Loading...
Contract with Florida Construction and Engineering Inc I CITY CLERK OFFICE : RAFAEL GRANADO or LILIA CARDILLO DATE: 06/14/2021 FROM : Jorge Gueimunde /Valerie Velez DEPARTMENT: PROCUREMENT EXTENSION : 7490 CONTRACT: ITB-2021-155-AY for BRITTANY BAY PARK CONTRACTOR: FLORIDA CONSTRUCTION AND ENGINEERING INC COMMISSION DATE: 05/12/2021 ITEM NUMBER: C2-A RESOLUTION : NA Could the executed signature page please be emailed to jorgegueimunde@miamibeachfl.gov and valerievelez@miamibeachfl.gov Contract No 21-155-01 CONTRACT THIS CONTRACT ("Contract") is made and entered into as of the .1 5 day of J '- 2021, by and between the City of Miami Beach, Florida, a municipal corporation (the 'City") and FLORIDA CONSTRUCTION AND ENGINEERING,INC., (the-Contractor")° WTTNESSETH,that the Contractor,for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, in a satisfactory and workmanlike manner, requ.red to complete this Contract.within the time specified,in strict and entire conformity with the Plans, Specifications,and other Contract Documents,which are hereby incorporated into this Contract by reference, for. ITB-2021-155-AY FOR BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE The Contractor agrees to make payment of ail proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorneys fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract The requirements of the Contract Documents,as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. including, without limitation, the City of Miami Beach's General Conditions for Construction Contracts. 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. In consideration of these premises, the City hereby agrees to pay to trio Contractor for the said work, when fully completed. the total maximum sum of Two Million, Sixty-Seven Thousand, Two Hundred Seventeen dollars and Ninety cents($2,067,217,90)(the"Contract Price'),consisting of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal. Total Base Bid . $ 1,879,289.00 Total Owner's Contingency S 187.928.90 The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Partial and Final Payments will be made as provided for in the Contract Documents Contract Completion Time& Schedule Days for Substantial Completion' 270 days Days for Final Completion 30 days Whenever either party desires to give notice to the other, such notice must be in writing, sent by certifted United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified The place for giving notice shall remain the same as set forth herein, unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor For the present, the parties designate the following For City: City of Miami Beach Office of Capital Improvement Projects (CIP) 1 701 Meridian Avenue, 3' Floor Miami Beach, FL 33139 Attn David Martinez P E , Director Ph 305-673 7071 Email With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach. Florida 33139 Attn Raul Aquila City Attorney , Ph 305-673-7000 Email v,:L; For Contractor: Florida Construction & Engineering, Inc 301 Almeria Avenue. Suite 360 Coral Gables. FL 33134 Attn Johnny Oar)Dandah Ph 786-303-2696 Office 305 883 7601 Email V IN WITNESS WHEREOF, the above patties have caused this Contract to be executed by their appropriate officials as of the date first above written FOR CITY ATTEST <...„...,... 4 CITY OF MIAMI BEACH, FLORIDA By44,1,5I-•i By Rafael E. Granado. City Cerk Mayor Date (a iir(2,ci, 1 I APPROVED AS TO FORM& LANGUAGE /Seat/ A FOR EXECUPON .........1.1.,,,,„,. z."• >.* ik,/ ...' -5?,,,. --; i — , f:4tY Aitorne, e ,, ,ste 1 l-"oravorogyft,\ FOR CON1 RAC 1 OR g ! ,04'r4-"1494, I ,,INIORPJORATEDi "•&...--=. <c)_.-.7 ATTEST- ',.,Zi`i .e.,„..---- FLORIDA CONSTRUCTION AND ENGINEERING. INC By ,., ay Ca-- 4: — ,.arne J;Le._ t Name MO Date MO .. Date4 / ,a,e)..;, i .,..__ Date a 6/il /3.0m . .. evaalerataatsekerArliftets,ftascasSwairuenniqr 4:1,i'iii. , zoitA P.REYES /seal/ 1;;;':: ti -..': MY COMMISSION#CG 268t67 .`•:::i.,..frl'-' :::7, EVIRE'S.Fmeary 12,2023 j '4'.!:irf.::?-' scitd4„,Um,Notary Pbbbc U:dencri/er:-.,, ATTACHMENT A COMMISSION AWARD MEMO Competitive Bid Reports-C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T.Hudak,City Manager DATE: May 12,2021 SUBJECT:REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2021-155-AY FOR BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation to award a contract to Florida Construction&Engineering, Inc.,the lowest responsive, responsible bidder to ITB 2021-155- AY,for the Brittany Bay Park renovation and living shoreline. BACKGROUND/HISTORY In May 2017, the City awarded a contract for the replacement of the seawall along the Indian Creek Canal, which included the replacement of a portion of the seawall along the western edge of the Brittany Bay Park.After replacement of the first portion of the seawall,the City moved to continue the replacement of the remainder of the seawall (with a living shoreline)and the renovation of the park. Main goals for the project include increasing public access to the water's edge and increasing the overall recreational use of the park.LTC 418-2019,attached hereto as Attachment B, highlights some of the major design goals of the project.The project scope consists of the renovation of the existing Brittany Bay Park to include the construction of a living shoreline with the addition of riprap along a portion of the existing seawall and the installation of an overlook within the mangroves at the water's edge.Riprap is purposely placed rock and boulder material with the intention of protecting the shoreline against erosion.The project also includes regrading existing open areas,the replacement of the walkways, exercise equipment, lighting, electrical service, park furnishings, the resurfacing of the parking lot and new landscaping. The existing pump station building within the site is excluded from the scope of work. The purpose of the ITB is to establish a contract,by means of sealed bids,with a qualified contractor for the aforementioned improvements. ANALYSIS The ITB was issued on February 19,2021,with bid opening date of April 5,2021.The Procurement Department issued bid notices to over 29,000 companies. 122 prospective bidders accessed the solicitation. The notices resulted in the receipt of six (6) responses from:Florida Construction&Engineering,Inc. (Florida Construction&Engineering),Florida Lemark Corporation(Florida Lemark),Harbour Construction, Inc. (Harbour Construction), Shoreline Foundation, Inc. (Shoreline), UAG Construction(UAG), and Waypoint Contracting(Waypoint).A tabulation of the bids received is included as Attachment A. The ITB stated that the lowest responsive,responsible bidder meeting all terms, conditions,and specifications of the ITB would be recommended for award. In its due diligence, the Procurement and Capital Improvement Projects Departments verified that the lowest responsive bid submitted by Florida Construction&Engineering met the requirements of the ITB,including: 1. Bid Bond: Bidder shall submit, with its bid, either an original bid bond, in a form acceptable to the City, executed by a surety company meeting the qualifications specified herein, in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified check or cashier's check issued by any national or state bank (United States). Florida Construction&Engineering submitted a bid bond for 5%of the bid amount,as required. 2. Licensing Requirements: Bidder shall be licensed as a General Contractor by the State of Florida or Miami Dade County to be considered for award. Florida Construction & Engineering is State certified as a General Contractor. State license number is: CGC1528496 and expires on August 31,2022. 3. Previous Experience (Firm): Bidder and/or its principal must have three (3) projects, successfully completed or near completion, of similar scope and budget within the last seven (7)years. Similar scope shall be defined as park construction, which may include landscaping, hardscape, site furniture, irrigation, drainage systems, pedestrian lighting, paving and resurfacing. Florida Construction&Engineering submitted proof of the required experience. 4. Previous Experience of the project manager and/or superintendent (prime or subcontractor) — Marine Construction Contractor(Bidder or subcontractor and/or their principals) must have experience with three (3) marine construction projects, successfully completed or near completion, of similar scope and budget within the last seven (7)years. Similar scope shall be defined as construction and/or renovation of seawall systems with structures such overlooks,docks or piers. Florida Construction&Engineering submitted proof of the required experience for its personnel. The firm has not previously completed work for the City, but all references provided positive feedback. Accordingly, Florida Construction & Engineering has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB. SUPPORTING SURVEY DATA According to the 2019 Community Satisfaction Survey conducted by ETC institute, an 80.8% satisfaction was given for Maintenance of Parks. In further evaluation, the location for this project (North Beach) has a 80.2% satisfaction level. In order to increase standards in this area, the city intends to renovate the park and increase public access which will enhance the riparian and intertidal environment.Other renovations shall be implemented,to increase overall recreational use of the park. FINANCIAL INFORMATION Total Base Bid Amount $1,828,823.00 Bid Alternates Selected Alternate:Add purchase and install $17 766.00 Site Furnishings:Benches Alternate:Add purchase and install $1,700.00 Site Furnishings:Biclycle Rack Alternate:Add purchase and install Site Furnishings:Trash&Recycle $27,300.00 Receptacles Alternate:Add purchase and install $3,700.00 Drinking Fountains Total Bid Alternates Selected $50,466.00 LUMP SUM GRAND TOTAL $1,879,289.00 10%Contingency $187,928.90 TOTAL $2,067,217.90 Amount(s)/Account(s): 302-0820-069357-26-410-546-00-00-00-20918—$1,017,131.79 303-0820-000349-00-402-515-00-00-00-52120-$150,000.00 393-0815-069357-29-410-576-00-00-00-21919-$417,157.21 Subject to Capital Budget Amendment-$295,000.00 Total Base Bid and Alternates:$1,879,289 302-0820-069357-26-410-546-00-00-00-20918-$187,928.90(10%Contingency) Total Contract Amount:$2,067,217.90 CONCLUSION The City Manager recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Florida Construction &Engineering, Inc.,the lowest responsive, responsible bidder to the ITB 2021-155-AY, for the Brittany Bay Park renovation and living shoreline,and authorize the City Manager and City Clerk to execute a contract. Applicable Area North Beach Is this a"Residents Right to Does this item utilize G.O. Know"item,pursuant to Bond Funds? City Code Section 2-14? Yes No Strategic Connection Neighborhoods-Evolve parks and green spaces to meet the changing needs of the community. Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description 0 Attachment A U Attachment B MIAMI BEACH OFFICE OF THE CITY MANAGER NO. LTC# 418-2019 LETTER TO COMMISSION TO: Mayor Dan Gelber and Members of the City Commission FROM: Jimmy L. Morales, City Manager * • �' DATE: July 19, 2019 4. 'f SUBJECT: Brittany Bay Park—Project Update The purpose of this Letter to Commission is to provide information to the Mayor and City Commission regarding the status of the Brittany Bay Project, formerly known as Indian Creek Park, located at 6430 Indian Creek Drive. The Project originally proposed to be a seawall replacement has been expanded to cover a general renovation of the park with the replacement of equipment while maintaining the parks current programmatic uses. In December 2015, the City Commission approved the award for a Continuing Service contract for the replacement and/or repair of the public seawalls that had exceeded their service life. Shoreline Foundation Inc. (SFI) began construction at a number of locations of public seawall along Indian Creek Drive. Upon obtaining permits from federal, state and county agencies, SFI started construction for the replacement of that portion of the seawall within Brittany Bay Park. The project included the replacement of 600 linear feet of seawall comprised of batter piles and a new concrete cap, and 400 linear feet of concrete retaining seat wall(where the concrete cap is combined with a concrete walkway) located 30'-0" landward of a portion of the existing seawall. The proposed renovation was approved by DRB. The new seawall and seat wall were installed at the+5.7'NAVD elevation currently required by the City's resiliency initiatives. The area between the remaining 400 linear feet of existing seawall and the new seat wall, was designed to later become a living shoreline area,with three ADA accessible overlooks,or viewing platforms. As a result of the permitting process with the Army Corps of Engineers, the number of overlooks was reduced to only one, to minimize the impact on the 72 mangrove trees existing in the area. The installation of the new seawall and seat wall required the renovation of the park to harmonize the existing lighting, landscaping and walkway, with the newly constructed higher sea wall. Subsequent inspection of the site determined that the existing exercise equipment, park furniture, lighting,walkways and