRACTOR SHALL PERFORM WORK ON THE EAST AND WEST SIDES OF THE PUMP STATION AS SPECIFIED IN THE MOT PLAN DETERMINED BY THE 6-RB BARS EQUALLY SPACED CONTRACTOR THE CONTRACTOR SHALL PERFORM SOW STEPS 7 THROUGH D FOR THE WORK ON THE WEST SIDE OF THE PUMP STATION.THE CONTRACTOR SNAIL PERFORM SOW STEPS 2 THROUGH 6,SAND B FOR THE WORK ON THE EAST SIDE OF THE PUMP STATION NOTE THAT FOR THE WORK ON THE EAST WOE OF THE NOTE_ PUMP STATION.THE CONTRACTOR SHALL REMOVE ALL EXIS SAG BOLL ARDS AND ENOUGH OF THE EXISTING SLAB ON GRADE TO PERFORM SPECIFIED I IN THOSE LOCATIONS WHERE THE PLANTER IS DIRECTLY OVER THE PROPOSED CONSTRUCTION(SEE PHOTOGRAPH TITLED'EASTENO OF PROJECT'FOR VIEW OF TRAFFIC RAILING JUNCTION SUTRAFFICWA B I RAILING FOOTING)THERE LL BE NO E1115TMSIDEOANO EXISTING SLAB ON GRADE)AODIIIOIWLLY.iOR VAONK PLANTER WALL FOUNDATION INSTEAD THE VERTICAL AS BARS ROOKED AT ENDS ON THE EAST SIDE OF THE PUMP STATION,THE CONTRACTOR SHALL WS TALL AS SHORAN)WILL BE EMBEDDED MIRE TRAFFIC RAILING JUNCTION SLAB PLANTER WALL VERTICAL REINFORCING IN THE PROPOSED JUNCTION SLAB AS REQUIRED AND SHALL CONSTRUCT THE PLANTER AS PER THE A SERIES DRAWINGS.AND INSTALL LIGHTING AS SPECIFIED IN TIE ELECTRICAL DRAWINGS PLANTER WALL AND FOUNDATION SECTION NOT TO SCALE _ ._ _._.-.. . ._ —.-._— LIUVB BT ... __- b Nir�E I T I 040010s 0.�9 IRD2T:r: YRIC HUSMIY,PF Y "" '-' SOH,50111.11113-431. ;' - .. SCREEN WALL AT PS NO.3 r 14.43.He psRJ ��B J ---- INsruu6a ARINOYN A moo wwe�iirr •t•l wen.'DHn cee.sal.fon wscrcoar j I A—.4.!PI HO.L ''F rlyea 7)ffM 1 I'LA 53 D'U ADxrtss. ...-vrcAVE.AND 20Th ST. ^ID r's3 5 { !OFFICE OF canna ur EOv�rIEMr PROJECTS — 'w u ••rle. rasp cern �l�,R . 1.01.4. 10100.0rITK----" r. R•r.0•••n53 Ir M•c•Ii.MN L.wTfrto Hi Ao l•e1./41•n Ne Ines A511013D R -.. ..._____—._ =•GyrN 4IMn+l 3CJ4LE. __. . 110 00t rN� AT•UA IAM IO O/111 :54,4 Ol d-92 - . .p.I:I n.S) • _ T5'-TOY.' -•--- ___ -- - GENERATOR t - —B-SOLID TDP EDGE OF PANEL .5 INDN.PERFORATEO) 1 • ••SOLID SIDE EDGE OF PANEL L @kOr1@ .t0 (NDN-PERFORATE DIITYP.) !•i •1::::1. 3141::' ''.' •/� I -T4 .,.��/ TEXT-SEE BIGNAGE DETAIL ON .• B• 2-10w. B' 3'-0- B- 3•W 1W_ ... '#t A/ r'11AF?B'�[ °PAWING NO.A003 I ----.I 1 -_ F f ' -6-SOLID TOP EDGE OF PANEL EXISTA Ai - - . GATE LNG SIMMSTO REMAIN I -I (XON-PERFORATE°) ;0- --PERFORATED PORTION OF SCREEN I I •PERFORAfEO PORTION OF SCREEN PANEL(TTP)SEE GRAVING NO -_ - / PANEL MVP 1 SEE DRAWING NO 4 ADM FOR PERFORATION PATTERN ----^- "'*'-^- A-003 FOR PERFORATION PATTERN rl • .. -. -- —P HIGH SOLID IN°N-PERFORATED) § —.. II— I• .•I>''r:}I.y :-.R:.': IFIL • WAVE SHAPE(BEE NOTES p F. jI:,''T. f •--SOLID 510E EDGE OF PANEL T -10'%16'ACCESS OPENING IN PANEL �,R� -1-i-++ -..1 (NON-PERFORATED)ITYPJ (- I i` )1 -EXISTING CONCRETE TRAFFIC RAILING h i T.--;:i 1 j -•-NEW CONCRETE TRAFFIC RAILING t') I' T`\\\\ 'I l _ I I -2}".•SOLID SIDE EDGEEE PANEL I ` • 4 1 -"25f SOLID SUE EDGE OF PANEL -y I I I (NON-PERFORATED)SEE ELEVATION ON 4 I I I (NON-PERFORATED)SEE ELEVATION ON ....-.. I ..J DRAWING NO S-001 FOR K.GAP(OPEN L 1 - ' -'-" '"'--- I 1 DRAWNO NO S-003 FORS GAP(OPEN NEW SIGN UP LIGHTING MOUNTED 70 JOINT)BETWEEN PANELS AND VA(320 30161)BETWEEN PANELS AND WEN2U FRONT OF TRAFFIC RAILING SEE VERTICAL SUPPORT BEHIND PANELS VERTICAL SUPPORTSEHINO PANELS BRAIMNG NOS E•001•E-0ul FOR DETAILS.- -- EAST ELEVATION WEST ELEVATION NOT(D SCALE NOT TO SCALE (PLANTER NOT SHOWN FOR CLARITYI F 1raY.-a _ _ __ -'- � ._—._ ... _..____ .-- ___ --- .. ..__ ...- __-3]Ca'SOUTH ELEVATION) __ . 13, 7Y' I 3'd �S ]'-0-• B' SJ)' �e'ti ].'0- �6 T-0' II' 7.(7-7-0 B; 7d e- 3.B-.4B•-- CD- 8- 7d �0' ]•d -e'ti T.0' 8' 3'-0' yGT 3'd �S` 3'-P .B' ]'-0' 8' r-P e' T.0' 6• S'.D- 8' -3-Q �C -_T-0S•f� B_ ''' 1 r _— 1• —'I — —- Ira ISOUTH FLEW SOLID SIDE EDGE Of PANEL (NON-PERF ORA TED)(TYP)._--,-" -7--,...n.;., • • . ) • t ~ • .. .. •) ' • • I.'.,• 0N-PERPANEL TORAT 1 r.-• : )I : :•. (NO ED) • :;t: :: I`:1 .I ..I F..:': -1 It 't.'.. IfBF.:1::1':! 1I I.": SIGNAGE DETAIL: FONT STYLE:FUTURA DTD DOCK EO F EO EO EO WeDCO r1710 to b. 1 § 5��1 [��: � A 3OU ��I --'--.. .. 13'-r -I PERFORATION PATTERN: NOTE 1.PRIOR TO ORDERING SIGN PROVIDE SIGN SHOP DRAWINGS FOR OWNER AND 1'1►_/1 4 1 4 1-11_11_4ENGINEER REVIEW.SHOP DRAWINGS SHALL INCLUDE PROPOSED ME MOD OF _ -. - - - • • _ ATTACHMENT TO SCREEN PANELS(SIGN MUST BE REMOVABLE) .& /A. /411 1‘.41 04/A. / /0...4 .& I71 174 174 I74 174 Iw4 174 174 i 171►A. /71►.A1►A. /A. ►A. /�1 COLOR CHART: 1 ►,4►_1►,4►•4/• 1•/►A. I_t PANEL EXTERIOR COLOR BELOW THE WAVE SHAP E I 3.'h J'hl I I T 1'1VY'1�'1,. ►W1► 4►'// 1/ /►71► // / u ,t �';; A. A. A. A. • • • L '..�11).i.�:._�fr MANUFACTURER SNERYAn WILLIAMS ♦ r 7 "► I 4 LP':.A"-'ALli..`.+�:,,=! WNUNTOLD CREST ► /► .1► N. NI Nr NV // / MANUFACTURER MwICHOLS OR SIMILAR a& Alk STYLE GRECIAN WAVE SHAPE&TEXT COLOR • NOTES: I SEE NOTE E AND'SCREEN WALL INT ERU4PROPERTIES'ON DRAWING NO SCOI 2 AVAILABLE GRECIAN PAI TERN SAMPLES RE PROVIDED TO THE OWNER FOR 1 REVIEW AND APPROVAL PRIOR IO ORDERING SCREEN PANELS MANUFACTURER SH£RWIN WILLIAMS COLOR DORNN GRAY SWR T017 • PANEL INTERIOR COLOR MANUFACTURER SHERWIN WILLIAMS COLOR EIDER WHITE SW.Toll • PNOACI LWC HUSKLY.P.E. B1 AB S SCREEN WALL AT PS N0.3 Ps.a-..No.5659] ICRE<uueY-°Q . "Rt'ailMi Tal U(IASV '611 Nw15nylm LW Sint.400 Iglo,sooY AB ] MC W..1 Poan BeacS.fbrEo]3409 A-003 OSSICK OF CAPITAL INPROVSMENT PROJECTS BIT BOSS w.e..'.Sa N..A .....tonulgrwP.�a C.2OILO BY w. row VS]I I .MOI..........%W.OAC.ILL,. WEST AVE.AND 20TH ST. ......e.ro.+w Carwmma or Aamad.mlm Ha.19 TB . .. ‘69,111 ME+v ImNm.SLVRwmaT Aw0 r+'uw lu w i9H fb i os>w r..==MN.Nn 604E ... AS NOTEDND --- - t NOTES: A CONSTRUCTION SPECIFICATIONS: • 1 FLORIDA DEPARTMENT OF TRANSPORTATION IF DOT)JANUARY 2519 STANDARD SPECIFICATIONS FON ROAD AND BRIDGE CONSTRUCTION.AS AMENDED BY CONI TACT DOCUMENTS 2 PART 11•MIMMUM SPECIFICARONS•IN CIF,'OF MIAMI REACH PUBLIC WORKS MANUAL 1 AMERICAN WELDING SOCIE TY(AM)DI B.STRUCTURAL WELDING CODE• STAINLESS STEEL 3•4119:9 10 SPACES@7'-0••TIRO' - .._- -.__- - B.DESIGN mNO SPEED•170 MPH. C DIMENSION VERIFICATION SCREEN PANEL(TYP) TRAFFIC HIEING(TVP!/- UNLESS OTHERWISE NOTED.THE DIMENSIONS SHOWN ARE BASED ON THE I INFORMATION DETAILED IN THE ORIGINAL CONSTRUCTION PLANS ANO AVAILABLE ASBUIPLANXST UMP STATON AND MAO T REPRESENT LL AS-BUILTLT CONDIRSOFONSTHE ITEIS THENCONTRACTORS IRESPONSIBITNLITY TO VERIFY TRAE _ ;- ___�_..`. _ .... ---�--� -F--]t• �L- -it--'�-' �E f__-�-- Z-- -- DATA BEFORE BEGINNING CONSTRUCTION AND NOTIFY THE ENGINEER OF ANY DISCREPANCIES I I D.SCREEN WALL(SCREEN)CONSIST OF SCREEN PANELS BETWEEN VERTICAL - y SUPPORTS. Y.-D POST-IHRTALLED 1•M CTP g I} E SCREEN PANELS ARE y THICK PERFORAT ED STAINLESS TEEL SHE IS SEE it 1TP ARCHITECTURAL DRAWING NUMBER AGO]FOR PERFORATION PAT TERN ON SCREEN _ j.. SS ANCHOR RODS___,, ANCHOR ROOS ELECTRICAL ~ PANELS SS BASE PLATES SS SASE RAI ES EQUIPMENT W I 8 S 9MTN;S•B HOLES LMTN 1X-D HOLES O AI 14 F SCREEN PANEL SHOP DRAW NGS SHALL NE SUBMIT TED TO THE ENGINEER FOR „j Q SCREEN PANEL W I p REVIEW AND APPROVAL PRIOR TO BEGINNING FABRICATION. i6 VERTICAL SUPPORT ISS VbF2D! N b WITH 1.66 BABE I.LATE AND I F+ :1 SSANCNOR RODS MP"' ice •.: SCREEN WALL MATERIAL PROPERTIES •.1 ✓�.]_M._.-i A- ..---__.._1.--�-i� -l�-r - - --F.--�- - .--_.m.. �--�--- -'-"-;'-'-�'-t '\-- STAINLESS STEEL SCREEN PANEL S.ASTM A]KO,GMOE MIG _ v/ \I 1 © ..•/�' •' _ STAINLESS STEEL SHAPES RNBY101 ASTM A7TA.GRACE]Tal STAINLESS STEEL BASE PLATES-ASTM P.240,GRADE]1GL. lS.LL7 STAINLESS STEEL THREADED ANCHOR RODS•ASTM F593,GRADE 510L-FY•TD KSI VIA PUMP STATION PERIMETER PLAN VIEW STAINLESS STEEL HEAVY NEN BOLTS-(SOS.FY.IO KSI. NOT TO SCALE (SHOWING SCREEN.SCREEN VERTICAL SUPPORTS 6 T RAF FIC RAILING) STAINLESS STEEL HEAVY NES NUTSAND WASHERS-ASTM F594. LEGEND AWS •AMERICAN WELDING SOCIETY CIO •CAST.INPIACE FOOT =FLORIDADEPARTMENT OF TRANSPORTATION 55 _STAINLESS ST ELL .._ 74.-15W2 6'-10Z. ...--_. .. -... . -_ _ _..- .... .. ___. .. ._._ _ ...___.--. r ..-_.. __-_. -.T. --.3@-IOY't SaQ1 I 1 TOR OF SCREEN PANEL /e.----/`\ - 1 n •SCREEN PANEL I. GENERA I OR ! BEHIND i ASCREEN WALL 1 M :::1-41 IJ 71 I I _-_• \ _ / I Imilimm TRAFFIC RAILING L ! J ,1 _I TRAFFIC RAILING SOUTH ELEVATION EAST ELEVATION (NORTH ELEVATION SIMILAR) NOT TOSCATF NOT TO SCALE • -- , PROACI: INC NUDITY.Pi. ♦ ""- -' III+Ii -5p1EEN o PAN ow - SCREEN WALL AT PS NO,3 sL Lk**.Na SR659J .aa oBMIHRH l E rvA1Nr AND .. •AGWESS — ....•••••••_ •••.Yr.F w.•I:frB acn,FInEa]a.f19 - _- �C OffICEO►f:FVrtKTFIPRDVFTII�NT�ROJlCT7 •••^P^N79•.Yo-e.r„ . o�claaneY NT .--. __ ::: 1:NNrAI v.AFlvv.G V 001 N,N WEST AVE.AND 20TH ST. I �ti�• _-.. .C.1.1<.I.of A.P.,.rl.1 ,+ w7e )N; E•9i nvaiurrr i _._— fe AOT .__. APPp a 10e�10-Oi 19 h P d OI r COPE TOP TOP OF 1�• �ly CO MATCH TOP '--rl}► - SCREEN PANEL ` dS • It Y187C10 h •Ty DIAMETER HOLE AT EACH END TOP OF BASE PLATE r_ OF PANEL HOLE CENTERLINE IS TRAFFIC RAILING �6' • • — .-. LOCATED]'FROM TOP OF PANEL / - - — CS176-1--1�PEN AWS D1.066(EMU WELD METAL) I • P'_`I SEE PANEL LIFTING INSTRUCTIONS `S//JV �T ON ONANNNG NO.A.001. i 1.5S BASE PLATE __ q HOLES FOR SCREEN PANEL • ANCHOR NODS ow)• SCREEN PANEL 1 _� SSWBQO • • It MIX2S& L- WOPEN JOINT I-w. g It BASE PLATE SCREEN BETWEENPNIEL EDGES r r r (TYP) I I . o r•.:• •WB HOLES(SEE PLAN VIEW ON DWG.NO.5-001 FOR LOCATION)OR 1 I)U HOLES(SEE PLAN VIEW ON DWG NO$001 FOR LOCATION) I # g TYPICAL BASE PLATE DETAIL 1 IF• ' 5. m NOT TO SCALE S 001 f • # O C AK•2R VERTICAL SUPPORT 1 ¢ 7 (BEHINDSCNEEN PANEL) �Ga1 b 9 S I 1 11 r_.t —�IOP OF ��1yyy SCREEN PANEL 11 f —• TRAFFIC RAILING SCREEN PANEL 1 11 Sj�HOLE(PIP) 1 11 11 4• II (TVP.) mP,) • II 111 M TI -BACK FACE(VERTICAL) II OF TRAFFIC RAILING I A I{H11IIi - .. r1. • 3 ---• Y1 _ TOP OF -- ..I II TRNI55&15EPLATE ///---4. �.