parking lot were deteriorated. Some of the trees and landscaping had been damaged or destroyed during Hurricane Irma, in 2017. The program was therefore expanded to include a general renovation of the park and its equipment to replace the damaged items, while maintaining the general park layout, see Attachment A. On August 23, 2018, the City directed consultant Brindley Pieters &Associates, Inc. to proceed with the preparation of construction documents to renovate the park. The renovated park will include replacement lighting, providing visibility throughout the entire park. New exercise equipment shall be provided,to replace existing throughout the park. Damaged asphalt walkways shall be replaced with more durable concrete walkways, meeting the requirements of the Parks and Recreation Department. The living shoreline area with the overlook shall be constructed as a part of the renovation of the park. The remaining portion of the original seawall shall be reinforced on the water side with rip rap (boulders), to accommodate the living shoreline area and facilitate the planting of additional mangrove trees and other native, resilient wetland plant species. The overlook will allow park patrons to walk from the park to the existing seawall's edge, see Attachment B. These improvements are designed to not only revitalize the waterfront,but also enhance the surrounding riparian and intertidal environment by creating new habitat for aquatic and terrestrial species. Areas of the site shall be gently graded to facilitate on site retention of stormwater. Additional landscape material, trees and shrubs shall be provided to create a lush environment,encouraging use by public patrons. The completed construction documents for the renovation of the park, have been submitted for review by the Army Corps of Engineers, Florida Department of Environmental Protection, Miami Dade County DERM, and the City of Miami Beach Building Department and Urban Forestry Division. The approvals are expected by September 2019. The City submitted an application to the Florida Inland Navigation District (FIND), for a grant to cover costs associated with the construction of the living shoreline, the overlook, riprap and associated amenities such as lighting and park furnishings. FIND previously provided a grant that facilitated the construction of the seawall at this site. A decision from FIND on this project is expected in August 2019. The process for the selection of a general contractor shall start upon receipt of permits, and possibly the FIND grant, in September 2019. Should you have any questions, please contact David Martinez at 305-673-7071. Attachments: Attachment A-Rendered Site Plan Attachment B-Rendering of proposed Living Shoreline and Overlook JLM/ /DM Attachment "A" BRITTANY BAY PARK RENOVATION I EXISTING PA'HWAx ..---EXERCISE S'AT ow EXISTING PARKING_ AREA • Early rendering of park. • Existing exercise equipment shall be replaced. • Existing Parking area shall be resurfaced. • Number of overlooks was reduced to only one (1) during permit review process. Attachment "B" BRITTANY BAY PARK RENOVATION xR,,, .rsaek..6.'. .,rcwa[xm , a. .„11...la F 4,,,,,, %,,,,,,%, it R ..`",. .g� • Overlook and Living Shoreline Renovations of upland sections of the Park which include exercise equipment, walkways and landscaping • New lighting for pedestrian safety. • New Trees for additional shade canopy. Attachment A TABULATION INVITATION TO BID (ITB) 2021-155-AY FOR BRITTANY BAY PARK Florida Construction& Harbour Shoreline Foundation, 1 Waypoint Contracting Florida Lemark Corporation UAG Construction 2 Engineering,Inc. Construction,Inc. Inc. Total Base Bid Amount $ 1,828,823.00 $ 1,947,725.00 $ 2,023,172.60 $ 2,025,673.00 $ 2,092,832.45 $ 2,195,715.00 Bid Alternates Alternate:Add purchase and install Site Furnishings:Benches $ 17,766.00 $ 51,312.00 $ 55,319.10 $ 35,500.00 $ 39,015.25 .$ 51,312.00 Alternate:Add purchase and install Site Furnishings:Biclycle Rack $ 1,700.00 $ 1,497.00 $ 12,641.03 $ 2,500.00 $ 1,900.00 _$ 1,497.00 Alternate:Add purchase and install Site Furnishings:Trash&Recycle Receptacles $ 27,300.00_$ 44,800.00 $ 44,156.11 $ 33,000.00 $ 39,465.25 $ 44,800.00 Alternate:Add purchase and install Drinking Fountains $ 3,700.00 $ 17,200.00 $ 19,413.90 $ 12,500.00 $ 15,680.00 $ 17,200.00 Alternate:Deduct the difference for substituting Granville II LED Lights including photometrics,for the LP Xperi Lights $ (17,000.00) $ (31,000.00) $ (22,649.55) $ 36,545.00 $ (24,600.00) $ (31,000.00) Footnote Recommended for Award 2 Failed to submit Form Al a. ATTACHMENT B ADDENDA AND ITB SOLICITATION M I A AAI B E A N PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 INVITATION TO BID NO. 2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE March 29, 2021 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City.The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is on Monday,April 5, 2021, until 3:00 P.M. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: •Dial the Telephone Number:786-636-1480 •Enter the Conference ID No:232 205 317# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence II. ATTACHMENTS Exhibit A: Revised Plans and Specifications - SK-01 Drawing o Revised Pay Item Note No. 1,and adds Pay Item 4A to the table of Lump Sum Project Components - SK-02 Drawing - SK-03 Drawing o Added fence and gate to secure the proposed electrical panel - SK-04 Drawing o Added fence and gate to secure the proposed electrical panel - SK-05 Drawing o Revised call-out for new concrete exercise pads and removal of the call-out for coquina base at the existing exercise equipment pad. - SK-06 Drawing - SK-1L Drawing - SK-2L Drawing o Removedcall-out for coquina base at the existing exercise equipment pad. - Project Manual(Revised) o The Table of Contents pages were renumbered 1 through 3. o The pages of the Summary, Section 011000 were renumbered 011000-1 through 011000-4. o The second page of the Summary Section was revised to correct the title of the Section to Summary, and revise the Section Number to 011000.The page was renumbered to 011000-2. o The following text was added to the initial page of the Summary Section (revised page 011000-1) "NOTE ON LUMP SUM PROJECT:This Project is a Lump Sum Project.All components of the project will be paid for as lump sum items as shown on the Schedule of Values in the Invitation to Bid.Any references in the Project Manual or Drawings to unit pricing are not applicable for payment but may be used for quantity take-offs and reference." ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AM I BEAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov o Paragraph 12600-1.4.A.2.a on page 12600-1 was revised as follows: "a. Include a list of quantities of products required or eliminated and unit lump sum costs,with total amount of purchases and credits to be made. If requested,furnish survey data to substantiate quantities. o Paragraph 12600-1.4.6.2. on page 12600-1 was revised as follows: "2. Include a list of quantities of products required or eliminated and int lump sum costs,with total amount of purchases and credits to be made. If requested,furnish survey data to substantiate quantities." o Paragraph 2002-1.1.D.1 on page 02002-1 was revised as follows: Prevention, Control, and Abatement of Erosion and Water Pollution shall comply with the requirements of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2017 edition (FDOT Specifications), and the Florida Department of Transportation (FDOT) Design Standards, 2017 edition (FDOT Standards) except as specifically modified by this Section or other Sections of the Contract Documents. The Contractor's unit lump sum prices shall include labor and materials required to install and maintain all erosion and sediment control measures. o PART 4—BASIS OF PAYMENT of Section 02002, on page 02002-3 is revised as follows: "Payment will be made at the contract 4444 lump sum price for each item installed and approved by the City of Miami Beach Project Manager." Exhibit B: Revised Schedule of Values Exhibit C: Revised Insurance Requirements Exhibit D: Prevailing Wage Rates (United States Department of Labor in the Federal Register) III. REVISIONS: 1 - ITB Information &General Requirements Minimum % of Self-Work Requirement: Minimum % of the Work Contractor self-perform with its own forces:60 20% IV. RESPONSES TO QUESTIONS RECEIVED 01: Can we, as the prime contractor, use the experience of a subcontractor performing the work, to fulfil the required experience?Specifically the park experience required within the last 7 years. Al: No, the bidder or its principal must provide the required park experience, within the last seven (7) years. Q2: The insurance requirements on the ITB Summary are requiring Professional Liability (Errors and Omissions) Insurance,typically design insurance requirements.Will this be required? A2: Please see Exhibit C. Q3: The insurance requirements on the ITB Summary are requiring higher than normal per occurrence limits for Commercial General Liability ($5,000,000.00 per occurrence) and Automobile Liability Insurance ($2,000,000.00 per occurrence).Will these be the required amounts,this will be more expensive? A3: Please see Exhibit C. Q4:Would the city allow Microsoft Project scheduling software instead of the specified Primavera 6 scheduling software? A4:The City requires the use of Primavera 6 scheduling software. 2 ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AMI BEA H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q5: The ITB Summary states that this project will require Prevailing Wage Rates. If so, please provide wage rates as part of the ITB? A5:Yes, prevailing wage rates apply as per last published by the United States Department of Labor in the Federal Register prior to the date of issuance of the ITB. Refer to Exhibit D for the wage rates. Q6: The ITB Summary requires 60% of the work to be self-performed, however there are major trades that must be subcontracted to licensed subcontractors such as landscape,electrical,overview platform and marine construction which make 60%self-perform work unlikely. Please consider lowering self-performance work requirement substantially. A6: Please refer to Revision 1 above. Q7: Please confirm that the use of an experienced professional electrographer will be required? A7: A professional photographer/videographer shall be required for the project. Replace the word "electrographer"with "photographer/videographer"where found in the Project Manual. Please refer to Exhibit A. Q8:Part 1-General of the specifications refer to payment as per-unit price for many of the construction activities(Drainage price per I/f,exfiltration trench per I/f,furnish and place asphalt concrete pavement per s/y,etc...).However,the contract is a lump sum contract, and the included schedule of values in the ITB has these items listed as a lump sum. Please advise which will govern? A8:The Project will be bid as a lump sum,as indicated in the Bid Form from the ITB.See the descriptions of revisions to the Project Manual below. Q9: Please confirm that all project testing will be performed and paid for by the city's testing consultant? A9: Yes,all project testing shall be perfomed and paid for by the City's testing consultant, as denoted in Section 01410 of the Project manual. Q10: Please confirm that as-builts will be required? A10: As-buiilt drawings shall be required for the project, as denoted in Section 01720 of the Project Manual. Q11: Please confirm that all of the existing exercise equipment and park amenities(benches,trash receptacle,etc..)are to be removed and delivered to the City of Miami Beach Parks Department as per the note in the plans? All: All existing exercise equipment and park amenities, as indicated in the plans, shall be removed and delivered to the City of Miami Beach Park and Recreation Department Q12: Please confirm that all light fixtures and parts are to be salvaged and delivered to the City of Miami Beach Public Works Department as per the note in the plans? Al2: Light fixtures and parts are to be salvaged and delivered to the City of Miami Beach Public Works Department. ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY I BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE MIA/V\ IBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q13: Are there additional existing elevation points for the proposed Percolation Area? Need in order to calculate excavation? A13: SK-07 includes an existing contour line and emphasizes existing spot elevations adjacent to the percolation area. Q14: Please confirm that all concrete walkways and pads require reinforcement? A14:All concrete walkways and pads require reinforcement as noted on the plans. Q15: Please provide additional details for the exercise pad's concrete edging? A15: SK-1L adds exercise pad edging dimensions. Q16: Will the selected contractor need to assist the city with the city installed trees? A16:Assistance with the City installed trees,from the selected contractor,is not included in the Bid. Q17: Have the fall height requirements for the poured-in-place safety surface been calculated to accurately quote the safety surface? A17: SK-1L adds PIP surface thickness for selected equipment. Q18: If water and when water is encountered during excavation activities for items such as but not limited to drywells, living shore line,drainage structures overlook structural foundations and swale areas will dewatering be required? If so, will city pay for such dewatering activities,provide design and/or engineering as required,grant time extensions and pay for processing and permit fees? A18: Refer to General Note No.5 on Sheet G-02. Dewatering,and permits for dewatering,are incidental to pay items for excavation,embankment, backfill, drainage systems, drywells,the Overlook, etc.The Contractor is responsible for the cost,design/engineering,permitting,and scheduling of dewatering as needed. Q19: For the striping activities, please confirm that temporary painted stripes and then thermoplastic (30 days after asphalt curing)will be required? A19: Temporary painted stripes will not be required. Parking lot must remain closed until final striping has been accepted. Q20: Please note that Wagers, the overview deck supplier is not including Florida sales tax in their proposal and that contractor will be required to pay sales tax? A20:The Contractor is responsible for all applicable taxes,including sales tax. Q21: Please confirm that Wagners scope of work does NOT include installation, assembly or structural foundations? __ _.:__ ._.. _:_wm -.., ,..,.:_. .... . , ,, :,,.,., mar U :. .........= . ._... ._. _ _a..,._. ._.. ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I A M IB E A F1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A21: The design and installation of the complete Overlook is the responsibility of the Contractor.The schematic plans provide dimensions,details,and performance specifications for an Overlook that will meet the City's criteria. Q22:As per plan page S-01,Note 2,Contractor shall procure its own geotechnical engineer and produce its geotechnical report, however that city has provided a geotechnical report. Will the city's geotechnical report suffice or does the contractor still need to produce an additional geotechnical report? A22:Comply with Note 2 on Sheet S-01. Q23:Please note that geotechnical report is dated June 6,2014 and that it was for a proposed project of new construction of 1,050 LF bulkhead wall consisting of an anchored PZ-22 sheet pile and 2.5 feet wide concrete cap. It appears that this work has been completed. There are no recommendations for current proposed scope of work. There is no structural design. Please advise how we are to price structural and foundations work? A23: Refer to Notes 1 through 3 on Sheet S-01 and to the Notes in the right hand margin of Sheets S-02,S-03,and S-04. Q24:As per plan page S-01, note 3 J,special inspector is to be provided and paid for by contractor. Please confirm and advise scope of special inspector? A24: SK-06 revises Note 3.J. The City will provide and pay for the Specialty Inspector. Refer to Florida Building Code Chapter 18,Section 1822.1.20 for Specialty Inspector scope. Q25: As per plan page S-03, Wagners sheet S102 Note requires composite decking by others. Please provide specifications for composite decking by others? A25: Refer to the Notes in the right hand margin of Sheets S-02, S-03, and S-04 which provide the approved manufacturer,name/style,and nominal dimensions of the composite decking. Q26:All structural pages are noted:"Not for Construction'.Structural design is only conceptual and not defined Structural design needs to be designed by engineer engaged by contractor after bid. Plans call for conceptual piles and concrete foundations which include piles caps and beams to be provided by contractor. How are we to bid structural work that is conceptual and not defined?How is the city to receive equal structural scope of work bids without actual design? A26: Sheet S-01 provides structural loading and deflection requirements for the Overlook, and Sheets S-02 through S-04 provide provide vertical and horizontal dimensions, details, and performance specifications for an Overlook that will meet the City's criteria. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Arju Yudasto 305-673-7490 ext. 26695 ArjuYudasto@miamibeachfl.gov ADDENDUM 6,46T. O 3 -w. ,v INVITATION TO BID NO.2021-155-AY a BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M AAA I BEACH PROCUREMENT DEPARTMENT f 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. i erel , Alex enis Pro rement Director ADDENDUM N0.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AM I D EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT A: REVISED DRAWINGS/PLANS ADDENDUM N0.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M ! A M I A H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT B. REVISED SCHEDULE OF VALUES ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M 1 A 1 t` A I B Ei\C PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Schedule of Values (A2) Addendum 2 Pase1of1 MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY. The following section is requested FOR INFORMATIONAL PURPOSES ONLY. Bidders should fully complete the Schedule of Values Form (A2)to include quantities, units of measure, unit pricing,and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Should any bidder fail to submit this form fully completed,the City will request that the omitted information be provided within three(3)calendar days upon request from the City. Total Item Description Quantity U I M Unit Cost (Quantity_x_Unit_Cost) GENERAL REQUIREMENTS 1 General Conditions 1 LS 2 Mobilization/Demolibilzation 1 LS 3 Maintenance of Traffic 1 LS 4 Erosion Control 1 LS 5 Temporary 6'-0"chain link fence& gates with 80% blockage screen 1 LS DEMOLITION Removal of existing 6 walkexercise equipment and slabs 1 LS SITE WORK 7 Clearing, Grubbing, Regular 1 —_ Excavation and Embankment LS 8 3000psi Concrete (6"thick)Walkway 1 and-all concrete pads and curbG LS 9 Mill Existing Asphalt Pavement, 1" 1 Depth and resurface LS 10 Manatee Grates 1 LS 11 Oolite Boulders 1 LS 12 Rip Rap bank and shore protection 1 LS 13 Grading and Top Soil 1 LS 14 Fencing 1 LS DRAINAGE 15 Pipe 1 LS 16 Structures 1 LS ..�,,.A�.._... ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I /\tv\ I BEi\CI-1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov WATER Water Service and supply lines, 17 including piping, boxes and fittings, BFPs, enclosures, conc. slabs and drywells 1 LS STRUCTURE 18 Furnish and install Overlook 1 LS $ $ SIGNING AND MARKING 19 Thermoplastic pavement marking and signs 1 LS $ $ LANDSCAPE AND IRRIGATION 28 Tree and Sod removal Not Used 4 21 Living Shoreline: Landscape 1 LS 22 Living Shoreline: Irrigation 1 LS 23 Park: Landscape-Trees 1 LS 24 Park: Landsape-Shrubs &Ground 1 Cover LS 25 Park: Tree Irrigation 1 LS 26 Sod 1 LS HARDSCAPE AND SITE FURNISHINGS 27 Concrete Pad with curb and PIP finish 1 for Exercise equipments LS 28 Purchase and install Exercise 1 Equipment LS ELECTRICAL AND LIGHTING 29 Demolition of existing Lights and base 1 LS 30 Demolition of existing service and 1 wires as required LS 31 Furnish and install new Poles and 1 Lights LS 32 Furnish and install Poles, Bases and 1 lights LS 33 Furnish and install Bollard lights 1 LS 34 New electrical service 1 LS 35 Electrical connections for new drinking 1 fountain LS 36 Bond and Insurance 1 LS TOTAL FOR BRITTANY BAY PARK RENOVATION&LIVING SHORELINE(Item 1-36) ADDENDUM NO.3 INVITATION TO BID NO 2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE MIAMI B E!-1C Fl PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ALTERNATES Item Description QuantityU I M Unit CostTotal p (Quantity_X_Unit_Cost) 37 Alternate: Add purchase and install Site Furnishin's: Benches 1 LS $ $ 38 Alternate: Add purchase and install Site Furnishines: Bicl cle Rack 1 LS $ $ Alternate: Add purchase and install 39 Site Furnishings: Trash & Recycle Recestacles 1 LS $ $ 40 Alternate:Add purchase and install Drinkin. Fountains 1 LS $ $ Alternate: Deduct the difference for 41 substituting Granville II LED Lights including photometrics, for the LP X.eri Li.hts w/soles 1 LS $ $ TOTAL FOR ALTERNATES(Item 37-41) $ ADDENDUM N0.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT C: REVISED INSURANCE REQUIREMENTS ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov TYPE 10—CONSTRUCTION W/O DESIGN AND PROFESSIONAL SERVICES(INSTALLATION FLOATER) INSURANCE REQUIREMENTS The Contractor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit(i)a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii)a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies,either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile,if Contractor has no owned automobiles,then coverage for hired and non-owned automobiles,with limit no less than$2,000,000 combined per accident for bodily injury and property damage. D. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to,or stored on or off the Project Site,which is to be used (installed into a building or structure)in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability Insurance in an amount no less than $2,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and$2,000,000 policy aggregate. Additional Insured- City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts,or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. ADDENDUM NO.3 t INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AMI B EAC F-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Waiver of Subrogation—Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers—Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds(i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage—Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668—ECM#35050 New York, NY 10163-4668 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(c riskworks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer,coverage,or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. • ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I A AA I B E A f H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT D: PREVAILING WAGE RATES (UNITED STATES DEPARTMENT OF LABOR IN THE FEDERAL REGISTER) 15 ADDENDUM NO.3 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I AAA ' B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 INVITATION TO BID NO. 2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE March 26, 2021 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City.The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. I. ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is on Friday,April 2, 2021, until 3:00 P.M. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: Dial the Telephone Number:786-636-1480 Enter the Conference ID No: 232 205 317# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected.Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Arju Yudasto 305-673-7490 ext. 26695 ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and retum the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erely, le nis Pr rement Director ADDENDUM NO.2 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE M I i\M I B C C A H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE March 16, 2021 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. I. ITB DUE DATE AND TIME.The deadline for the electronic receipt of bids is on Monday,March 29,2021,until 3:00 P.M. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: •Dial the Telephone Number:786-636-1480 •Enter the Conference ID No:232 205 317# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Arju Yudasto 305-673-7490 ext. 26695 ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and retum the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Alex Denis Procurement Director ADDENDUM NO.1 INVITATION TO BID NO.2021-155-AY BRITTANY BAY PARK RENOVATION AND LIVING SHORELINE ITB SUMMARY The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ ) which may be checked ( ❑x ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. It is the Bidder's responsibility to become familiar with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result from an addendum to the ITB. ITB Information&General Requirements ITB No.: Brittany Bay Park Renovation and Living Shoreline ITB Title: 2021-155-AY Date of Issuance: February 10, 2021 Project Description& Scope of Work: In May of 2017, the City awarded a contract for the replacement of the seawall along the Indian Creek Canal, including that portion located along the western edge of the Brittany Bay Park. Upon the completion of the replacement of the seawall at Brittany Bay Park, the City moved to continue the renovation of the park.:-aimed at increasing public access to the water's edge with the installation of an ADA-compliant overlook and the creation of a living shoreline, which will enhance the riparian and intertidal environment. Other renovations shall be implemented,to increase overall recreational use of the park. The project scope for this ITB consists of the renovation of the existing Brittany Bay Park to include the construction of a living shoreline with the addition of riprap along a portion of the existing seawall,and the installation of an overlook within the mangroves at the water's edge. The project also includes regrading existing open areas, the replacement of the walkways, exercise equipment, lighting and the required electrical service, park furnishings and accessories,the resurfacing of the existing parking lot and the installation of new landscaping. The existing pump station building on site is excluded from the scope of work. The Nature Conservancy(TNC), has partnered with the City, providing a grant as a part of their initiative to promote coastal resilience.TNC proposes to schedule a minimum of two volunteer events for the planting of trees and shrubs, allowing for the involvement of their partners and members of the public.The additional trees and shrubs(not indicated in the project documents)will be provided by the City for these events.Access to the site will be scheduled and coordinated with the selected General Contractor. Specifications are further detailed in Appendix D. Project Location: Brittany Bay Park, 6444 Indian Creek Drive, Miami Beach, Florida 33141 Estimated Budget: $1,682,200 Procurement Contact: Name:Arju Yudasto Telephone: 305-673-7490 ext.26695 Email: ariuyudasto(@,miamibeachfl.gov Cone of Silence: Bidders are hereby advised that, pursuant to Section 2-486 of the City Code,this solicitation is under the Cone of Silence law. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado anmiamibeachfl.gov. Reference: Section 0400, Solicitation Terms and Conditions Important Dates Due Date&Time for Bid The deadline for submittal of bids is 3:00 PM,on March 22,2021 Submittal: Dial-in Instructions: Due date may be modified by • Dial the Telephone Number: +1 786-636-1480 addendum to the ITB.Itis important • Enter the Meeting Number:232 205 317 and then press the pound (#)key that bidder download all addenda. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. Pre-Bid Conference: Date: March 1,2021 Time: IMMEDIATELY FOLLOWING SITE VISIT BELOW ® Pre-Bid Conference will be held. Via Conference Call Only Dial-in Instructions: ❑ Pre-Bid Conference is • Dial the Telephone Number:+1 786-636-1480 Mandatory. • Enter the Meeting Number:927 929 776 and then press the pound (#)key ❑ A Pre-Bid Conference Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations. will not be held. Site Visit: Date: March 1,2021 Time: 10:00 AM ® Site Visit will be held. Location: 6444 Indian Creek Drive Miami Beach,FL 33141 ❑ Site Visit is Mandatory. Please Note: Face masks must be worn at all times and social distancing shall be ❑ Site Visit will not be required. held. Last Day for Receipt of March 8 2021-by 5:00 PM ET Questions: Questions will be allowed up to 10 days before the initial deadline for submittal of Bids. Questions must be directed to ariuyudasto a[7miamibeachfl.gov,with a copy to the City Clerk rafaelpranado@miamibeachfl.gov. Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations. Project Specific Information&Requirements Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed non-responsive and shall not be considered. ® Shall apply. 1. Licensing Requirements. Bidder shall be State of Florida Certified General ❑ Shall not apply. Contractor OR Miami Dade County Licensed Contractor to be considered for award. 2. Previous Experience of Bidder(Firm).Bidder and/or its principal must have three(3) projects, successfully completed or near completion, of similar scope and budget within the last seven (7)years. Similar scope shall be defined as park construction, which may include landscaping, hardscape, site furniture, irrigation, drainage systems, pedestrian lighting, paving and resurfacing. Submittal Requirement:For each project,submit:1)Owner Name,2)Contact Name, Telephone&Email,3)Project Address,4)Narrative on Scope of Services Provided, , 5) Contract amount and completion date. 3. Previous Experience of Bidder (Prime or Subcontractor) — Marine Construction Contractor (Bidder or subcontractor and/or their principals) must have experience with three (3) marine construction projects, successfully completed or near completion, of similar scope and budget within the last seven (7) years. Similar scope shall be defined as construction and/or renovation of seawall systems with structures such overlooks, docks or piers. Submittal Requirement:For each project,submit:1)Owner Name,2)Contact Name, Telephone&Email,3)Project Address,4)Narrative on Scope of Services Provided, , 5) Contract amount and completion date. Reference: Section 0200. Bid Bond Requirements: If the requirement applies, Bidder shall submit,WITH ITS BID, an original bid bond, certified check, or cashier's check, in the amount of 5% of the bid amount, payable to City of Miami ® Shall apply. Beach, Florida. ❑ Shall not apply. An electronic copy of the Bid Bond must be submitted through Periscope S2G and the original must be mailed to the address below.Failure to submit the original within seven (7) days of request shall result in the bid being deemed not responsive and not being further considered. Attn: Procurement Department City of Miami Beach City Clerk's Office 1700 Convention Center Dr., 1st Floor Miami Beach, 33139—1S'Floor Failure to include the bid bond WITH THE BID shall result in the bid being deemed non- res•onsive and not bein• considered. Reference: Section 0100, Sub-section 8, Bid Bond. Davis-Bacon Wage Rates: If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and mechanics employed under the contract no less than the prevailing wage rate and fringe ❑ Shall apply. benefit payments to be used in implementation of this article shall be those last published by the United States Department of Labor in the Federal Register prior to the date of issuance ® Shall not apply. of the ITB. Insurance: If the requirement applies, Bidder agrees it shall fully comply with the following insurance requirements: ® Shall apply. A. Workers' Compensation Insurance for all employees of the Contractor as ❑ Shall not apply. required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis,including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $5,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than$2,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than$1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) F. Umbrella Liability Insurance in an amount no less than $5,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. G. Contractors' Pollution Legal Liability with limits no less than $1,000,000 per occurrence or claim,and$2,000,000 policy aggregate. Additional Insured-City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation—Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers—Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds(i.e.FWCIGA,FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractors obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668—ECM#35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS,at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances-The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage,or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. Contract Price: As indicated, contract pricing shall be based on lump sum or unit pricing in accordance with Section 0400,Terms and Conditions of the Contract. ® Lump sum pricing shall apply. ❑ Unit pricing shall apply. Contract Completion Time& Days for Substantial Completion: 270 days Schedule: Days for Final Completion: 30 days Project Scheduling Software Required: ❑ Bar Chart Z Computerized CPM using Primavera"P6"software ❑ Modified CPM ❑ Microsoft Project Reference: Section 0400,Terms and Conditions of the Contract. Liquidated Damages: 1. Failure to achieve Substantial Completion: $500/day 2. Failure to achieve Final Completion: $500/day • Shall apply. ❑ Shall not apply. Reference: Section 0400,Terms and Conditions of the Contract. Local Workforce If the requirement applies, the Bidder agrees it, and its sub-contractors, shall make its best Participation: reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent(30%)of all construction labor hours ® Shall apply. performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. ❑ Shall not apply. Minimum %of Self-Work Minimum %of the Work Contractor self-perform with its own forces: 60% Requirement: See Section 0400,Terms and Conditions of the Contract. ® Shall apply. ❑ Shall not apply. Performance&Payment See Section 0400,Terms and Conditions of the Contract. Bond Requirements: ® Shall apply. ❑ Shall not apply. Prevailing Wage Rates: If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and mechanics employed under the contract no less than the prevailing wage rate and fringe ® Shall apply. benefit payments to be used in implementation of this article shall be those last published by the United States Department of Labor in the Federal Register prior to the date of issuance ❑ Shall not apply. of the ITB Required Licenses/Permits: LICENSES: If the Contractor is a State of Florida Certified General Contractor OR Miami- Dade County Licensed Contractor the following will be required: ® Shall apply. 1. Copy of State Contractors Certification OR Miami Dade County Licensed Contractor ❑ Shall not apply. 2. Place of Business Occupational License PERMITS:The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work, including but not limited to: 1. City of Miami Beach Building and Zoning a. Dewatering permit if required b. Right of way permit if required c. Building Permit, if required 2. Florida Department of Environmental Protection (FDEP), if required. 3. Miami-Dade Department of Environmental Resources Management(DERM), if required. 4. Army Corp of Engineers. 5. Miami-Dade Water and Sewer(WASD), if required. Trench Safety Act Reference: Section 0100, Sub-section 12, Florida Trench Safety Act. Requirements ® Shall apply. ❑ Shall not apply. Consultant: Brindley Pieters&Associates, Inc. 815 NW 57th Avenue, Suite 335 Miami, Florida 33126 Departmental Contract Colette Satchell Manager: Submittal Requirements Submittal Location: Bids will be submitted ELECTRONICALLY ONLY through www.periscopeholdings.com. Submittal Format& Bids are to be submitted ELECTRONICALLY ONLY, contain all information, and organized Requirements: in accordance with Section 0300, including: TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, of compliance with each minimum requirement(s)of this ITB. Bidders that do not comply,or for whom the City cannot verify compliance,shall be deemed non-responsive and its bid shall not be considered. TAB 2: BID PRICE FORM&BID BOND The following documents shall be submitted with the by the deadline for submittal of bids: 1. Bid Price Form. (APPENDIX A, Form Al). 2. Bid Bond. A copy of the Bid Bond must be uploaded and submitted through Periscope S2G. In addition,the original must be mailed to the address below. Failure to submit the original within seven (7) days of bid opening shall result in bid submittal being deemed not responsive and not being further considered. Attn: Procurement Department City of Miami Beach City Clerk's Office 1700 Convention Center Dr., 1st Floor Miami Beach,33139-1st Floor FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) BID PRICE FORM, FORM Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM)AND 2)BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. TAB 3: OTHER BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 1. Schedule of Values Form,APPENDIX A, Form A2. TABLE OF CONTENTS SOLICITATION SECTIONS 0100 INSTRUCTIONS TO BIDDERS 0200 MINIMUM QUALIFICATIONS 0300 BID SUBMITTAL FORMAT 0400 TERMS & CONDITIONS (Under separate cover) APPENDICES: APPENDIX A- BID PRICE FORM& SCHEDULE OF VALUES APPENDIX B- PRE-AWARD FORMS APPENDIX C - CONTRACT FORM APPENDIX D - LIST OF PLANS & SPECIFICATIONS APPENDIX E - POST AWARD FORMS SECTION 0100—INSTRUCTIONS TO BIDDERS: 1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Bidders to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful Bidder(s) (the "contractor[s]") if this ITB results in an award. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Proposer who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. Background and Scope of Work. The Project is described more fully in the Invitation to Bid Summary (and/or the exhibits referenced therein). 3. Abbreviations and Symbols. The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site. It is the responsibility of each Bidder before submitting a Bid, to: a. Examine the Contract Documents thoroughly. b. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. c. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. d. Study and carefully correlate Bidder's observations with the Contract Documents. e. Carefully review the Contract Documents and notify City of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. Location of Work. This Scope of Work shall be completed at the Project Site/Location of the Work specified in the Invitation to Bid Summary (the "Project Site"). 6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement Department, via written addendum to this ITB, shall be binding as to this ITB. City's answers to questions may supersede terms noted in this ITB, and in such event, such answers shall govern and control this ITB. Verbal and other interpretations or clarifications of City representatives or employees will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Electronic Form of Bid. All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with Section 0300 and must be received on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be considered. It is the Bidder's responsibility to account any possible delay. 