• • --- SCREEN PANEL I I11 :/r t klE _ 1 /If�1 `SEE NOTE 1 TOP OF 11 II�, i [A __ .._ _ __ - I l�l �( TRAFFIC RAILNG • II �I/ �I/ I 11I 111y TRAFFIC RANNO_-//- 3 a ( ANCHOR ROD(TVP.) Sc Imo. __ --SCREEN PANEL ---___ A' -NOTES: 512-0 SS BOLTS.DOUBLE NUTS f1 LOCKDOWN NUT)b WASHERS r-cr MAA SPACING(TYP) 1 IF NECESSUIY TO PLUMBMBE20,PLACE THIN LAYER OF SOW p•NONSHRINK GROUT PER FOOT SPECIFICATION SECTION SN 2 NTERTNE NUTSHAVE THENTIGHLENED,DISTORT THE ANCHOR ROD THREADS TO CORNER BASE PLATE DETAIL® CORNER BASE PLATE DETAIL© PREVENT THE NUT VN OF BEEN NUTS NOT TO SCALE NOT TO SCALE (NORTHEAST CORNER SIMILAR EXCEPT Y.-GAP BE TWEEN BASE PLATES) SCREEN FRONT ELEVATION @ VERTICAL SUPPORT A NOT TO SCALE S-WI Umrana I. PROJECT: _ LAIC'WAAL,.PL '....;..� SCREEN WALL AT PS NO.3 P.C.Ltem.No.]6bV3 olFaroev EN 506EN WALL DEMIS ""' ,L1 16.1 7,741:17,..7,V6"1'1.2° DEyp E00T FR_ -- . .._. � �q �. Wot S-002 OF CAPITAL IMPROV! INT P1lOJICTS ADDRESS: wI..T�fr� ....alwl.raI L c.m GIECKEDBY 1..L.._. 1 1VOI':1p;mi yj9YTTµ r�ri;.PSJ SCNNRI np.lA!1S. WEST AVE.AND 20TH ST. M..�ti� Carrel.m...1.c.�..ow No.IVIe ___ w WOE P.,rwaLLL•nL-A urvc. ._ .- .I ... .. 1RAtE Nit.._. PEL'Nn41 o Br dx Io=o)-19 �O�0]o.O . i . 75.-0.v. ._- .._- -...___-___ .-_._ .- Lj11/ 1 ---- - .I... ..-- .. AI AI r'-- -11-1 97 iI 131:17 I / / SEE DRAWING NOS A.0111A-000AN0A.0111// FOR ADDITIONAL DEMOLITION // DETAILS IN THIS AREA AI, Ar CT Ank ix 1 ALL - .: ii` iii...,"7 .0"F. 4/..,./.,/.../"....... I /- IF EXISTING JUNCTION SLAB IS LOCATED HERE, _- / I RPER CITY EMOVE AND TOREAREA STANDARD DETAIL �.._. I_ ____._... . __ .� RS21.PAROT II MIAMIBEACH STANDARD SSITE .0AND ROAD WORK AND'S.ROADWAYS.Mr) ._. .x Y _ -.. _ __-_.__.__.._ .-.._ 41.-3.6 PLAN VIEW-DEMOLITION NOT TO SCALE(SEE NOTES ON DRAINING NO A-001) 7549SYQP --- - .. ..- --- ------ T (1w.) LEGEND O I - EXISTING STRUCTURE 1 TRAFFIC RAILING 6 JUNCTION SLAB) r 20•7X=(WP-) _ NI PROPOSED STRUCTURE ••••--g;'EXPANSION JOINT -IVVJ 1/��/ IREPLACEMENTTRAFFIC RAILING 6 JUNC I SLAB) I (SEE NOTES).764) )E•V-GROOVE(SEE NOTES 1 52) F///il EXISTING STRUCTURE TO BE REMOVER 1 � ■NY IGLLLd I ir I II ti / SEE DRAWING NOS.M000AND A•001 t III ® FETIITCONSTRUCTION DETAILS IS INN THIS ARFA I �fOTF� I I 1 yv • NOTES: •• 1.V-GROOVES AND EXPANSION JOINTS SHALL BE CONSTRUC I ED PLUMB ANO I _ -�_._ __ .'. -1 --�-=-T--"-.2. •-BIR-�- -�• -Lmi _ ...A.-_BM_vy _ .. - _..;—�T PERPENDICULAR TO THE GUTTER LINE L _ -- - 2 CONS INUCT V-GROOVE IN BOTH FACES ANO TOP OF TRAFFIC RARING.AND ON BOTH EDGES AND TOP OF JUNCTION SLAB. rg —F-Y•EXPANSION AWT —j•VLROOYE(SEE NOTES162) E I (SEE NOTES I. 3 PROVIDE AND INSTALL X.PREFORMED EXPANSION JOINT FILLER IN ACCORDANCE L—-- ___,. ,„__ _. _ -.- PATH FOOT SPECIFICATION SECTION 932(MAY USE STAY-IN-PUCE PLASTIC I PREFORMED BONO BREANER TO FORM JOINT) r _ • •REMOVE REINFORCING STEEL AT EXISTING'TRAFFIC RAILING/JUNCTION SLAB yr Alj^a _413! 4-1 _ '- '• CUTTING EDGE TO I-BELOW SURFACEANO PLUGOPENING WITHEPDXY GROUT PLAN VIEW-CONSTRUCTION PER FOOT SPECIFICATION SECTION 926 NOT TO SCALE(SEE NOTES ON DRAWL NO NO A-0011 CI. 10C CAREY.P.E. �� vpO gh SCREEN WALL AT PS NO.3 p I.I I� N0.55593 O¢O NYT IH -- __.. CDN$IR DliON SLOVENE! .___-_.__.. ___..-. H.ni �. 1611 P0.B OC Rpc4i SYN.34000 L"A".DBY W T -__ (1 Or)) S-003 •�rl ..n Pym Blccn,Fq.Na SSa09 OFFICE O!CAPITAL IMPROVEMENT PROJECTS =l10R[99 mI R.N..AK arm ...alpnlrlyp.rp.wm 0401LU BY ,,PP ._, Iv4I.ry 1wA auwlAi -_- rs - — WEST AVE.AND 20TH ST. r F._ c.I:II.I..r wrn.l.mm N..IBM Au,LE 519 PC MK nwra MVO �� t��� - --...-i„ R..ID-oT-I :s.,w a A Bi • TRAFF IC RAILING ,. r • -- ------ /�/ �1 I I LEGEND F TRAF IC RAILING TUBE • (TMFFIC RAILM08JUNCTION SIO) I I I I ASPHALT ABOVE EXISTING I 4 JUNCTION SLAB TO BE REMOVED PROPOSED S I RUCTURE JUNCTION SLAB IF (REPLACEMENT TRAFFIC RAILING 8 JUNCTI NSLATION)--. / ,� I AS REQUIRE°FOR N EW FOUNDATION / r,/// JUNCTION SLAB) (FOuND \ ———— -_r • M EXISTING ST RUC DIRE TO BE REMOVED ——— /\/ ���� � i /� �I f EXISTING PUMP STATION SUB --'----- -EXISTING PUMP BTA(ION SUB / .Z/ III //\�/ // ' i ITO REMAIN) b \\ / 11, (TD REMAIN) GRAVITY WALL / I __ _ ,_-———— / • (FOUNDATION) / Ir / • I / II / I NOTE: 1.SEEAS-BUILTDRAWING OFEXISTING DOE FICRAILNGAND SECTION-DEMOLITION e FOUNDATION ATTACHED TO THE CONSTRUCTION PLAN SET. SECTION-EXISTING e NoTroscALE Ipfi05CAlE SSWQMIN ME•• SS RASE PLATE i -BACK FACE OF 66 Wing NATM IFR- TRAFFIC RAILING SB BASE PLATE I BACK FACE OF 1-M GIP STAINLESS ITRAF TICRAJNG STEEL THREADEDD ROO _ WITH HEAVY HER NUT f'�I( THREADED STAINLESS STEEL 11e' ''' AT BASE OF ROD—- { •— THREADED ROD POSTHNSTALLED IN ! 1 EXISTING TRAFFIC RARING —t-"- 5 I I Iii I` ••I'I t MINIMUMTEUCP:NESS ASPHALT PERCORE hI: IF CITY OF MIAMI BEACH SPECIFICATION I(GIIiTING OF REINFORCING '' -I-- ti TART II SECTION B ROADWAYS•-- -- hill !II • STEEL IS PERMITTED) •4 • I (I6hN I , !. E3WTING PUMP STATION SUB - ———"" /;;, TII . i1 / EXISTINGPUMPSTATIONSLAB V\/�` . / (TO REMAIN( `//,;/ - _ .. / II / ' r IF MATERIAL NEEDS TO BE REPLACED / I II — - AND/OR COMPACTED,REFER TO / 1 I IL_ _ // 1 • PAARRTTIIISECTIONBROADWAYSSPECIFICATION // I i ..---—��//``/// -._ ..-- // •i L..—_._. .. //�\\\/� NOTES: / • I / • , SEE REPLACEMENT TRAFFIC RAILING AND JUNCTION SLAB DE!ARSON DRAWING NOS 5-0DOR SOOO NOTE' 2 CONFIRM LOCATION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION STORM SEWER IMPROVEMENTS I USE ADHESIVE BONDING SYSTEM FOR STRUCTURAL AN•BUILT SURVEY IS AVAILABLE FROM THE CITY TO AID IMTH UTILITY LOCATION APPLICATION TYPE HA LISTED ON FOOTS APPROVED PRODUCTS LIST AND PER FOOT SPECIFICATION SECTIONS NIS AND 037. I.ROADWAY SURFACE TO BE SLOPED TO MATCH EXISTING ROADWAY SURFACE ADJACENT TO CONSTRUCTION SECTION-EXISTING W/SCREEN C SECTION-REPLACEMENT W/SCREEN e NOT TO SCALE S-SOS NOT 10 SCALE I ._.. •.--- •Pr0.LC1 - t -_—r[RiC nVSAI..PI 'rows..AT IR --.1 I, _- .. Mrp Tw IDr•pwr_._._. SCREEN WALL AT PS NO.3 I NO •I P L Low r2 54,2.E �C AM°FY a I• - _,_-• (1 c<wslrce+lo.SEW( Cl • -_� A .� 1,n alknptan NoO,.9rrA•00 bL.]IDl UIT LH 1 I1 y 27 _ .___..._ • -._ _. . iuwY_ti Kn,Po,n B•vn-Fl.eo S]•09 • •[IIMI,L wrr.,•txy Trio ...xt2xl•11 Lan PtEPJP2. . tp0:-,Y-GCT15Y,1A,IN I 004 OFFICE Of CAPITAL IMPROVININT RROJRCTI - ' - --- n��1'sa.T.vxstxo.2r ._._ IlWEST AVE.AND 20TH ST. l..�r..n...a c,.ul.,l.„AamaL,rP,No.,2,n I- } 9 tiofrrew•nxa rre•trnnnfa ..__—_. ._______1=. _._-_. •w•W••�r'•'� .__ ]Glk NI -_ I•U MIE RVOUN .___ PAT 151.lies TO 97-19 1614.4 04 a VI SPACING SS WA220 _-_93 -_ 4- SPACING BARS 5m 5V r 5. ASPACE8Qr•.2'd I 5- S 1-0 CIA STAINLESS Y..�(TY?) RIF T ink ' STEEL THREADED ROD 1 97 LNTH HEAVY HEX NUT Mil I.__ III R AT BASE OF ROO , -�_ ___ x �� II1.O CLP STAINLESS 8118 SP(TYP I STEEL THRFADEO ROD REPLACEMENT .'il INGNO. iiIIiiiiiIi!I ELAR 5v MP) If J EXISTING PUMP STATION SLAB _; ITO REMAIN) `` �'I`` // UAl —__._.. .. —- EXISTING GRAVITY WALL `` / • / I TYPICAL ELEVATION EXISTING GRAVITY WALL / ,I I NOT TO SCALE (PORTION TO REMAIN) / II II {ONLY BARS 5P AND Sy SHOWN iOR CLAR(IY) // II ` ` _ TRAFFIC RAILING AND JUNCTION SLAB MATERIALS / II L ` I REINFORCING STEEL / U 0 ALL REINFORCING STEEL SHALL BE CARBON STEEL PER FOOT SPECIFICATION SECTION 531 Z--- - ._) 0)ALL DWENSIONS PERIAWMG TO LOCATION OF REINFORCING STEEL ARE TO CENTERLINE OF BARS EXCEPT WHERE THE CLEAR DIMENSION IB SHOWN F ROM FACE OF BAR TO FACE OF CONCHS re OR OTHER ELEMENT TYPICAL SECTION A III)TYPICAL REINFORCING BARS ARE MARKEDASFOLLOWS NOT TO SCALE 5-005 •SIZE QUANTITY 1 If DESIGNATION la - a U2 2 CONCRETE LEGEND CONCRETE SHALL CONFORM TO FOOT SPECIFICATION SECTION 310 -—- EXISTING STRUCTURE MINIMUM 25 DAY (GRAVITY WALL 8 PUMP STATION SLAB) CONCRETE COMPRESSIVE LOCATION Of CONCRETE CLASS STRENGTH(PSI) IN SIRUCTURE PROPOSEDSIHUCI UNE -- •------- (REPLACEMENT TRAFFIC RAILING• TRAFFIC RAILING JUNCTION SLAB) IV 5.502 JUNCTION SLAB PLANTER PROJECT: • MC IIOSILT,V.E. ---'--- • ; E ! ,'1,..::.I'_ SCREEN WALL AT PS NO.3 PJ uce,..No.0059.1 MLT¢U nT FN . __ MNAU bLNI INAHIC RAIUNC R. • • ', • IDQ wwlMnRim,ALU, Sage 10O JUNCTION SLA .1'. '. w `"" N cn B BUMS ...—...• -' -' ��*i wul Polm B.otl,.Rwlao v109 aKWI S __ . ..._.. ( p j) _ S-005 ADDRESS M�nel.Ar rm ...lamr'I A IYom UEOIfO9Y 110 I I . imA AuaMrtiu. - arrrce OF c�nru IMPROVEMENT111.v.PROJECTS WEST AVE.AND 20TH ST. �A...NA. B Om 10P0/10:D_BL1u?a C.H,IkYI. I A�NF4at. No.TRIO [Inas MI •.ne.n ...!....74....,.. ._ - BpIE NTB, _= ! REYepn AWL,BY Lbs 10 O/19 0 O! — --- - . . - ..—- --, BILL OF REINFORCING STEEL MARK SIZE LENGTH A 4 7•-10' r W B 5 AS RECO. �• { F. J--- ra.* - --'- ..11 .__ _... -0' 0•.rl -TP' 7ISY MATCH EMITTING) P 5 5'-7' ._ T —_ JIRIQTION BUB -__. —RY.-RYPI - V 5 5'-1014- 1-BSTNNLES6 STEEL I --- -__--_ THREADED ROD WITH F,T NUT@BASE OF ROD I I I III J— 7 I II { BARS SPkip! � - '. _ r•r_ aB SP BARS 58 yN [ACLTESEE NOTE]) b � 1(TYP1 J Q STN I. __ IMTCM TOP SLOPE �' . li 1 T4+ OF JUNCTION SLAB BARSNa�'SP CONSTRUCTION FPR ' I= I � L L JOINT REDD -. _ WAS 5V / I I BAR 4A STIRRUPS BAR 5P CMN TCOVER(TOP! �9-sP r LSEE NOTE 7)- RFk TP / COPING i BEE NOTE I) TA► "'. r - __ . !