8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder shall submit, WITH ITS BID (fully executed), either an original bid bond, in a form acceptable to the City, executed by a surety company meeting the qualifications specified herein, in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified check or cashier's check issued by any national or state bank (United States). 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. Bid guaranties of the unsuccessful Bidders will be returned after award to the successful bidder. 9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to determine if prevailing wages and local workforce participation are a requirement of this ITB. If required, Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation.Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix B for additional information and submittal requirements of these programs, and the applicable prevailing wage table for the project. 10. Method of Award. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation,judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s).A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has(or have)done so. Only the executed contract(s)will be binding on the contracting parties. 11. Contract Price. The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, services, permit fees, general conditions costs, applicable taxes, overhead and profit for the completion of the Work, except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 12. Florida Trench Safety Act. If the work involves trench excavations that will exceed a depth of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act, will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied with during the execution of the work. Bidder acknowledges that included in the total bid price are all costs for complying with the Florida Trench Safety Act. 13. Omitted or Additional Information. Failure to include the Bid Price Form and the Bid Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered. With exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from bidder or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 14. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. Balance of Page Intentionally Left Blank SECTION 0200—MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. Balance of Page Intentionally Left Blank SECTION 0300—ELECTRONIC BID SUBMITTAL FORMAT 1. ELECTRONIC RESPONSES (ONLY). Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submitall of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2G(a7periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (completed and submitted electronically) 2. Bid Price Form, Form Al 3. Bid Bond (Fully Executed) 3. OMITTED INFORMATION. The City reserves the right to request any documentation omitted, with exception of the signed Bid Price Form and Bid Bond (if applicable), which must be submitted at time of bid. Bid Submittals received with no Bid Price Form or Bid Bond (if applicable), or with an unsigned Bid Price Form or Bid Bond (if applicable), shall be deemed non-responsive. Bidder must submit any other omitted documentation within three(3)business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the in the review of bid submittals, it is strongly recommended that bids be organized and tabbed in accordance with the tabs, and sections as specified in the below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, of compliance with each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom the City cannot verify compliance, shall be deemed non-responsive and its bid shall not be considered. TAB 2: BID PRICE FORM & BID BOND The following documents shall be submitted with the by the deadline for submittal of bids: 1. Bid Price Form. (APPENDIX A, Form Al). 2. Bid Bond. A copy of the Bid Bond must be uploaded and submitted through Persicope S2G. In addition,the original must be mailed to the address below. Failure to submit the original within seven (7) days of bid opening shall result in bid submittal being deemed not responsive and not being further considered. Attn: Procurement Department City of Miami Beach City Clerk's Office 1700 Convention Center Dr., 1st Floor Miami Beach, 33139- 1st Floor FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) BID PRICE FORM, FORM Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. TAB 3: OTHER BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 1. Schedule of Values Form, APPENDIX A, Form A2. Balance of Page Intentionally Left Blank 0400—TERMS AND CONDITIONS The following documents identify terms and conditions that together with the ITB, inclusive of all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and the contract, and are complementary to one another and together establish the complete terms, conditions and obligations of the bidder and, subsequently, the awarded contractor. 1. SOLICITATION TERMS & CONDITIONS - SERVICES. By virtue of submitting a bid in response to this ITB, bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 4/13/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ 2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting a bid in response to this ITB, bidder agrees that all work shall be bound by and in compliance with the Terms and Conditions for Construction Contracts (dated 4/13/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank APPENDIX A em, I , A , _� ", v I v iv 1110 Bid Price Form (Al MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER BID NON—RESPONSIVE. Schedule of Values (A2) MUST B i` ° a; _ �y, d - :�. . .bAY'S F THE REQUEST BY THE CITY. Bid Price Form (Al ) Page 1 of 1 FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED AND EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON- RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole discretion and based on funding availability.The city will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates, after the deadline for receipt of bids. In the event of arithmetical errors between the division or item totals in A2 and the total base bid, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. The allowance items that have been delineated below shall be used only upon the City's discretion, as needed. In the event that the item of work is not conducted or only a portion of the estimated allowance is used, the Bidder understands that the balance of the cost shall be returned to the City. TOTAL BASE BID AMOUNT IN FORM A2 $ 'Allowance for Trench Safety Act $25.00 Permit Allowance $30,000.00 GRAND TOTAL (TOTAL BASE BID + TRENCH SAFETY+ PERMIT ALLOWANCE) 'See Section 0100, Sub-section 12. Bidder's Affirmation 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 its 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. Bidder: Authorized Agent Name: Authorized Agent Title: Authorized Agent Signature: Schedule of Values (A2) Pale 1 of 1 MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY. The following section is requested FOR INFORMATIONAL PURPOSES ONLY. Bidders should fully complete the Schedule of Values Form (A2)to include quantities, units of measure, unit pricing, and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Should any bidder fail to submit this form fully completed, the City will request that the omitted information be provided within three(3)calendar days upon request from the City. Item Description QuantityU 1 M Unit Cost Total p (Quantity_X_Unit_Cost) GENERAL REQUIREMENTS 1 General Conditions 1 LS 2 Mobilization/Demolibilzation 1 LS 3 Maintenance of Traffic 1 LS 4 Erosion Control 1 LS _ 5 Temporary 6'-0"chain link fence&gates with 80%blockage screen 1 LS DEMOLITION 6 Removal of existing walkways,exercise equipment and slabs 1 LS SITE WORK 7 Clearing,Grubbing,Regular Excavation and 1 Embankment LS 8 3000psi Concrete(6"thick)Walkway and all 1 concrete pads and curbs LS 9 Mill Existing Asphalt Pavement, 1"Depth and 1 resurface LS 10 Manatee Grates 1 LS 11 Oolite Boulders 1 LS 12 Rip Rap bank and shore protection 1 LS 13 Grading and Top Soil 1 LS 14 Fencing 1 LS DRAINAGE 15 Pipe 1 LS 16 Structures 1 LS WATER Water Service and supply lines,including 17 piping,boxes and fittings, BFPs,enclosures, conc.slabs and drywells 1 LS STRUCTURE 18 Furnish and install Overlook 1 LS $ $ SIGNING AND MARKING 19 Thermoplastic pavement marking and signs 1 LS $ $ LANDSCAPE AND IRRIGATION 20 Tree and Sod removal 1 LS 21 Living Shoreline:Landscape 1 LS 22 Living Shoreline:Irrigation 1 LS 23 Park:Landscape-Trees 1 LS 24 Park:Landsape-Shrubs&Ground Cover 1 LS 25 Park:Tree Irrigation 1 LS 26 Sod 1 LS HARDSCAPE AND SITE FURNISHINGS 27 Concrete Pad with curb and PIP finish for 1 Exercise equipments LS 28 Purchase and install Exercise Equipment 1 LS ELECTRICAL AND LIGHTING 29 Demolition of existing Lights and base 1 LS 30 Demolition of existing service and wires as 1 required LS 31 Furnish and install new Poles and Lights 1 LS 32 Furnish and install Pole Base 1 LS 33 Furnish and install Bollard lights 1 LS 34 New electrical service 1 LS 35 Electrical for new drinking fountain 1 LS 36 Bond and Insurance 1 LS TOTAL FOR BRITTANY BAY PARK RENOVATION&LIVING SHORELINE(Item 1.36) ALTERNATES Total Item Description Quantity U I M Unit Cost (Quantity_x_unit_Cost) 37 Alternate:Add purchase and install Site Furnishings:Benches 1 LS $ $ 38 Alternate:Add purchase and install Site Furnishings:Bid cle Rack 1 LS $ $ 39 Alternate:Add purchase and install Site Furnishings:Trash&Rec cle Recestacles 1 LS $ $ 40 Alternate:Add purchase and install Drinking Fountains 1 LS $ $ Alternate:Deduct the difference for 41 substituting Granville II LED Lights including ghotometrics,for the LP X•eri Lights 1 LS $ $ TOTAL FOR ALTERNATES(Item 37.41) $ Bidder: Initials: APPENDIX B A ti A ik "3„, ( " 1 / la 4.004 Pre-Award Forms Bl Bid Bond MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER BID NON-RESPONSIVE. BID BOND (B1 ) Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, hereinafter referred to as Contractor, and as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent(5%) of the Contractor's Base Bid amount of$ _ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery,tools, apparatus, means of transportation for, and the performance of the Work covered in the Bid Documents which include the Project Manual, the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.: Title: WHEREAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would, if awarded the Contract,enter into a written Contract with the City for the performance of said Contract, within ten (10)consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. BID BOND (B1 ) Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the day of ,20 . ATTEST: PRINCIPAL: (Contractor Name) Signature Signature Print Name Print Name(Principal) Title Title COUNTERSIGNED BY RESIDENT FLORIDA SURETY: AGENT OF SURETY: Signature (Surety Name) Print Name Attorney-in-Fact(Print Name) Signature (CORPORATE SEAL) (Power of Attorney must be attached.) r APPENDIX C • o' 4 f A '4 i ,..„ r A Contract CONTRACT THIS CONTRACT ("Contract") is made and entered into as of the day of , 2020, by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and (the "Contractor"): WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required,to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into this Contract by reference, for: ITB No. and Title: The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. 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. In consideration of these premises, the City hereby agrees to pay to the Contractor for the said work, when fully completed, the total maximum sum of I Base Bid below + allowance account items] dollars ($ ) (the "Contract Price"), consisting of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid $ Total Allowance Account Items $ Total Owner's Contingency $ The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Partial and Final Payments will be made as provided for in the Contract Documents. Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand- delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein, unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: Office of Capital Improvement Projects City of Miami Beach 1700 Convention Center Drive, Miami Beach, FL 33139 Attn: David Martinez, P.E. With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Rafael E. Granado, City Clerk Jimmy L. Morales, City Manager [seal] ATTEST: [INSERT CONTRACTOR NAME] By: Name: Name: [seal] APPENDIX D A 1 ir _ 3 .,,,,„ ri ,\ ìr 8 4 , 1 i . 'IA-. 