+ !.• -BARS 58� - I --_. - Il ��- •.�: — I, "� '� LENGTH As REGNRED �� � :covEa a -- -_ CD NIRA- • v �i\��� 4 II�� r 1 OPTION- •� • Mi .1 s BPAc.1GerHese BARS 5B i \ `��'`'�r- 4-come• 4 ? BAR AB(TYP) , Ni BARS IL®S'SP LSPACING �'I -- BI1fiS 60 ]'-0' • SPACING BARS SET S 08P.�TY1'.ed 29P.@i'-0't `—_ .. X NOTES: ! 1.ROADWAY SURFACE TO BE SLOPED IO MATCH EXISTING ROADWAY SURFACE !II !II ADJACENT TO CONSTRUCTION 1.-__17 .. 2 VARY THE JUNCTION BLAB SLOPE BASED ON THE ROADWAY CROSS SLOPE TO BARS 4L STIRRUPS BAR 5V MAINTAIN A MINIMUM WASPHALT DEPTH AT THE EDGE OF THE SLAB ] ASPHALT IS REQUIRED ON TOP OF THE JUNCTION SLAB FOR IT'S ENTIRE LENGTH ON THE TRAFFIC SIDE OF TME TRAFFIC RAILING SEE CITY OF MAW NOTES: REACT SPECIFICATION TART U SECTOR 0 ROADWAYS' I ALL BAR DIMENSIONS IN THE BENDING DIAGRAMS ARE OUT 10007 4 UNLESS NOTED OTHERWASE•CONCRETE COVER SHALL BLT 2 ALL REINFORCING STEEL At EXPANSION AND OPEN JOINTS WILL HAVE A T MINIMUM COVER. 3.LAP SPLICES FOR BARS SR WILL DEA MINIMUM OF 2.2 4 CONTRACTOR MAY USE A SINGLE IS STIRRUP INLIEU OF TWO BARS FOR SP AND SVS TYPICAL SECTION-REPLACEMENT TRAFFIC RAILING&JUNCTION SLAB NOT TO SCALE !EXISTING GRAVITY WALL NOT SHOWN FORCIARITYJ REINFORCING STEEL BENDING DIAGRAMS FaDjCI: - -— !RIC HUSKEY-P.f ---RNWVOf $--- S —_ _--- Yiro. Pwvp Na "' •" CHEUAEUOT EM 1 l':11.1 IS NLNI INhII A:BASINS SCREEN WALL AT PS N0.3 I � N.E.L'c,...No.SeS9J — • MU JUNCTION SIAM DI DOS ____. 1 leu RminlnVo71 AIV(511100 IAtgAk'" J _ S L Wa.l Pmm B.ecN•Ilnbo JJh09 -- —.. (2 09 2) ..J-006 hOVRk55: ....Nmry19'wP c.m Y. {1L OFFICE OF CAPITAL IMPROVEMENT PROJECTS WEST AVE.AND 20TH ST. `:I.^, ' gr.., BY ._.._ I.'f . • ..,, la,.euwTu�- -• :::77.F',;_%„,-,c s_ ILlulaa. •.o..A.w..n..l.w HIYN•• �MPI -..- C,•I Fc9le of Avinar.Fal.0 No..1910 gpkF NTS )AD IAIE IEVNO! APYUl! I9 _- gym ._-.. - ..._.._ __ ._._- - N�1 LE d OF . . • • ------ ---- •• - ------ . ., :::,' ..;-----t.i..u•.-:,F: .,,,....„- ., ::,..:.. '. •- V4i,r,ISRli•114NpRilykR r jig . . olliei'li,M" ',., li•J".11$11fio..9')-:, , . .. rli , ! i .: . ..t...-. „,,- _...:3.:::!.'kW,...,:•,' .,.. ....,: ;.!:.F.1_,,•......,,,IRIA:...tn‘-'..-!.4...7,- . sa • , , ,,; ' .• ,, , • .....,,,.4,-* .,,,„, ...!i,•:. tim ',•::•-;:i41,.,11,:Pil.ir.,:... .!."-. :,'' ''' e, ..• ,,,- ti.:;.,A•. _ . . ,.,. . qui ,,,...,..,4." . . . '1 • . s I.,.: ' ' •:,:,. . B • ' '.' ' ' -,"L'o'''',...,„.:....':. L :fift-,,,.. ' . „.• • , • , . . ' 1 '' ..wr.- ''6'..';• . . ... -...., WEST END OF PROJECT . EAST END OF PROJECT '' 7 _ _ __ : • II _ ....._ ___ _ ..::.? ;.. . '1:.;..,....,....ieli :'..,: '',..::...• )': -.'"-:,''. 7 •. 1,..!:,,‘„....-,:., •,..4,s.,,..-i , . . -..,.. .i .. .,:!..-{- ..) .:„,_, ... . „„1.,:•:,.....0i.tcwi, ,,.-,. .,ii•:-...,II , . ... _, .,,•:,.-,•?:•1!,,,.,, ..,,, . SOUTHWEST CORNER OF PROJECT .. ,....,„ ' - 'M.7';' .. 7.: .. 4... . -:•-• . 1 ... 1 1 . ,.A.! • . • r °' .... , • ' 1'I.'., l'P - . 1 I;. :: - ' • 1..111,114:t l':;il! .., .Iii„.„.„.....,44„...„.„,..., • , .... t . . -;:,....-4., etEkl!I .: 1'':? .,.._ ,B.Y.:'X:•,.7...'''7"*-------r--:-- aPioa`''' . H4 - •.,...,.„ . , .. . . PUBLIX BEYOND PROJECT GENERATOR AND ELECTRICAL EQUIPMENT . - --.-- „....._ .... --.. . PROJECI: ' - '- -——PROOM 1,11010S .... ...• . ...• SCREEN WALLAT PS NO.3 - a, r:r 1."ZtVi4:..i56593 crux.er....t . . _....-.. - - "-*------St.friCaratinta rsi P=rrel=.7Via:V.Or ''''''''''"R',.' "• ,. ..,..._ • • -- S-007 __ — •..amr.....Va. 1•1•1.21l.01.70.,[0,11 Imiti.rallitmi.- OFFICE OF CAPITAL IMPROVEMENT PROJECTE 'QDREsS' WEST AVE.AND 20TH ST. ............ CerNI!cola of Mither4oNon No.1O7a sm... my g . am By 71.7;fglt7415L67-i! a! nem o.....Ort a mg, NO MIE - - - . - --.___._._.- . — -- SCREEN PANEL(TYP) EXISTING ' Niii TRAFFIC BARRIER ITYP) i . ._...^.__ 71f _72—Tr _ LLI `Lii 113 LLA___....,_....... .�..__.�—_ _.._..-.. LLI IU LLI�."...r. I. _ {''-EXISTING ELECTRICAL EQUIPMENT {Lr SEE SHEET E.037 1.1r W I I NEW SIGN UP LIGHTING I l MOUNTED AT TOP OF ELECTRICAL I I I CONCRETE BARRIER. EQUIPMENT II ), COORDINATE WITH I`I Z FOR MOUNTING V '1I ATTACH I'CONDUIT WITH 2E12. ATTACH 5-XE-X B'318 BS JUNCTION 1E120 TO EXISTING WALL TMTH BOX TO WALL FOR FIXTURE ELECTRICAL PLAN APPROVED SIB STAINLESS STEEL DRIVERS INSTALL FIXTURE VA RE _ NOT TO SCALE CONDUIT STRAPS AND HARDWARE FROM JUNCTION BOX TO FIXTURE AS , PER IANUFACTURES REQUIREMENTS SIGN LIGHTING FIXTURE l' SEE SHEET E-003 FOR , DETAILS . ..1.--.) StMNLESS BTEEL CONDUIT RTRAPI. MOUNTTOWALL DMM BS5 ANCHORS SPACED MAX]B'APARI 51CA LIGHTING MOUNTING I '4 .•, .\ BRACKET SEE SHEET 4'I'.tiauI_► EGO]FOR DETAILS A.y. P X 2 FLUSH MOUNTED I STURI•CONDUIT THRU WALL SEE • JUNCTION BOX VERIFY SITE PLAN FOR ROUTING SPACING WITH FIXTURE MANUFACTURER TYR • T. 1 11 kill I SehEnI ' LIGHTING MOUNTING DETAIL nsutan5lot NOT TO SCALEsO"u'80B 100% SUBMITTAL JIM (55115,64411 Fee p F,6X17 FRoncr. SCREEN WALL AT PS NO.3 LAY M.M.m.P �.wl *�+ o..w.. �N Ie AL LYa�Ino*BMq OlOILD Br H15 um.../IM EE�� • "Mg amigairo Sera Sera L�e.g. ¢Bantu ora -1.— `-OO1 •X bask Flab 7]O OFFICE OF CAPITAL FM�ROVIMiNT r11DJRCn'UM. 21n:Nyly laity "rtl =rah '-'0.17.147.:41-' 01 -T ........ye MA MY.A...IIO.t WEST AVE.AND 20TH ST. 8,3 o.: .lrw 6.�KK�K.1c:. L N,B NO Ira RDAs. AFPQ e1 n.s�jp�s,r�aa 03 A GENERAL ELECTRICAL NOTES AND SPECIFICATIONS: 3#'/G's 3/N I. THE SCOPE OF WORK SHALL CONSIST PRIMARILY OF THE FOLLOWING: 3/1/O,PG 210 A PROVIDE AND INSTALL NEW SIGN LIGHTING COMPLETE. (EXST) ____ — B. PROVIDE AND INSTALL CONDUIT AND WIRE COMPLETE. • JIEJr•If E%IST. 0 2. THE CONTRACTOR SHALL PROVIDE ALL MATERIALS AND LABOR TO INSTALL THE ELECTRICAI. EXISTING `J9' I URN SYSTEMS AS INDICATED ON THE DRAWINGS.ITEMS NOT SHOWN BUT OBNDUSLY NECESSARY PANEL'A' DISC FOR COMPLETION OF THE WORK SHALL BE INCLUDED. METER �'1vv4. ' 3. THE INSTALLATION SHALL BE BI ACCORDANCE WITH THE 2014 NATIONAL ELECTRICAL CODE. , 's LATEST ADOPTED NATIONAL ELECTRICAL SAFETY CODE.LOCAL.CODES.CITY CODES AND THE pµL 3/a. 1/ISG 3/I/o.2•c NI 2017(6TH EDITION)FLORIDABURRING CODE. 'B• 1•c{EXIST) E(EXIST) - -•••••41 4. 4. THE CONTRACTOR SHALL OBTAIN ALL NECESSARY PERMITS.INSPECTIONS AND APPROVALS AND TO INCLUDE ALL FEES AS PMT OF HIS BID IF NOT OTHERWISE NOTED. ' E S. THE CONTRACTOR SHALL COORDINATE HIS WORK WITH THE OWNER&ENGINEER. ( FPL XIST•) '' 1' 6. THE CONTRACTOR SHALL BEFORE SUBMITTING MIS BID,VISIT RR SITE OF THE PROJECT AND BECOME FAMIUAR WITH THE EXISTING CONDITIONS.NO ALIDWANCE W ILL BE MADE FOR ,I EXISTING CONDITIONS OR FAILURE OF THE CONTRACTOR TO OBSERVE THEM. EXISTING ONE LINE DIAGRAM ' 7. ALL EQUIPMENT AND MATERIAL SHALL BE UNUSED AND U.L LISTED.ALL REFERENCES TO A 120/24D,16,3 WIRE PARTICULAR MANUFACTURER ARE GIVEN ON AN'APPROVED EgLAL•OASIS UNLESS OTHERWISE NOTED. EXISTING PANEL'A'AND SERVICE POINT a. THE CONTRACTOR IS RESPONSIBLE TO TEST ALL SYSTEMS INSTALLED OR MODIFIED UNDER TNS PROJECT AND REPAIR OR REPLACE ALL DEFECTIVE WORK TO THE SATISFACTION OF THE ENGINEER AND DINNER. A. ALL EQUIPMENT FURNISHED AND INSTALLED BY THE CONTRACTOR SHALL BE GUARANTEED AGAINST DEFECTS IN MATERIAL AND WORKMANSHIP FOR A PERIOD OF ONE YEAR FROM DATE ., • ,_- OF ACCEPTANCE. EXISTING PANEL"A" III 10.ALL CONDUCTORS SHALL BE COPPER.NO ALUMINUM ALLOWED UNLESS SPECIFICALLY N(AMTIA1 W1 N] 0I Mm1uV,ID]W IN(SCATED ON DRAWINGS. 01+41 CFwl 1AINU :n HE MANNw A., KILLS n lAAM1 BM AAI al Un A N. 11,THE OMWVEC"ARE NOT INTENDED TO SHOW THE EXACT LOCATION OF comma RUNS. FFAF13"IPAN,,YAM INA AAPA A7AAA Ali iavll 7...)11A47...)11A4 , MESE ARE TO BE COORDINATED WHIN THE OTHER TRADES SO THAT CONFLICTS ARE AVOIDED I I IA 1 ' N,pyy1 - .M Fc PRIOR TO INSTALLATIONS. CRI'. LOAD SERVED "Ol41NP NNE CO.. .A TT I.'A I B COW � WL COW' E SW ! LOAO SF AVEo CAT 12.ALL MOUNTING HARDWARE SHALL BE STAINLESS STEEL. - ]' 1 11. . _ , .. ' ! 13.GROUNDING SHALL BE INSTALLED IN ACCORDANCE WITH NEC.ARTICLE 250.THE GROUNDING NaAlowll� 1 n - 11p e SYSTEM TEST SHALL NOT EXCEED A 48 HOUR SPM DRY RESISTANCE OF 5 OHMS. L ' ! _..1:- / ADDITIONAL GROUNDING TO MEET THIS REOUIRELAENT SNAIL BE INSTALLED AT NO EXTRA , ,. .� ,. - . COST.GROUNDING AND BONDING CONNECTIONS SHALL NOT BE PAINTED.ALL GROUNDING "' ' "'- - 'r. 111 CONNECTIONS SHALL BE EXOTHERMIC WELDED UNLESS SPECIFICALLY INDICATED OTHERWISE. - _ - j.. .. _ 14.AN EQUIPMENT GROUND MITE SIZED PER NEC SHALL BE PULLED IN ALL ELECTRICAL --.. • — CONDUITS.POWER AND CONTROL,WHETHER OR NOT INDICATED ON THE PLANS. 1 I �� .-I __ , .. �T, I la - .. 15.PROVIDE COMM DULL CT SEAL AT ACONDUIT ENDS. �. • ....".APSN.T cT;r . 16.CONTRACTOR SHALL.MINIM 30 DAYS AFTER THE DATE OF THE SYSTEM ACCEPTANCE PROVIDE TO THE BUILDING OWNER RECORD DRAWINGS OF THE ACTUAL INSTALLATION ,ou,0.w.APAN"M.[?To.1 L..J Ile sm. • INCLUDING A SINGLE UNE DIAGRAM OF THE ELECTRICAL DISTRIBUTION SYSTEM AND RELATED FLOOR PLANS INDICATING THE LOCATION AND AREA SERVED FOR THE DISTRIBUTION. IV Nur VP D]MHAVAI 1]R]1111,AS PFA FBI; 17.CONTRACTOR SHALL PROVIDE TO THE OWNER AN OPERATING AND MAINTENANCE MANUAL IN ACCORDANCE WITH THE REQUIREMENTS OF SECTION C405.6.4.2 OF THE 2017 FLORIDA BUILDING CODE-ENERGY CONSERVATION.INCWDING ANY AMENDMENTS THERETO. 10.CONDUT SHALL BE ALUMINUM CONDUT. 