43 4 V i 1 /.1 ' t 1 Plans & Specifications i—A 1 . d 0 . i-i o ciA\ I OFFICE OF CAPITAL IMPOVEVE\ T PROJECTS BRITTANY BAY PARK LIVING SHORELINE, OVERLOOK & PARK RENOVATION 0 ,,,.'S U' KNOW WHAT'S BELOIT JANUARY 29, 2021 I 1 ALNAYS CALL 811 .BEFORE YOU DIG LOCATION OF PROJECT 1"d hie .iNNBID SET WWW.ERIIsunsD<om o� CITY OF MIAMI BEACH PROJECT LOCATION INDEX OF DRAWINGS MAYOR: DAN GELBER I SBEE1 MIMED DENDEE A 1 G-01 COVER SHEET A INDEX Of DRAMNGS COMMISSIONERS: MICKY STEINBERG \ o"\ 2 G-02 ROTES AND LIAO SUN PROJECT COMPONENTS MARK SAMUELIAN ;'e 3-1 G-03-0. ORB 16-0101 BRITTANY BAY PARK MICHAEL GONGORA pY pR > s C-ot COVER SHEET STEVEN MEINER NORMAN ` v-o3-02 TOUNDARY OPOGRAPHIC LIRVEY RICKY ARRIOLA o e c-m DEManoN P AN URVEY DAVID RICHARDSON m B c-o2 GEONE1Rr SHEET - 1 a 10 a-D3 rJeADNe PIAN 11-12 L-01-00 AVNG SHOTE SECTIONS INTERIM CITY MANAGER: RAUL J. AGUILA 13-16 c-Oe-09 CIVIL DETAILS INTERIM CITY ATTORNEY: RAFAEL PAZ IT C-10 COORDINATE PONT TABLES CITY CLERK: RAFAEL E. GRANADO a TA C-t2 EROS..CONTROL PLAN � C-t2 EROSIO!AND SEDIMENT CONTROL DETAILS Q 20 S-01 STRUCTURAL NOTES ASSISTANT CITY MANAGER: ALINA HUDAK j PARKS & RECREATION DIRECTOR: JOHN REBAR �_-�" 1 'a 21-23 5-02-04 OVER ow DETAILS 3 V 21 L-0 GENERAL mons AND SYMBOLS CIP DIRECTOR: DAVID MARTINEZ P.E. 6 6 0 25 L-1 TREE DISPOSITION PLAN 1 26 L-2 TREE DISPOSITION TABLE Z 27 L-3 LANDSCAPE PLAN Q 20 L-1 LANDSCAPE SOIEDULE AND DETAILS • I Ir Q 29 L-5 LIVING SHOMELNF LANDSCAPE PLAN,SCHEDULE AND DETAILS 30-31 1-S.1-5.2 CROSS SECTIONS 32 L-6 HOROSCOPE AND SITE FURNISHINGS PLAN 33 L-T SITE FURNISHINGS FINISH SCHEDULE '. / 31-37 1-6-L-11 SITE FURNISHINGS DETAIN b 1-12 IRRIOATON PLAN 6 11 3B L-tJ IRRIGATION LEGEND M ItI'Al �61 �� L-11 IRRIGATOR DETAILS AND NOTES, 41 L-13 IRRIGATOR DETAILS 4- 4'912 L-16 IRRIGATON SPEOACATOIS I- RT, 13 E-+.O GENERAL NOTES AND SYMBOL LEGEND 9nndley P/eters 8 Associates,Inc m EN I1 E-2.0 ELECTRICAL STE PLAN-DOLITON WS E-30 ELECTRICAL SITE PLAN-NEW KORA 815 NW 57 th Avenue, z 0 .6 E-1.0 SITE PN-PHOTOMETRICS Suite 200-11,Miami,Fl 33126 Q W w I 17 E-5. LA0 ELECTRICAL RISERS AND PANEL SCHEDULES Certificate of Authorization Number 5993 8 > b E-6.0 ELECTRICAL DETAILS m w v a Z N E Q J s o LEGAL DESCRIPTION Z U LOTS I-12.BREL 3.AMFNOEp PLAT CR SECOND OLCAN iC RE ORDS OP10N,ACCORDING 10 111E PLAT ' M1'.-r AS RECORDED N PLAT BOOP L.PAG'26.Z1.7 RECORDS o MANI-DADC«,137,4 4-4A. SCOPE OF WORK LOCATION MAP tt'A'°AND THE CREATION RA%SE� M U SHORELNF RM1L BE HYDRAAJOALLY CONNECTED TO MdAN CREEK ANO MU.HAVE AN ADA-ACCESIRLE OLERLOOK 1HAT HILL ALLOW PARR PATRONS TO WALK rRW THE PARK TO THE EXISTING SEAWALLS'S EDGE.IN ADDITION,THE PROJECT ALSO ...WREN IWRON:D R, R FURNITURE,A10 PEDERTMWANG NG TO ENHANCE THE SAROUMDING RPAMAN AN 000 ANO INTERTIDAL ENVIRONMENT BY CREATING A NEW HABITAT FOR AWATC AND TERRESTRIAL SPECDS ARD NPRONNG RATER CYAUTY NA ULTRATON or UPLAND RUN5rT. IHE PART RENOVATIONS NCLLOE NEW CONCRETE WALKWAYS,MANG AND RESURFACING MC EXISTING PARKNG LOT,NEW TREES,NEW EXERCISE EOOPNENT,ARO NEW UNDSCANNG. WOOL 0,ee,_LRH'. 1 NI 0 D,a 0 0-01 GENERAL NOTES TRACTOR SHALL BE RESPONSIBLE FOR OCWRIAMING ro HR SATISFACTION,PRIOR TOM EXECUTOR O Of STAKED FILTER CLOTH.AD OTHER SUITABLE MEANS SURROUNDING ALL commucnoK AREAS TO PREVENT 1M CONTRACT M,M EROSION AS WELL AS THE USE OFr FLOATING OR SEWED TURBIDITY SCREENS,THERE APPROPIIAE.TO ISOLATE -- ESTIMATED UNIT Of AND(MALEY OF THE NOSTRA.,THETINESAND WANT.OF EOSSIN LE MATERIALS TO CONSTRUCT.AREAS FROM v CET WATERS. THESE N�SROIn CONTROL DEVICES.A BE FOOT N0. REM NO. DESCRIPTION ENCOUNTERED, E NAVE OF M GROUNDWATER cODmws. E CHARACTER OF EGMFMENT AND fACIUnES INSPECTED AND MAINTAINED ON A DAILY BAGS ENSURE M n P QUANTITY MEASUREMENT NEEDED PRIOR i0 AND TURING T�aTM DKK UUNDER THIS GENERAL CONTRATWM CONTRACLOCAL T CONTEMNS, PRIAND ALL CES IRS FOR THE SN IS COMPLETAMIN IRE E. AREAS AND THAT ME NRBIDIttACpNTgOL'PERCES REMAIN IN PUCE TURBIDITY All 101-1 1 Mobilization _ 1 LS ENTRE CONTRACT NLIL%RELF[i ALL COSTS 511.NING TO ELECTRO WORK. CONSTRUCT.25. THE CONTRACTOR SHALL APPLY BEST MANAGEMENT AND TO PREVENT EROSION OF SOLS,TURBIDITY 2.THE LL SUPPLY HIS OWN TEMPORARY ELECTRIC,WATER AND SANITARY FACILITES AND ALWIRE AND POLLU1ON IN ADJACENT WATERWAYS, POLLUTION. 102-1 2 Maintenance of Traffic 1 LS ALL NECE.ARYS CCONSTRUCTION PERTAIN TEMPORARY SANITARY SEWER FACILITES FOR C.STRCTION WORKERS 26. PRIOR i0 NRUZATI.ME CONTRACTOR SNAIL OBTAIN AND PAY FOR ALL NEP NPRS PERM/TS.THESHALL REMAIN 104 3 Erosion Control 1 LS L BE ME CONTRACT.,RESPONSISutt TO C.TRACTOR SHALL PREPARE AND SUBMIT ALL PERMIT APPUCATONS,EXHIBITS,S10RMWATER POLLUTION 4 Temporary 6'Chain Link Fence&gat<s with 80%Blockage Screen 1 LS CONTACT I_EDLOCAWCH UTILITY ENSn D UWPTINY AND OCKED DURING °ME Ott O uNSTRuCTION WuISBEAWC THE MAINTENANCE DEPARTMENT TO PREVENTION PLANS'HSVP )ANO ALL OMER REOUIREO SUBMITTALS NECESSARY TO OBTAIN THE NPDiS PERMIT N/A Tem TEE ES AT ME PROTECT SITE NO CONSTRUCT.STAGING ARCA FOR E PROJECT SHALL SUBMIT TWO(2)COPIES OF ALL SUBMITTAL DOCUMENTS 0 E 110.11 5 Clearing&Grubbing 1 LS J ALL COSTS THE ACONSOC CONTRACTOR.NTH PNCPURRS B CONTRACTOR'S UTNIR'S IOORAGGE ND SAMEG DA AREA SITE SHALL BE OWNER AND 1M°(2)COP ME ENGINEER FOR RENEW/NO ACCEPTANCE PRIOR TO SUBMMTNG NPR$ Regular Excavation ORAD.O THE SITE ERMIT APPLEAT./R�onnGTTION TO FRP. 1204 6 egU ar 174 CY CONSTRUCTOR R ALL TEMPORARY(UTILITIES. CCCSS ROADS. SECURITY(FENCING.PERMITENG COSTSRESTOHAZARDOUS uA2RCALS ONTO M PROTECT ODA R LOGE REQUIREMENTS. O ME ATE OILS aRGNAL CONOIIIRN At PROJECT COMPLETION MEETING FEDERAL STATE AD 2*5511114.TRI REQUIRE SUCH FORnsE CONTRACTOR SHALL NOT BRING ANY PERFORMING ME CONTRACTED MIRK.THE CONTRACTOR SHALL NEWEST.W D TRE 120-6 ] Embankment 150 C L L ERHPEKxTS,ETO _ OF THE MATERIA WRITTEN E rt5TY o DATA SHITE.1505) R CONTREACH ACTOR SHAOUS LL PROM E MF SEDER NMA COPT 522-1 8 3000 PSI Concrete 16'Thick)Waltwry and all Concrete pads 1430 SY RENEW4. ALL PERMITS BORE BONG ON THE PROJECT AD BECOME FANUAR NTH M OWNER SHALL ISSUE WRITTEN APPROVAL L 70 Vol CONTRACTOR,BECAUSE STATE LAW ODES ATERIAL NOT RE.FOR USE THE N/A 9 NAYOplast 15•drain basin with solid grate a EA CNOMNO ALLL%s oF MC Mikes REGULATOrt AGENCY PERMITS .ALL ENWRE T.ME CONSTRUCTION ACnNTES ARE IN COMPLIANCE HAZARDOUS MATERAL SUCH PRODUCTS OLEUM PRODUCTS DON ARE PROPERLY DO NOT NEED ACD AND WENDED MSOS SUBW PIAL FOR EWIPMENt USE N A N IO last 30•drainagebasin with standard " / 10 Y D grate 2 EA 5.. THE PROJECT PAY ITEMS ARE INTENDED DTO BE INCLUSIVE OF ALL WORK 70 BE PERFORMED W N MESE ANY KNOWN OR SUSPECTED HAZARDOUS MATERIAL FOUND ON ME PROJECT BY ME WNIRACTOR SINAL OF 430174-112 11 Pipe CUA),High Performance storm by ADS(HP),RDund,12'SD 275 LF CONTRACT DOCUMENTS AN CONSTRUCTION AND PERMIT REQUIREMENTS.A INCIDENTAL WORK IMMEDIATELY REPORTED TO THE OWNER,MO SHALL DIRECT ME CONTRACTOR TO PROTECT THE AREA O KNOWN OR REQUIRED TO COMPLETE ME PROJECT AND ADHERE TO THIS 5 PROJECT'S REQUIREMENTS SHALL BE INCLUDED IN SUSPECTED CONTAMINATOR FROM FURTHER ACCESS. THE OVMER N ARRANGE FOR INVESTIGATOR IDENTFICATON. 327.70. m 1 12 Milling Exist.Asphalt Pavement,1"Avg Depth 540 SY ME C.TRACTOPS BID UNDER THE MOST APPLICABLE BIDITEM. AND RENATOM P%APPROVAL IS PROVIDEDI BY THEE OLICONNTRACTOR SHALL NOT RETURN TO ME AREA O CTRL3341-13 13 Superpave Asphaltic Conc.Traffic C 30 TN TO CONTRACTOR MILL RESTRICT PERSONNEL THE USE O EQUIPMENT,AND ME STRAR OF TATE/TARS i0 29.EXISTING CONDITIONS AND LOCATIONS OF EOSnNG UNTIES I AND STORM DRAINAGE POW AND STRUCTURES 430-885.15 14 Manatee Guard for 12•Pipe.5lainle5s Slee I-Hinged 2 EA ARM LINTS R C.STRNCT.. TO OTHER AREAS AS DIRECTED BY ME INNERS AUTHORIZED WDICATCD ON E PUNS ARE TAKEN FROM EXISTING CONSTRUCTION DOCUMENTS,SURVEYS AND FIELD REPRESENTATIVE. D INKS TATS IT 15 TD BE UTTERS.°THAT UNFOSHORN ONRESEEN CONDITIONS MAY EXIST AND DD W AE%ISTNG 430-885-15 15 Manal!!Guard for 15•Pipe-Stainless Steel-Hinged 3 EA WORK7. ALL CONTRACTOR WHOLES ATRAFFIC SHALL AIN REMNNWI IN TAE OE9ATED CONSTRUCT.AREAS. PUNS ARE NOAY NOTT CBE COMPLETE LO SCALE.LOCATED XACRYS114 C.TRACTR DRAINNG51 SCONITACT IS ALSOTOUBTY E Eq TTO ROD 1HDAi ME ND STAGNG AREAS,OR HAUL ROUTES. VERIFY LOCATORS AND DIMENSIONS OF ALL ERVND ME CG SITE UTILITIES AONTRACTOR SHAT FELD VERIFY 43488524 15 Manatee Guard for 24•Pipe-Stainless Steel-Hinged 1 EA B.ME C.TRATR SHALL CWPLY WTH OSHA'S EXCAVATOR SAFETY STANDARDS MD ME ROMA TRENCH CO ND n0x5 SHALL BE WLLDEDD IMPROVEMENTS OTHER FAST. ME CONTRPRIOR TO A�STR�Tp1 THE COSTS FOR DENATIONS R UNKNOWN N/A 17 ODlite boulders 120 TN SAFETY AT.AND SHALL CORKY NTH ALL OMER DENIM REWIREMENrs SO. PRIOR TO LRMENRY.i R ASP EXCAVATOR.ME[.TRACTS SHALL CRIMr NTH FLORIDA STATUTES FOR 530-3-5 18 !Wrap-Rubble,Bank and Shore Protection 490 TN _ 9.ME C. BE RESPONSIBLE FOR ME REP.AND 80100 TDI O EXISTING PAVEMENT,SIDEWALK, E EROTECTDN R UNDO DADA D G.PIPELINES 711/700-1-12 19 Thermoplastic pm markings and Signs 1 l i5 UTUTY APES%C.DUCTS SPARKLER READS.CABLES.DRA4.UDSCARED ARDS AND ALL OMR EXISTING 31.ME LOCATOR R ME UNTIES.OWN IN M PLANS IS BASED ON LIMITED INVESTIGATION TECHNIQUES AND MPREXISTING CCTS PAMAGED AS TORESULT R ME CONTRACTOR'S OPERATIONS.THE CONTRACTOR SHALL RESTORE xWID BE WNSIDCRED APPRONMATE ONLY.ME KRMCD LOCATIONS LEVATMS APPLY MLY AL ME POINT AuN u ORIGINAL CONDITION CR BETTER NO ADDITIONAL COST 10 ME OWNER. IH DROP AT.S 9FMEN MESE PDMS HAVE NOi BEEN VERIFIED,ALLUTL1i1E5 SHAM REMAIN UNLESS N/A 20 Furnish and Install Water service for drinking fountains&Irrigation,(Include 700 LE OTERNSREWIRED,AT NO AOOnONAL COST i0 THE OWNER,ME CONTRACTOR SHALL USE TEMPORARY SHEET. rtes&fittings,BF Ps,Enclosures,Conc.Slabs and Drinking Fountain Dry wells) OR TRENCH BOXES TOMINIMIZEE SIZE R EXCAVATORS W ORDER TO PROTECT MJHCENI EMSTNG ROADWAYS, MEN CONTRACTOR SHALL NOTIFY UTE.OWNERS THROUGH SUNSHINE STT(DIAL Oil)Al MAST NA HOURS N/A 21 Overlook(Furnish&Install complete system) 1 L5 TUTES AND OMR FACIUTfSM IN ADVANCER BEGINNING CONSTRUCTOR ON JOB SITE. II..RENS 01HCRNSE NOTED.FASTINGTANNAGESTRUCTURES AND DRANAR PIPE AT M .ALL AIN PROSCT I REM . COMPANY CONTACT UTILITY TFJ FPHONF N/A• 23 Electrkal and lighting(Includes demolition of existing) 1 LS 12.THE TRACTOR SHALL REPLACE AND RECONNECT ALL CIRCA..MAINS WH OSIURSED BY N/A' 23 Irrigation,landscape and Nardi[ape 1 LS CONSTRUCT..ALL ENSIING IRRIGATION TO AREAS NOT 511551 CONSTRUCTION UNITS MDT BE MAINTAINED BROADBAND DWID Z555010A CABLE 305.861.8069 A 5411 DURING LOSSTRUCRON.PRIOR O CONSTRUCTION M CONTRACTOR SHALL INSPECT IRRIAIIN AND DTWLRE CASTLE NG WATER SANCHO DANU OBER,TELEPHONE.CAN 9..417.3606 LANDMANNG NM A REPRESENTATIVE O M CITY O MIAMI BEACH PARK MAINTENANCE IRRWATON IS CROWN CAASTTEE NG DBRROG WMWL FIBER ses.544.4940 INTERRUPTED i0 LANDSCAPE ARDS,CONTRACTOR SHALL BE RESPONSIBLE FOR A2RINL.AFTER COMP.EIKK1 AIA OPTIC 321.287.99W • REFER TO LANDSCAPE AND ELECTRICAL P FOR TREE REu0VALS,, UNDSCAPCMADSGPE, T CT.,CONTRACT.SHALL COORDINATE WM ME OWNER'S STAFF TO TEST ALL IRRIGATE MAINS 01100 STABUAOR STEVE LOW ...ONE 305.222.8745 ELECTRICAL DEN E AND CE I L LAYOUT AND BRANCHES WTHIN,OR CROSSING THE PROJECT, COY R MIAMI BEA.UTILITIES ASHOT VERNA 21FA.SEWIX/S%.UGHR 3115.6]3.7000 Dr RADE ANPOWNFP PUBLIC .RK,NSM. SC12AVO NOMI Tt00 L/STR.UN. 785.345.0966 NOTES(CONTINUfOT 13.PLAN BENCHMARK DATUM IS NORM AMERICAN VMTCAL DATUM R 1986. _ POWER WBAWEOUS ERNESTO DOMINGUEZ H POMP 14.CONTRACTOR SWAT SET 2uPRARv aFNcuunRKs As NEEDED. OATION TECO PEOPLES GASA POWER Th 'MERE'ENE GOLDMAN AS 954!53.0024 INCLUDES ALL ME REOUIREDPAY NWT No.20.FLAN.MACCESSORIES AND FITNGSRO INSTALL WATER C FOR THE C FOR OWWATER SERNCE ANDAWATER RSUPPLY 15.ANY SURVEY F BEINGGMONUMEN THE 00u O.NS/RUCTITO ISR TO PROTECTED. F ANMONUMENT IS IN SJ.PRIOR t0 500 SNE D TRACTOR 5 ONES.ME NEWBACKFLOW PREVENTERS FOR IRRIGATOR D DRINKING WATER,CONC. ABS AND DRY DANGER SHALL SUPPLT WELL SYSTEMS WATER SERNCE. BACKFLOW%PREKNIERS, AAILSL ETC OR MEWATER SERNCES BUREAU R SURVEY AND NAPPING.39.CCEM.DALM BOULEVARD,SUITE 309,TALLAHASSEE,FLORIDA 32399, OF UTILITY FMLN OWNERS CONTACTED FOR VERIFICATION OF ON-STE UTILITIES COMPREHENSIVE THE LOCATOR LO SHALL MEET THE REQUIREMENTS R ME CITY O MIAMI BEACH DETAILS AND SPECIFICATIONS. TEMPH.E(904)488-2427. EATERIES.THE CHECK UST SHALL INCLUDE:CROAT NAME,TELEPHONE NUMBER,GTE CONTATED AND GTEUTILITY W. VERLOOK Of5 M i FLAGGED AL S2 D DRE Al SITE SHALL PROCECHECKLIST. Orli OWNER'S WRITTENTO REEU0N W' ICCIIII OF 13116 NEA.APPROVAL AND AL COSTS RELATED 10 THE CONSTRUCTION AND PERMITTING O AWINGS FOR THE 10.ALL DBU2[ALARORDCOMERS�COUNTY MONUMENTS NNIN THE WITS O AND OSS SOT ARE i0 BE ACCEPTANCE O E 0.1511 HEHSNE UTM1IIY lIOn CHECKLIST. 0 L0101ALLY. OIL p MIRK OVERLOOK. PROTECTED. MONUMENT 5 ANRR O BENG DESTROYED AND HAS NOT BEEN PROPERLY PROCEEDING AT ME PROJECT STE.M CONTRACTOR SHALL EL.THE LOCATION OF ALL UNITES(WAR: REFERENCED,THE CONTRA crows CONSTRUCT.MAxARR SHOULD NOMY M CIN R N.BU. R,RECLAMED WATER,POWER ACCEPTANCE NE.NEIEGS.E 1 DIMERS)W E ECD.TA OWN I AL REFERENCES i0 OT RDFOCSIGN * X050 ME 2017 EDITION R M FLORIDA DEPARTMENT R SURVEroR NMGUi DELAY. PROVIDEWRITTEN RENEW ANT f EO Of UES AND MUST SONDE OWER TR"NITEMS EFERENCED BY FOOT UMBERS.ALL BE PAID PER M FOOT BASS R ESTIMATE 2017 G ROADS AND DRIVEWAYS STALL REM.R.TO risme AT ALL TAMES WING CONSTRUCTOR. OFTCIM PROCEED TO PRE WA PRONTO/NY CA EXCAVATION THE SI2.AS PMT Of M 11 EDIT. SHALL BE CONSTRUCTED PER E CORRESPONDING NOT STANDARD SPELYICAT.S OR UNLESS WRITTEN APPROVAL IS OBTAINED FROM THE OWNER. ES.AT S, E CONTRACTOR SHV) TORA2�ACENT TO PROPOSEDR USE OTHER MPRFOVEM NTS.T EXPOSE. ROAD AND BRIDGE CONSTRUCT.E017 EEDIT..ANG ME FOOT Of DESIGN STANDARD OR20O7 CEDmOR FOR SHAROAD 17 AL VOWING 2CHNIBE UUES.AT GCH LIT N AT L FINIS. O SE 2 IT s TO A THE u OF ANY PROPOSED EXCAVATORS.THE U FOR NSUAL AND BRIDCEE1iE511E AT ALL TIMES CESTRUCTW.r N 18 THE DER,STATE AD LOCAL NR WAUTY AND POLLUTION CONTROL BELOW TO CONSTRUCTOR. )FOR ALL[OMPE.TS R[RKRING NEW HARDWARE SHALL REGULATES PERTAINING TO CONSTRUCTION ACTATES. THE IGOWE S EXPOSURE AND RENEW O THE CHECKLIST IS FOR I AMHARDWARE(NUM BOTS,WASHERS,ETC KRIRCAT.Of MESE VT LOCATE EFFORTS 0 CONTRACTOR IS 2 BE STAINLESS STEEL TWE 316. 