1D.POWER WRING SHALL BE 600V OWN/THAN,COPPER, J• pI,I�,W,I�1RY,f!J,1 P.Pi AMladOnc 100% SUBMITTAL :101A'ln•kb.la's."SA. ]Iz YAR Palm Poch FY BHN DOD 016301 Fp 15011610.31: Rvurprvgoacel"bu'.. HAsysl SCREEN WALL AT PS NO. �I M'a NA. 4.1. IMAs AS uw.R Tore A Dom,.w • ww.�..YYLA Demme IIA 4tOt D6YtA QTI4i �LRrIITR•i ANS HWI°IA IFA. UNSIGNED AF,N —oo OFFICE OP CAPITAL IWRD PROJECTS 'WEIR WEST AVE.AND 20TH ST. r........... '�'� "Lktl°' °; -� 2�1 AIA AlYlvj' .0 N•Lv.my r a.C..,>nA RPM 41LANM N AA rArte iTd MALE N I NA_PAI! RM.. wvO.11_'...."."=141 Ibtil@n W FLP 11L00> Insight 4 +inq !Alp!,. rGsigGtllaump vl 1,X. InsIgheighticip INIII 1111=111 r. t, .my ..s, it IW. IN+.r. Mt IPI LV[n1 "'••'••�•" •.' _-w- .. . �._. -. • • • • • :1 0. . t. • ::; k1d tIt•g . 191),I(X. InA917111gtifing ?AI LItG • �:, :1 s.� 11.1.1.......... l ll` I:, I . i m.N..I.IiIMI. •'•_' •,' _ :. SIGN UP LIGHTING CUT SHEET _ .. .. . . . I GLYDC M•�! .s.. IQ—f9;-0C0—.6'/1FtMF•I—N—T/•-471FtYQV "CII Q,I IX .... �e, .moi,�It--I. imc...T.: 100% SUBMITTAL ...�I..bTo„E..4.).,.•..., IN•.MI UNIT W lnDc PE •�• r S u..N,u 1)..+900 SCREEN WALL AT PS NO.3 P.T.G"", "`'°�" '°11°"110 cur i' ���y � VIII �..M Lww cEscNey W , WM1. S.312 E-003 llt fr.b..l�p.IGY 7SW� dECYraer OFFICE OF CAPITAL IMPROVEMENT IROJRCl1 ' WEST AVE.AND 20TH ST. +"'L. "' ^Mt•=�* �b•W" ��n r4•••.• ' mM.tpa.1)..0 Wit t.cn 111 MU eN.le M1�t\�i�. �O�I. Mt M\Ca• 'LE .T5 .O d1E Rlli}LYI c..stjp • ..6J d aa l s Pew 1400 05 Contractor's Non-Prepriced Worksheet SIQC THE GORDIAN GROUP Date: 3/26/2020 Re: Job Order 077746.00 Title Screen Wall at Sunset Harbour Pump Station No.3 SECTION ITEM UOM DESCRIPTION 10 00 00 00 00 001 Screen Panel(s)Bo-Mar Insdustries-Grecian Pattern Install Price: 351,040.00 X Install Quantity: 1.00 = Install Total: 3351,040.00 X Factor: 1.1351 = Line Item Total: 3398,465.50 For Work Performed with the Contractor's Own Forces: A. Direct Labor Costs through Foreman Level (Current Prevailing Wage Rate+Published Fringe Benefits) B Direct Material Costs (Supported by 3 Quotes)' C Direct Equipment Costs (For Equipment NOT in the CTC) Total Cost for Self-perform NPP Work Task= • (A+B+C)x Non-Prepriced Work Task Adjustment Factor *Material Cost Quotes (Attach quotes from listed suppliers/subcontractors.A Justification Letter must be attached if 3 quotes are not furnished.) 1. S 2. S 3. S For Work Performed By Subcontractors: G. Subcontractor Costs** (Supported by Quotes)(This Should be the Price Entered into PROGEN) H. 1.1351 Contractor's Non Pre-Priced Adjustment Factor I. Total Price for NPP Items being Performed by Subcontractors =G x H **Subcontractor Cost Quotes (Attach quotes from listed suppliers/subcontractors.A Justification Letter must be attached if 3 quotes are not furnished.) 1. Bo-Mar Industries,Inc. S 351,040.00 2. All Dade Fences,Inc. S 374,000.00 3. Kreativ Concepts $ No bid/No response Convert to Unit Price Non-Prepriced Worksheet Page 1 of 45 Page 141 of 435 C bo-mar Industries, Inc. 3838 S Arlington Ave Indianapolis,IN 46203 Phone: 317-899-1240 Fax: 317-899-1241 Fed ID; 35-1843148 Quote No: 23204 Wednesday,March 18,2020 Page: 1 Attention: Guy Lesseur Harbour Construction,Inc 7340 SW 48th Street, Suite#102 Miami,FL 33155 Phone: 305.603.9944 Guy • Screen Wall At PS No.3 Miami Beach Fl. • Line: 1 Part ID: STAINLESS STEEL SCREEN WALL Rev: Stainless Steel Generator Enclosure. Custom 1/4"perforated 316 stainless steel panels(custom pattern based on Grecian pattern provided by customer)with galvanized and powder coated steel I-Beam Structure.All stainless steel button head hardware with stainless hex nuts on back side.Custom Paint with wave pattern . wrapping outside. Designed to fit existing concrete wall structure.Locating templates will be provided for new cat in place anchors. Front side to be mill finish stainless steel upper with powder coated wave on top of lower colored section. Wave material to be 14 ga material with powder coat finish.Wave to be second layer on top of perforated panels. Wave also indudes signage letters in same gauge bolt on design. Back side of panel to be mill finish. (Paint/powder coat would not be cost effective) Panels would be 1/4"316 Stainless Steel with custom finish. I-Beams would be steel W6 x 20 [-beams,galvanized with powder coat finish. Bomar would want to cut one panel to test stability/flatness of material after cutting. Quote based on 1.5 hours per full size sheet waterjet cut time. Final perforated pattern density may affect cut time and price. Full panel yield 1 to 3 panels in overall layout. I-beams will mount to traffic barrier. Locating templates will be provided to concrete contractor to locate and set cast in place anchors for mounting I-beams. Bomar will drill existing anchors 1'-4" and use 3/4"stainless