19. SILT FENCES SHALL BE PLACED IN ACCORDANCE WITH Mf FOOT DESIGN STANDARDS A EROSION OR SUPPORTING TS Lin FFORONLY.TIE NSIBLE I3.WANTITES FOR PAY ITEMS 6 AND 7 INCLUDE ALL EXCAVATOR AND EMBANKMENT EAST OF THE SEAWALL CONTROL DEIHCES SHALL BE REMOVED BY THE CONTRACTOR AFTER INSTALLATION OF PERMANENT GRASSING IS LO iE5 WHETHER PROTECTING CA ORTING A FLAGGED. T RTES AND IS CRESPONSIBLE FOR ANYOOAMAGEF 0 AND SEATWALL A CEDE M EXCAVATOR AT M AIN/O00lOTC BOULDERS IN ME UNNG C E OST R REMONNG EROSION[ u THE MAD,CHECKLIST, CARO.ExPpSED OR NOT ..EUNE AREA.THE ON OUANTTES TOR THEA /ORGANIC WK AREAS AN ME S.TROL.ANY AREAS DISTURBED BO THE MINER.EMMAl OF EROSION CONTROL IIT..SHALL BE REGRASSED OR INTRE ACTS TMALL ASL A Ow POUOAN ORA NOR 0` 2. WANTTES FOR THE SAND/ORGANIC MIX ARE CALLED OUT ON E LANDSCAPE PLANS.° SODDED AT NO ADDITIONAL COST VIDE vpSITK ORAINACE AT Au FIVES. Al Au ORA H NOiLDRAINED 0 PO ED ORB M0 DURING CONSTRUCTRA ME CONTRACTOR SHALL INSURE AGAINST POLLUTING.SATO CR HOURS. 20. SMRANG MATE AND DOWNSTRE.WATER BOGIES AD WTLWDS TO SUCH AN EXTENT AS TO CARE 35.M CONTRACTOR SHALL EMPLOY M EFFECTIVE INTEGRATED uO501A10 MANAGEMENT PROGRAM.WHICH ICH PARK EQUIPMENT NOTES' WREASE IN MRLOITY ABOVE THAT ALLOWED BY CHAPTER 62-302.FLORIDA HA.WUI ATIVE[ODE((FFACOA(0 NN UTILIZES BEST NAAOEMENT PRACTICES DURING CONSTRUCTION.THE CONTRACTOR SIAL PRONDE E PROJECT ABOVE WNOE),TO WAroCSIII REM STATE.NCH MEASURES MAY INCLUDE,BUT NOTBE MMI T MANAGER WM THE PROPOSED MOSQUITO PROGRAM.FOR A PROV,.E WE.BEFORE ANY WORK BEGINS ME I ALL fXETMG EXERCISE EQUIPMENT ANT A AMENTES(TRASH CANS,BEN.ES,AND ALL OMER PARK OF CONTROL DSEAMAN[1(bTi.OR TRACTOR SHALL NOT BEGIN ANY EARTH WORK UNTL HE RECEIVES WRITTEN APPROVAL E.THE MOSQUITO AMENITIES SELECTED BY ME Ctnp ARE TO BE REMOVEAND DELIVERED TO A Ott R MIAMI BEA. SILT IDIS MESE TURBIDITY CONTRA.DEVICES SHAM BESINSPECTED AND MAINTAINED.A ONLY BASIS TO LOCATION DESIGNATED BY ME PARKS 0 RECREATE CEPA/ MT.ME CONTRACTOR 1S RMP.SBLE MANCONSTRUCTION GENERATED TURBIDITY IS CONTAINED WMW THE WORK AREAS.AT ND TME SIMM THE ARMENr PROGRAM.MW M PROJE[i MANAGER. All DAMAGE TO THE EXISTING EXERCISE EOUIGMENT ANO MENITES THAT OCCURS DURING REMOVAL CONSTRUCTOR SITE NM.OR DEP/ATEA/4G ACT,.RESULT IN EXCEEDING ll RATER WAUTI STANDARDS AS SET M.ME CONTRACTOR SH CLASS K PERMIT FROM THE WATER CONTRR AND IRANSP.T. FORM WCHAPTER 62-302 FLORIDA ADMINISTRAT K COO(FAC)AS REWIRED BY M RONDA DEPARTMENT O SECT.R THE SPAR LENTBOF RESPONSIBLE RESOURCES NANARMENT(DERN) `',4";.",!1!",Z-, NG(0.017. ENVIRONMENT,PROTECT.(FDEP).TURBIDITY CURTAINS i0 CONTAIN EMBOSSED,INA CONTRAST.CRC,M 37.C.TRACTR SHALL LEGALLY DISPO.O ALL EXCAVATED MATERIAL(SUITABLE AND UNSTABLE)AND ME NEW.v%[.STRUC20 PADS BS AC%CEPTABLE�THE HCONTRACTR OVF Au0 REPLAN ALL NAME O THE CONTRACTOR IN 47 HIGH LETTERS. COMPLY WTI M REOUIREu.TS R ME 2017 FOOT STANDARD SPEGFICAnONS fOR ROAD AND BRIDGE NEWLY CESMUCTED PADS WR.WI P.DINO R BIRDBATHS. CESTRUCnou SECTION 120,EXCAVATOR ANO EMBAKMENT. ALL LI AND DELIVER MEM i0 21. TRACTOR SHALL PRONDf 512 DRAINAGE AND EROSION[.TIROL DURING REARING AND ERLRBING AND AL THE CITY OF MI BEACH PUBLIC ANO DEPARTMENT(PF.).OPERATIONS%Z STREET LIGHT DINSON, PHASES R CONSTRUCTOR. SITE DRAINAGE A.FLOW THROUGH EXISTING AND TENPRARY DRAINAGE SYSTEMS NOTES' YARD FACILITY. SHALL BE MAINTAINED AT ALL TIMES AND SHALL EQUAL THE ROW THNOU.THE ESTRG SYSTEM. 22.CONTRACTOR TO SUBMIT AND RECEIVE APPROVAL RAN EROSIE CONTROL PLAN FROM ME OWNER PRIOR I. PROJECT WILL BE Be 4 PAID FOR AS LUMP SUM,ESnMATEO WANTTIES PRODDED FR REFERENCE ONLY SITE INFORMATION' TO BEGINNING CONSTRUCTOR.E REWIRED FOR PREVENnC,CONTROL AND A. ITEM .2 MA 1ENANCE O TROPIC INCLUDES MAINIENANCE_O PEDESTRIAN TRAFFIC AND INCLUDES ABATEMENT OF EROS..SEDIMENTATION,AND WATER POLLUn.. MESE ITEMS ARE TO BE USED ATM VEHICLE AND PEDESTRIAN 11.7ENMCE R TR RIVE. • LOT SIE • PROPOSED AREA LOCATORS DESCRIBED IN M CONTRALTO'S APPROVE°ER09.CONTROL PLAN TO COMPLY TIM AL . ITE Na3.EROSE...OA INCLUDES ALL LLT'RAMC FLOATING ED TIR.T.BMRIER5 AN ODER,STATE,M AL REGULATIONS CONTRACTOR TO SUBMIT TOES PERMIT APPLICATION MO PROVIDE ARD SEDIMENT..C.TR045 NECESSARY TO TWA.DISCHARGE O SEGMENT TO INE ARA. 164,757.-FT 37 SO-, MER WM A COPY.COL WATERWAYS, PROPOSED NPERNO.AREA: 26.020 SO-FT IRM NR.5.CLEARING AND RUBS.INCLUDES RENAL R ME E G COMORE E P.S. • SEAWALL 23.THE EROSIONAL OSE COWL MEASURES NFARES MAN BE REQUIRDESIGN ED OIG TOFIELDDS ARE THENS ININAUkt REQUIRED.DETERMINED BY THE 4 EEOVID°EMSWI1u0 SO'C'WZSCASDNY..°°4%AD%RfMOVALS cr SCMERWK BASE TIMATWA BCTCNEi I EXISTING SEAWALL: 1595 R • CURRENT URBAN FURNITURE AODITOWNER AND REGULATORY AENCES SIDEWALKS AD PATHS. ANUMBER BER Of BENCHES: 5. ITEM Ne.8.REGUER EXCAVATIO INCLUDES EXCAVATOR,COMPACTION,GRADING.AND UTILE... • EASTNC AREA PUN BIKE RACKS: 0 24. IN ADDITION TOM TURBIDITY AND EROSION CONTROL MEASURES SPECIFIED IN M NOT DESS00 SO-FT ITEM No 1S AW LULU.H ON DE 12•SD.IND RES THEu XI M FOISTING SEAWALL,AND NES DURING BEST MCONSTANAGEMENT THE PRACTICES FOR ESHALL AND NONSIBL CONTROL SHALL BE UTILIZE°At L % ALL INCIDENTAL Ai SEAWALL CONNECT..DEMWTDM AN RECES CTIOx O EXISTING CONCRf2 wALKw Y NO WS AREA. 138 B PgROSED URBAN FURNITURE pINO F DERALRE C R 5 BE ED TO.SOU TOR RIGA ATERNCE M N GE OT S115AND 1 FOR ME E AARON S Of ME CONSTRUCTED RNWS ARCA: 25,8]]SO-FT STATE 0 FEDERALPTES).WREGULATIONS BEST BUT NOT UNITED S.SWM RIMA WATER NAND MSAIA 7 15 16 MANATEE GUA SHALL BE[.STRUC20 AS SHOWN IN ME DETAIL E SHEET IMPE NUMBER R BIKE 5 DISTRICT AND FOP(NPoESJ.MESE BEST NANAGEMENi PRACTICES STALL INCLUDE THE USE AND MAINTENANCE C-0>AND SHALL BE SiANI£SSCS2ELR05NUN R BINE RATS: PROJECT: ,�,I �-�•"'^ ENGINEER OF RECORD FNH ENGINEER Of O�wIryE. R pw.. BRITTANY BAY PARK RENOVATION o6s1GN ENGINEER R� NOTES AND LUMP SUM G-02 - WN BY HR PROJECT COMPONENTS ADDRESS: WrtsoNA.AA®art W24•R2I SD SET fNMIA DITTO-G-SOSeN OFFICE OF CAPITAL IMPROVEMENT PROJECTS crEGLER RA 64441NDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 ztcwGI.61865 yr IN,NRRMMH,N..IA HIA..NAc,H.0119 �. .N.l, spA�s.. ....TED Rp.elees NO. DATE _ RfvlsroN AwD.er wR: I1312r20 1v..c 2 of .e • �,w .47::::.'.1 a..,r: a.., ._n., ,arc wa MIA ^BEACH •.W. — — a oo.foto sr l.NN4 OVA]"attNTWEN N. rt uwn...a�zd.e"ww:e�tM n:Fs m.r..r mw•aroz:w.H...D.O.Para ViEnut oppoo ea roc....Pep Poll Se PM/WL• T. roe*.no a an�+++Or+�r SxAI.41.111'16kw.i..�: u:a: Z :y <rb«&ri:ti u.4w 25.1, . ..:r..,1 wtl^r . FyOSR arz t S,rx:+o.o-pxlWx:e.R M x1.NCa,%Y? Pnpc•:mnw...Lr.• b.eeieBY GOk ngttha: . av >3& nEwxY F✓.+"K —'h d�.. • nwnc Nn a,r w W.pop.son pp r wl.'w s,no off a rrC"? ... ?xd r hc, .w o •r pw.s we va si.ar.. F"<ao.r m.,u.n TMOIILINNc•.ylIaMCSC? YeCSC P.*a...''4wwo. w'•"r� y Eta.aRlay.lN.6 NG, .^h.11•tw..awa a e N,. ..n..x eevr's .N W.w, 118daNPP. s-ESnra. tn �..r.. N ,w„wRwr ,.%::wa Ix+,•c�.xx.x»a.. wwr,wW.... "m w< r w.. ax.wr rxP..>.vp a a se4,. ""'.,,•-w cm umnro +s•. PI4 w. W.w.r.. 4..QM,ttChVO:b'N•. nrcxsausi ,. w ma,..,.war r w.w w a ,•ww.a 1511 N..<P. +xsu.sExsarv^e; r-.rr. ^TMww.•'""e.,.`P'„Ye ap.o ee„ ,.. ....xa.1N II.e140,14FW M ,♦ sWub•r .YwLr. Y r w 0. ro Ea !r.# ..x ..... ...tan wv W ._ ............ P..rxe.e eon.. w ___ _._... ..._.._ .... __..' .w.'b. ...•.,...........ro 01.14•10.11....1 4.41. w0__....._- :: .erel x.Lw.xe.MrwWuwr wns L1O�+v we•wbh'w •e•r, MF19114� ^M^ .,.t.ra^ x . "eery +.ww La.. •..aM«.sMCM1wap ..» • W• +e'rn,»w•.p�y to. vee..,..: Pa t ne u w n a...w PE 'rr hr..... ,ataa Cwomr an twee n. .w pea •>wMr-Lnevt x.:r+e.,0. c..a.ecnea.+a•no.a,r•.avf '+w,.:...arr. i.ronv .aa.n.w. tt w..0 mis.. ^° Mx >..xe.awnn x rah Erao Aro n. .Mn ["y r .waxes .w.s n^.x. r ,ice.,In.arnaume^+wwr.M ..a,c awl?. Yana. f ii rata no. r ...^M roto PPM W ow...PO IMAM, xwr .Y.tt 3 M kwa Ip ,...c^, mm+r i.tOw. r!�?P''-- a M+wi.an.-was,a Oalsone.02.0bron oft Pe moo uwm.wwwra a So a Ms ma xc..wwp.•1w.n:. w..n...'w a.w , .e1. iww,y..a p...1.:GtiR.....0.exR a:Eea As... naore ' •n.xn wee w.NLx .. . The co.. •.wM aa. •"u'a'~ x^xr:xaw.a ,M.wa [ha co 97-,...e.a Waw;.moo.aro.rdw..a wwww r Kwer.nr. 3"wq wr•e1.aw..N•wwww ee”L' .b40...aapnr. aYe' OVA...,..,/...... 6C-F� _.__ mh. s•u.nea• ramt: ,] aY1,. • „6#^ N M . _ M-•a.. w.nron•w E ..... °.,W'.' - C ,10 0.w.enwr n.xrCC •rt ..... ..wnSsx. °'.Bou vm.•�ihe,II .::.r ...1.4..mv.a ^..✓ - 3xn.rr .a..Y W - • Roo. noes.. M, w./.1. ares.' MPH ^tx..r•.,wnea awm Yp.a<W.Pu.� ^T-"+N xaw ION OPRER�IIyaW M ..u..11 ..1raa.+..n.rr w t.•J:.Map..twee w mww:e.cµaarirwtra»^h.w to and rw p ro^11"1 pon.pe ^ r eM a:M• r� .ti.aw.w— --+ �...eR.N.c•a.. Re.: n.Pr wwMq.ROAM ^mMy•wMr.4..at-rwncwor.+www CbaWw,wy ltMih wo..rn '.•. 0 a 7.11.. e. ... 0Lan .4... aurhow .. rc rnrew.pampa.wwr wM.r.w a.Fr.JCeeEMoon 07 Mt,e.wm . M ! .01 Cgtwtot _ 15 o... ..R.MStva.•t+r.^`a.•n.wr.aF ILE NO y!. 0.iw.q. rc.ab w, a Pa Fgte,gry. h wee °F"•'°� ° ..res. n. ww Nw.,etrtam.-.nrtvMF.n w." 'teem.,,,.w.^na ,v �y, MrLKNR. CI,*Ye.Ma. .x P.P.w<t^.14.....en..w.�.....r.1re.to '^'�'p vo4 a ••aaM Lq wNwwww Lwna.oe,y,yyq ..•a.Pwwvs... ,,eta. µ,.m...11.1.0 . .opnr..N „Wa R.Al Nate.asx �dwx na.. I.t Pu.an a�n. qua, ,e.wyp .pwt�:;anr,Ftm.. p a So t. NN vaof...vv.. wm.wy �r.x.. lwrw C•n eLa.Y WM TH N:x41"ZrZ. ''*.'..,r.'a .rwpewrr 4.010.1a. '�.,� ti.. nwwb... . m..waa.. ...•^n,w1 ww ea* w. w •na.a e'aw —...............ptr •e � rya On.14 LIIU +v a,t•Lq• -µrow .1 w, I.L. IP rum MOON RCMP • ..y '+SC�0L1.P�i,l•eMr.10� w. OxO,D ve...aw.w..r 0.'"..w".'°. uw...T..4,a.ro.... ,n. MEI!}11.. mc•.cwr.w.ww ..... .IM Gh. rt.......6•i.. ......... •... ....... .n.m.wnn .......fel newea+ww'at FR: xpYi° aeSOENE.S011pR: aro.rwb Mm.4• r w^+a w�M Ww eroa• wr ...w .v.w yesmxai ................................Ata. •a•ww.ro.^r..� Tv O a0 ma Nwes.•trvru eu Mees.. .rel a not a .m:,v.s,~ Oa..Pro.ile sae......am E.sop.al Pen.on,mmw^vvlinfi w.r.r Nwero., x'• raowl trwrc...a w . e c.evr. y qhm ny Pe •.bu.fy Pl.; q„ ^' roewe,�'i. .. ww • ..an:a, M .wr,wga n..umu".ya Park 1;r;•.. w4i 'Mw.tro c-r..w..r..v:w....1114 'r.wrwJ..^J^naa.+.w k••wra,e:wto e.:wN.. r7=...,.e..;uF.•Ln-r n,wr xn wa fc•+sr. qn,n. on. ed No 2..1.w.•wr.u�b.�.wr.r date. P. •1Pl.t oa...•.......pen. rOoconzr.... Pb sq0.. �Ae4M a r'^" �'.q.w r:yt auL4vvw+ae•anx M.n 0:4141.110 • s.a..trena d.eR.mu aN•a m llrtw.. v w .a.wpwxeaene�.e•e..w+ Jaw�. m. u.. m Me a.an. .w•snron •tt E b n vm nfn•altwr.ew a mar moor .vm•hwa..va.tmttw.4 m..w AmMeel ler OW cva-+uKM.e+avw a p r.M.. xar mw..•...�...eyot..rrww.w.•ovwrwn 11.0..1.6., :::. rv1a.n. .,ow,.ro..mwtvx d....n+wa.'itwt wn+.n ro PROJECT: ,�''� v 0."•^ DESIGN ENGINEER RECORD AIRENGINEER OF SECOND pw.YpTW'. Or^.q No ResN Ext NEER w • ORB 1&0101 DRAWN Sv MR 2 BRITTANY BAY PARK G O 3 ° " BRITTANY BAY PARK RENOVATION OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 x..ax�^w CHECKER nP a.RrEP 1 E1/23/2021 EO SET 'Feww.:n+e-c-0l-a.a.a 1ro:xPPo.111.v..w......AC.:..nt. www..w.....e.w scnEe. .s INDICATED uoelees No. OATS REVISIONNwR.Rr o... 10/1.0 Isn..c 3 a •s R.w,_w.,. --aa6R ,. ,A.LA AN rn•..1...pe,an4 Ana.,Ww.r.we wiwitw5'we,mi.,Irw gee ....nlbwewamaiw, .....or.MM•....w w.n... .rne: n.n .v,wu M1 .vc alr p APAiw u.Pabn"ro..^:C.-n..MY+.le 1.11,1.Oaip..R.....AN.mWal x. n..-.xn�e� .1 'I"'a wmm wwivw.wywu.ay..uOn M .....—=:::,-..".7,-17. .....rywa,, ; al,.. n ne' .ma. • Rene '.Z.,"%' .nw. wr4N ........Y[n. l a• aw.TRN6 ww3rd.w la iw w�wwwna+W..a..r-mrl onan•tan PI*. I.abi w Pion lrAMOwweewaN WM. B re F�,u6+N9M1�.MbT.Pvw.ry+aw a.+v.TTw t�e:'.ahay.....My n" ......'."ww "i.Nw.n u.n.nlaMMfnl..Rob fle aW Wiry... _ B R..E..... 1Nw .N a...ws++..ww a B.IK unn....... •, .07107:1. a Mn.in T">u+c N•OO.or O.HO.d.Cnwb BREa ww ac a avNa 6nar .v.e ter,.net a uw w mw m n.an...,v�vma�na^v O.Im� 1111.m4,„;:.w..•.•..Hama MaroM n• �eH la.e _.-6rN-mwi6..v",',....1,7.....- -. 20 P./To.....,OnNir•mli.fawn..and!Nary p.m.,cr[Dn..r nme M.NO vari a, mm :-v mv.am 'w.�myw.l w. .M1vu..rbl.I.n WE OF.11.BE.d.lGllut wr.oa we..nui.limerReftlor nn a..x1.w.n.-a„� an...w•warts•aa... Y4 -MMIv COW OF UPPAN N':=1"'"'t rn .rmwl.nr.enai C C ana lNwrb b..- PM RE MYR MOON rae, 6TlTE CC ROOM D0‘..G7.R...w!6 be W6 .na,...o n..aev [7.7...-7-•-.7,7,401.—;FL-41."717•1:271.. ."-**r~eM Capr,n a....w.gaonam. MnrnFN in Far. Ur Mcnsl.gM—...—_._�__l , F.M.m No Clew w VV.*,1,../Ion on _.__I 1 • PROJECT: ,�,'� u-°O'°l'wl ENGINEER OF RECORD �ENGINEER OF RECORD S - ORDG,QF*: Orwhp Ne.: BRITTANY BAY PARK RENOVATION DESIGN ENGINEER m, 0 ORB 15-0101 DRAWN py.. NR -----AN B,CRftOW PREVENTER DETAILS G-04 OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 a.+rwb.u�w` CHECKER' RA .uel R IUR.ER I MIXA}t RDEET FYwr:p1A-G-03-0a.Op ,vl uuEaNlv.rR r.wn.ncn rlv.s ua..`...,.�s RC.IE: R6 MOIUTED IR NO::If NO OFTE REVI6pN RPRO.m DCN tO.B(b IRIwE. a .s 2 FLOATING TURBIDITY BARRIERS -. ___ -__ (SEE GENERAL NOTES 18-26 ON SHEET 0-02) • a : S� a®,,. . h o- AT .. At,.r ~HD SCALE 14 FEET / 130 ( — FENCE(DP SEAWALL..- " ): :� _� TYPE III SILT TYPE m SILT , ./'� .�..A.. , ._ - _ - FENCE- - - .���.\ / ,.�'— _ - n ��— ��'. Z Tn // V� .. r /1 ; / `. 1 (AT+PnoxipcAnoN) J.. I //ii/MST. I COSE.STEEL TE-BMX ROLS 11DNT PONE AND T .IBIE (IW)(APPROX.LOCATION). \ a e,RE'FD"C TO BE REMOVED O / IXlsr.LOM POLE AND !