steel expoxy set anchors in existing traffic barrier. • Quote has a separate line for PE to approve and sign off on drawings. Quantity U/M Unit Price Discount Discounted Add!Charge Lead Time Total Him Unit Him 1.00 EA 287,890.00 $287,890.00 Line: 3 Part ID: SHIPPING ESTIMATE Rev: Two Direct Soft Sided Trucks Estimate only. Quantity U/M Unit Pike Discount Discounted Add!Charge Lead Tarr Total Hire Unit Price 1.00 EA 15,000.00 $15,000.00 Page 142 of 435 t 3 bo-mar Industries, Inc. 3838 S Arlington Ave Indianapolis,IN 46203 Phone: 317-899-1240 Fax: 317-899-1241 Fed ID: 35-1843148 Quote No: 23204 Wednesday,March 18,2020 Page: 2 Line: 4 Part ID: SAMPLE PANEL. Rev: Cut Sample for Material Stability Bomar will cut one full size panel to test material stability with custom cut perf pattern. Panel will be a usable panel if pattern and material remain the same throughout project. Sample panel cost can be credited back to project if panel is usable in final installation. Quantity U/M Unit Price Discount Discounted Add/Charge Lead Time Total Pace Unit Price 1.00 EA 6,175.00 $6,175.00 Line: 5 Part ID: FLORIDA SALES TAX ESTIMATE Rev: 7%if applicable to project Quantity U/M Unit Price Discount Discounted Addl Charge Lead Time Total Price Unit Price 1.00 EA 8,500.00 $8,500.00 Line: 6 Part ID: PE SERVICES Rev: Registered Professional Engineer Quantity U/M Unit Price Discount Discounted Add!Charge Lead Time Total Price Unit Price 1.00 EA 3,500.00 $3,500.00 Line: 7 Part ID: INSTALLATION Rev: Bomar Crew Anchor Support Beams&Attach Panels on top of traffic barrier wall. Quantity U/M Unit Price Discount Discounted Addl Charge Lead Time Total Price Unit Price 1.00 EA 29,975.00 $29,975.00 Salesperson: Prices are Valid Until Sunday,April 19,2020 Quote based on all discussions with Stanley Consultants,City of Miami Beech Florida and Bomar Industries.Prints,material,and budget changes have been accounted for in quoted line items. Any additional changes will have additional cost incurred by customer. Exclusions: Permits,any bond cost,traffic control,barricades,premium/overtime hours. • Any cost involved with change in design per code due to wind load,corrosion,or other. Approximate lead time would be 12-14 weeks. Pogo 143 of 435 t bo-mar Industries, Inc. 3838 S Arlington Ave Indianapolis,IN 46203 Phone: 317-B99-1240 Fax: 317-899-1241 Fed ID: 35-1843146 Quote No: 23204 Wednesday,March 18,2020 Page: 3 Quote offered by; Ronson Lepper Please refer to this quote number when ordering. *SPECIAL NOTE* Due to instability in metals markets,all prices quoted are based on today's cost of material. Bo-mar Industries reserves the right to adjust our selling price to price in effect at the time order is placed.All quotes are subject to material availability at the time order is placed. Payment terms are to be COD until Bomar account is established and approved. Above pricing does not include shipping or applicable sales taxes unless stated otherwise. • rage 144 of 435 All Dade Fences, Inc. ��_�� 2720 West 78th Street Date Estimate NO. IV Hialeah, FL 33016 _% Phone# 305-826-2535 iortega@alldadefences.com 3/16/2020 11273 Fax# 305-512-4360 tic: 98BS00285 Name!Address Harbour Construction 7340 SW 48 Street, Unit 102 Miami, FL 33155 REP: Revised I0 Description Qty Cost Total Project: Screen Wall At Pump Station No3 Furnished and install hot deep galvanized steel I-Beams W6 x 20 with welded plates. 1 374,000.00 374,000.00 All rod anchor and bolts stainless steel 316. Removable 1/4"Stainless steel screen Grecian pattern customer perforated grille, stainless steel type 316 brush finish. Bottom section of screen with custom paint(gold crest) Removable 1/8"Stainless steel wave shape and signage letters, black paint. Shop Drawing will be provide for approval. Lead time after receipt approval shop drawing 10 week to receive screen materials. Note: Permit are not included. Thank you for your business. "OUR PRIORITY IS YOUR SECURITY" $374,000.00 Page 145 of 435 Wendy Jaramillo From: Guy Lesseur<gl@harbourconstruction.com> Sent: Monday, March 30,2020 6:31 AM To: Wendy Jaramillo Subject: FW:Guy L.-Harbour- PS 3 screens -Construction Attachments: 2020-02-14- PS No 3 Screen - 100%Architectural Drawings - Rev 1 - SS.pdf;2020-02-18 - PS No 3 Screen - 100% Structural Drawings-Rev 1 -SS.pdf;2020-02-18-PS No 3 Screen - 100% Electrical Drawings -SS.pdf 3rd NPP request. Non responsive From: Guy Lesseur Sent: Monday, March 2,2020 3:31 PM To:Jonathan Martell<jmarte113008@gmail.com> Subject: FW:Guy L.-Harbour-PS 3 screens-Construction Please provide pricing for the Screen Material and installation for the attached Page 126 of 435