`M�-c STORE TO BE 000.D DOST.LIGHT POLE MID /EABf.LJONf PolE IXIST.ASPHALT WALKWAY FIXTURE TO BE AEMDVED �, uR - ;, / TO BE REAIOV50 TO BE DEAIOUSHED(IVP.) IXERCOE EQUIPMENT TO {�i;',,` DIST.CONC,IXERDSE P / REMAIN.ADD COQUINA SHELL xx�3 10 BE OFMOIIpIED(IVP) ` ` BAY.SEE SHEET L-0 TYPE IE SILT �I DQ 1 ! \ r. APPROOMATE LOEATON RNT ) V.' ``�TO VERIt FY WOATONACfOR MO EQUIPMENT ` .• .r\` TO REMAIN TEMPOENCE 6'HICH CHAIN LINK FENCE 0TH RUTH 100 v\ .7.7.... ^ E%IST.UGH,'POLE � ; � APPIROVED EOUINAIENr ES SCREEN OR DRIER ROW UNE - i ` \ 0 BE REM�� ,� TYPE M SILT SERO B 1 DIST.WATER FOVMNN ..... TE*RAI - - - ......... :... DtLq.WATER SMILE&IRRIGATION __ __ BWYOLOW MIMN7ER3 MID a WOOD IXRTNC CONCRETE BENCH PM TO 7E OELIOI/SNEO �BOLLARD BOLIO POSTS TO BE REMOVED- _ _ 4 � k> r t%:` L ''°'''''' �% w L Y `� lFs "AZ, LI �� � APPROXIMATE LOCATION' • _. '_ __.A .....,/___/,,,,6,,- ,'..'tT.'1-�A�.�,tiA.O✓�_�.... L ^t 0 1 aG r tr. ....s.:.L / QF Is'RCP CONTACTOR. _...- a1.. fr'�.' ..._._ _ J. .I �roe.REMaNW� 0 A 10 b / TQ VERIFY 1NtxN.. I I 1 �D BE OST. M POLE I :.TYPE III SILT • REMOVED CRAPIle SCALE NE PEET .FENCC RR. 1 1 (-7 -- E.-_____________.„/_:_,,.--- I1'•' +r \ DD$f.BENCH PAdS TEMPORARY 6 cH4 LINK FENCE BIJH SCREEN W L r ; `,JI \ ` TO BE REIWJEDi 08 OWNER APPROVEDFOEOUNAEIEM I ' m 1... APPIEO%RATE LO 10000 ' / , (l` I E%LSf.UCM.PO0 MID JV OF 15•RCP.CON1RACfOR LUDO) / TTE B S1EFL •N FIXTURE TO BE.RDIOVE�,4 TO VERIFY LOCATION ..AR W I I EXIST.UDR POLE MID TIE-BIC%LOCATION) .h eE �r�/? y ' / FIXRIRE 10 BE REMOVED ` (APPROX.LOGipN) ' I FOIST.UDR POLE MID I �/ OEMDTnON UMOS .',)A[/ AiL DIST,ASPHALT WALKWAY / rlF^tuRE TO BE REMOVED SILT FENCE { EXISTBG CONCRETE BENCH- , TO BE DEMOLISHED NFD`..P) I L'' "� PAD TO BE DEMOLISHED / DOD.11GlfT PDE AND COST.UCM POU:AND 1 y I --- s TEMPORARY ERE N UNK FENCE (/ // FIXTURE TO BE REMOVED FIXTURE TO BE REMOVED �� �� 1....... \ I U V-02 FOR QUREFERENCE 11NES S�pNIEEi ` / / \ / w.�,_ �� \ \ \ NOTES: "i ^. \ EXSf.LIGHT POLE / \ E%sr.cont.LxETeclsE PAD / / r `\�\ • AND FIXTURE i0 BE \ / TO BE DEMOLIZED(TVP) / / �'._ \\ V'T \ \ I \ REMOVED ' 1. OGTONS IX ME LATHS AND OEMMM ARE TAKEN FRIG ' ` �// \N. -••1 / REMOVE A\ \ , '\\\ Emir,. COMRSECONT AACTO o CONFIRM LOunoNs '� PARKING swN ��'\ 4, \�. /\ \ .7\c\. / \�� ' I 2 .AIio oA roA coAL TAR EPDXY 06 wm.TncN oirs) , � . *, Am,OR EQUAL.TO PROTECT TEBACK TEMPORARf 6'DARN UNK EXIST.LIDHf POLE AND fIAST.PARKING LOT t0 BE \\ :^ \...``\ OM DAMAt£ FENCEMILLED AND.RESURFACED `\\ 1 TEMPDRMY DUAN LN%FENCE MO GATE PROW MATE _.__._.. _._.._,.._ •__.._ _. __ ._ _- WITH SCREEN FSFB 100 SERIES' FIXTURE TO BE REMOVED I 000 SKEET Tim CQUM AND MAIEBM APPRORES BY E • OR OWNER APPROVE EPUNAIPlR 4. SEE SHEET E BEACH FDR L%NT PCEE ANO FIXTURES TO BE . _ _ __ _ NORCIE LIGHT POLE AND FiMLBE TO BE REMOJEU —. -- ____ _ _ A :"K-..17•3.. S ROAOVEALL DEV TONY BASE ASFA1wOT AND AND PAIR _. _ __ _ B. EMS A I - __ _ F 7 --_ SG ux Ru suiWAu AND SOMA. .... __ AL LF/ALKABMs BCNSILFIAT KA GRADES S T A.MALL TO WORK 'NpM ACCESS OAIET. INE CONTRACTOR SHALL CpIRT rim ALL TREE TO WORK AREAOTECTIOI ROTES OR LANDSCAPE SHEET L . TREE (CONTRACTOR SMALL COORDINATE PROTECTION BARRICADES.SIGNS.AND OTHER DEVICES THE LOCATION OP THE WST BN RMTHN IDE PRIOR TO ANY BORN RE PARK. TOAPORMWY GATE WITH OWNER) PROJECT: ,t',� u�Ax•" ENGINEER OF RECORD MIR ENGINEER OF RECORD S Om..TW: DA.,g No.: BRITTANY BAY PARK RENOVATION DESIGN ENGINEER BE ,.. A DEMOLITION PLAN C.o 1 ORAN/N EY: IN OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: d.M,AA.i.IA®.,.^, CRELNER: IIA 1 asza2l BIO AFT u.RST wm.ar.a)tA-C-DSI E ' 6444 INDIAN CREEK DRNE,MIAMI BEACH,FL.33141 ••- m ,„d., � SCALE: AS IROKATED TOAt885 N0. DATE REMON APPD.BY Do: 10'1200 Mow 6 al NI ..._ RUBBLE-BANK AND SHORE TABLE ..1 61E OP SURVEY RIPRAP PREVOUSLY CONST.MANATEE CONST.MANATEE AUTHdIZED BY BEGIN ENO LEM. VOLUME WEIGH, 2'DEPTH AND e•ROOTH USED GUARD.SEE DETNL CST STEEL TE-BALI( Gum,SEE 0,,, MUMU-DARE GOUT' COORDINATES COORDIATES (FT) (CF) (TN) TO CALCULATE RUBBLE BANK ON SHEET C-0] RODS RMP) ON SHEET G-07 PERMR CU-201 a-01E ANO SHORE VOLUME (APP110% LOCATION) _ r �I M 110.8 N.SSOa195] N.SSOB91.61 872 7552 aBB BEGIN RUBBLE BWK /1 r • �l' E:914"9111 J4' E-9H99J.JB Nm SHORE r� �� � ,..' �"_� - • ,* 2s9 r, ' .,LrT��j r��N*Th'S ��I� 1�1IAI D 10 20 40 _ _ LI �r� rJN LI H.aw �'�} i - OON ORAPIi1C 9Cel E N F$T \\ r MP3 O� — — '� 'Z, m i••• . •1 �.. O 1l1Z \ O 1:':. m • - `EXIST.DE:DNEN" m J .O N 0 ;: (IPPRDx.LounDN) - r y 111 \ 0111111651M .% O S P e•CONCRETE'. • AI ,^j Y ® ,`- ?A APPR5 RCGP.teETERLTOR WALIWAY ,, d ..f•$ r SEIBAC UNE •VERIFY LOCATION CONC.EXERCISE PID TZO \'`L •�Y`� �'�� / CONC.IXERCISE PAD I. '1 I FGMD / CONCRETE BENCH ` V� •• m'P) ' �` n 0 A` B'CONCRETE WALKWAY � . ' A . ED 1 1'RESURFACED ASPHALT PAVEMENT -.. m O + � • SP 9.5 TRAFFIC LEVEL C '^+ u PROJECT REFERENCE UNE.SEE SHEET V-02 . -.- FOR UNE TABLE DECRIPIION r CCNC.WATER e e 9 F P1 CONCRETE PAD.SEE SHEET C-10 FOR DErMIS fOUMNN PAD - - � • COORDINATE POINT TABLE NUMBER.SEE SHEET C-IO ___`.———_———— .. '" -� '_ id CDOINNAIE - - T ` CONST MANAlTEEEµ EDD RUBBLE BANK RPRIP PREVIOUSLY CONST.MANA CONST. "DEE' i3O'�•;�v' L D SHORE A IXISTING RUBBLE GUARD.SEE oETNL r �'P T• ON SNEEf L-OJ YLWI DME CHANTY. BANK AND SHORE GUARD.SEE DETM d SHEET G-07 Y APPRO%MA 7 j;�� I.. CONS/.MANATEE PERMR CU-2014-0188 d SHEET C-0J� _ � LOGnO Q<IS•; wrl �lNr. ORATE.SEE DETAIL 5.1..yam w COFFTRACTOR - • 4(PI ON SHFET C-DI 318' .. LOCATMN r':(1/P, O 10 20 40 LT Le --• -- • .�•�1 1.96 i. 1 - - - ORAPHC SCALE N FEET 0 `x CONCT WATER 1...1 ••� N PHO EXIST.CONC. .. u ..... -: SETBACK UNE MEIAGXS W CONC IXERCISE WALKWAY • 8 3`1 0 O'_F!E�� EXIST DEAD EN r FRdrt 2D PAD IESI (APPRO%.LOCATION) / '''REAR.16•(1.OP 15869'LOT DEPTH) CONST.EXERCISE PAD A BEE DETAIL SHEET O • e'CONCRETE SIDES.65 EACH WEE.OF MDSILOT LATH-BOB1 .2E) Ol R20• WALKWAY IXIST.STEEL (TVPC-06(M.) (FI r Yee` ll l''''''' �'* TOTAL SCR YARD SETBAOPS.190'(16R OF RIDER LOT MOTH) Wsy iik F�II� TIE-BN RODS ) U �r P *$.e I� B'CONCRETE (APPROX.LOCATION) ♦ SOLID INSTALL CONCRETE BUMPER NOVIRD PER FOOT INDEX WALKWAY YELLOW(TYPJail" Q • - Z CONC.IXERCISE PID f' 700 RMP.). Z �`* •A / NOTES: S 2 s iik-y q) ® a1 '• .• - 1. PAYEIMIT YAW.91170.PAL BE PANTED N COFO PANCE NTH FOOT NOR 9711. U 2 000000 " a•SDJD 2 STANDARD PARK.STALL-r.a.MTER m SHEET C-07 FOR OETNL Q 1.�1 44k wFNRE(TVP. SHALL PLSTOIW.Au DwA4m wcsGVE NNO s0O m RS DRAWL 2 til 40 i 0 0't. z A N PEWWED PAINT YVOO F E TO E MELONS TIC 1RM9:STIES No 1.10. '• , v y ADA PARKING A PER 90iI rIOX 001 Of TK MOT COMM sPEC9rt110E FIR�0 AND BRBE • , `"`` C D]fdt OETIA. I f. FON BFJO1 PMS.D.CA PACS NTE AT M EDGE OF TIE T .: •�® Ili: PROPOSEDC PMY COOSSED COORDINATES POINT POH3TiNo 9 MMTA.E OF THESHEG.LE-lo 9. N ODOR TO PON.THE Ea..PAYEYpT ANO CORM NL CRAMS.POMO. �O ,P 9'CONCRETE * ,Va� _ J ® I AND MOS MD MIMED ASPHALT d H..Z COMRACId TO REPNR NL DDSRIG •. A WALKWAY e a SOU. DYMOEO BASE MM MO(MI.L BRE OR ASP1VLT FENAC PAVEENT SMALL E L. PIF� Y%% FiP 21-06 ICC651BLE PMKING •, e• s TRV ® RMP) SYOOM MM NO BM&1H,.RUR 01N BOPS —._...� ..�^ SMN t FTP22OB SIGN ]. PRIOR TO FORA.NM PORING TIE 9MWNKS THE CONOVCIOR MST COF.DE +•++'--•a�vn!gc,, _ le LOCATION ON THE SRN..THAT 5 AT THE MED ENATION( ) 6. .LONDOPM.B RENOI19MF FOR NDT DICEEDITHE MROUTEYAI AN%CROSSG.SLS AND e J,� Larcnu6nuL SLOPE d 9EWNAs,P.O.PASNNG Lm.AOA ROUTE AND c0xc. 0. g61PIG TITHES SKIYM AL TE SDIWNL Id9 CONCEB SDEWNK WERE RFYO.ID.A - NEW TEE 9JNM WR NOf PERFOMD.NNfPK Oi m�ENFY NL IXTING TRR 10.11015 R1-1 STOP SIGN 10EXISTING DEVADONS AT THE SANO CONCRETE t ARE TNO R7-5R SITOH,NRH 9d 24" WHITE d.. PRIOR O SEAWNL ANDSID CONSTRUCTION.THE CONTRACTOR HA1.VERT.ALL.EIEVATdS AT SEATWALL AND 9DE.. PROJECT: !tit' w-m..... DEGGNERDF RECORD M. ENGINEER OF RECORD DW.�GEOMETRY SHEET MW.SIN BRITTANY BAY PARK RENOVATION DESIGN ENGINEER BPA D 00 R..ww. w OFFICE OF CAPITAL IMPROVEMENT PROJECTS LOOSEST 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 -4-'1-.f.:',.., CHECKER. RA ,,WCIEOT.S MORTAW 500001 NDSET RELATOR _ ARAD Im1220 ISMxR-9 d AI ) SEAWALL TOP EL.S.]0 SEE NOTE 10. BN.�(_)3.JB : GORSE.OYflILOq( ©� CP OUTFALL CCORgINTES SEE SHEETSC-02 ANO C-10 [ LR11 ENGI IRMA RECEPTACLE PAD.SEE WlSCARING PUNS FOR DETAIL BASELINE ON SURVEYa v r Tv , , -_ � elm ANO CONSTRUCTION :C• lsof is r�lrl�_ CIIIIp: FE7 .. ORAFF■C SCALE N FEET - •. • 1 maiI A,4-____'----„,, DSEMTENSNEV C�4 FCR n • nom, ® \ / 1 PERCOLATOR -.1. J #.1_,/,-,41E112:11 5-I 'f �` / CONTRACTOR TO PROTECTT ]� A 9 LJ CONST.J.LF OF 12'MP / y -'B305T.IS"RCP.P E DATA OF . ,/ (HP.NP STORM PIPE BY F57 • >-2 ffi ♦�BOUl11ER5• -PIPE WygY COO. INSTILL SKATE STOPPERS 111 ADS OR APPROVED CONST 81 IS '}•A' M}"PE ON EXIST.SEATWNL AT 36' �,•�IRI OF 12'HP D.C.SEE NOTE 11 THIS 1p // B3CMCN RAO. EQUAL-TYP.) ,� BOTTOM OF PERCOLATOR SHEET m (N t • OFAPPROXIMATERCP.LOCATION AREA(SOD) V 5 OF 1E'RCP.CONTRACTOR EL 3.0 TO REAR LOCATION 811 �z 0 BA.. ' _.,��5 9--1057.PROTOTYPE F1FL1• - CONCRETE BENCH.IRAS1 C DRY SISTEWEtL M see EQUIPMENT TO REAWN C • •• Mil AT RECYCLEYRECEPTACLE � Itil N SHEET C-CT FOR DETAIL P MEd RCORSE EDUCERS TEE W/2 1/2' �`. Imo- E ^Y X£TI.. I15TN1 SHUT-!R LIF.! • LIFId ,11 A � EE SEE EECTACAL PLANS '•L A f x - AND LANDSCAPING PLANS. Ff}l j •. SEE NOTE 5 F7N S-1) 5-2 S-] 0 5-5 S-B NEW I/2� EPOLYEIMlpNE �� '..C 5 SII � S 6 N 55041 3.30 N 550492 77 N 550494.25 N 550E92.14 x 550634.16 N 5.`0631.21 ,: 4� • B CONC 502 1'Q' E 945019.40 E 945039.04 E'945001.03 E 945039 29 E W45051.39 E 945013.90 NEW,/2'WATER SERWCE LINE FOR-. SIM• ° CONST.NYI .- ASON DRAIN BASIN WITH DRAINAGE BASIN WITH 30'ORAN BASIN AIN DRAIN BASIN WITH DRAINAGE BASIN WITH 30' CONNECT TO.WATER SU LY. 1'._RTNCE CORNER. w STUD GRATE STUD CRATE STANDARD GRATE SOUR GRATE SOLID CRATE STANDARD GRAZE NA%DEPTH 30' TD SUPPLv "'�.� (SEE 3.25 TOP. GR.EL(-)0.85 TOP 4.11 TOP 5.90 GR.EL(-)0.65 MIN.DEPTH.24' NNIATR APPLY,LEE .PROXIMATE LOCATION OF NEWIT 2 POLYETIMENE FLP 3 IXISTNC OTIONMG FWMAN EASY IIATCR AWN.CONDUCTOR WATLTR SEANCE TO (S(-OTE 9�M.W) fL�(-)1.82(S.W'I Rte(-)2.83(E) (FSE(- )mon 9(W.S) FLS(-)2.62(N.W) FLS(-)2.65(E) M OS'E FTSi raj ARD IRRIGATION...LOW WOOD POSTS(Yj"MM / PREYEMEFS TO BE PERMED RI W6FY LOCATION CROW iWMAJN ,-TO PROTECT SEAWALL TOP EL.5.Y0 J/ 4'UNE FROM METER.SEE DETAIL :...NO ES: _� ��� ). CONNECT TO FUST.t' v EAST 15"RCP.RACE OUTFALL CO WATER METER FOR WATER ONES SERVICE AND . Y �r OY W..♦ LO(RS DVET.RPE I. OCOORDINATES SEE SHEETS IRRIGATION ON SHEET C-09 LONA. B OPE*010114SI NENfO�NOT IXC®NB TLE IMIORIY X OUTS ID NTD SE � .� 1T�A'+�� IDNgNOWL STOP[ON fWN%5 LOT.NEW NM ROUTE ND MS CONE 4 "'II �I �, [Ff SEE NOTE 10 ALL wALKWATs SHALL HAVE A z WOE FUT AREA ADJACENT TO THE w E.SAL• $ �A� ti \ WALKWAY 1041446 �(��J ATION OF THE ` THEREAFTER THE MAxIMuu SLOPE SNAIL BE TO 4•. I� .R. Rf3A UIQ` l�"� Li��\ 'X'- \ r0 ` \L9 _ 3 CONCRETE WAl!(FUYE ELEVATKIN OF THWnCMwl`ABVTS ME E.VAOSE PAD 91NLXERO.PADS RINI MATCH THE K SLOPE OF 0 2�-,'!?f9•2�R�-� - \ L_ ( \ _ H THE EXENax PAO SHALL HAVE 2 FOOT FUT AREA ADJACENT TO 1HE -;-...---/.. /� Sf PAO THEREAFTER - , \ .,• ... r. 3 3.• 111,1 'F�>,/-1 (9 F�® g 7 1 J MEET, HELY ESURFACE ELEVATION SHALL MATCH ENT.CONCRETENG OR .. :144,4../ �' \ • EAWx NOTED FOUN IN N. NEVI I ., _ L■- S -- V.-m ' �q _ . �` `� L000S UPWA BEFORE ORDERING SO 9000 515190 UMS AND DRAINAGE PI.CONNECT PE FCRTE E AN° ". C� f%15T COxL. •. ''� � N NOOR/JNAa ` MAIYwA .. sL 1.. a ��.5.Nc P 0 10 •2 40 ...NE.40 CONTRACTOR SHALL FIELD VERIFY THE HORIZONTAL�AND THE 1 � .. • -._ .. = I E EXISTING DEAWd.IIEBACKS.AND PI PRES UNDER THE EXISTING 'A' • V.. DRY WELL SYSTEM,SEE E ALTHAT MAY CONFLICT WITH E SD NAGE SYSTEM.THE t CO'.g.a LF d 5-5 : - R ®® ©�•1 1,' / 0-07 FOR OETAL 'SCALE N FEET CONTRACT.9111 STAKE119LOCATOR OF THE EXTER OR WALL OF 111E PROPOSED mg OF 12"HP \'.. iiii PE ANDONWDRNNAGE STRUCTURES REQUEST APPROVAL FROM THE OTT DF MIALI 0 CONCRETE 5-4 I �APPR 11 P SEAM ,ECT WNARA ILL E DRAINAGE SY52u WARN ME STAKED Q P3- 1.'_� 5 9� WNAMAY PM SEE EINISfAPHN0 WNCREIE BIKE PICK THE COST OFA HO REYDVN OF THE OEADMEN AND TIEBACKS SHALL BE ALLDYEO. +�_'.)- WNJLAVY PAD.TYpIG1 OXIATTE LOGIOM REMOVING AMD RERAO.THE EASING TAXON M MBE INCLUDED W fJ PUNS FOR DEEM_ ,g. O'HS'RCP.CONIRACTOE N THE COST OF TE PPE EXISTING NXWAY 3 SHALL BE ADE THE 1. NEAREST MAT. N . CIX/51, ® , ,__.....1".....„•••1...T.., TO VERIFY LOG1K%4;_ 1.ALL E]]POOSD TIEBACKS SHALL BE PROTECTED.CLEAN.AND COATED MM COAL TAR Q / •© OF tY,MP OCOIST;3P Lf A/ 1.011 "'"`IIILLL NBAO(5 fRp0 OPOSED 100010.INSTALL ROCK ARO OR EQUAL TO PROTECT COATED _ �C 0., ,�. 0.SEE CONTRACTOR TO ELEVATOR ORMEE COORDINATESTAKE AT SSIRUCNREESSC 07.AAA S-4 PRIOR TO •. F� Q� / I J 1 I \ WOR LNDSo Of SFAWIILWIFAD MNL�IHAM S1MKCONFlNES Oi M AM r �/• 1l� la EAsn c RU BI%E enxK dMEiI9LE BANK AT NE a A ARiACn`QU1HNi TOR�o lEMi1MPTx a TIRE • • DI CSID -, �4 PIPE sTCEi srEei PILE wAleEi A RELOCATED car To THE aiv ADJACENT SECTION OBSTRUCTING TH'"EE � / .95 LAND) \\\`I .' II OUT ARO CAP COSTING 5ERMCE TO DOSING WT. SEE ATER FOUNTAIN AND CONNECT NEW I. �F] • LJ SEANCE DETAILS WTITO NEW BAOLFLOR AR CWREMEH s KOSEnd2s O T E 2017 EDITION N [WAFT , ''- ❑9k1 A.....,,,./..-•-• � /(• J / �`- AAAA E FDD Sr DA sRanc naxs R D a Caxsmucnd .=. / ?(75 N i ].IXISIISMYEV' RIA'1 NP PERFORMS SG1wN1 NA CUMCId1E SIDE'MNIt ARE REMOVED A AW 4. EW I/2'POLTETMTLENE E CONTRACTOR o VERIFY ALL USING TREE LOCATIONS NEW 1/2'POLYETHYLENE ITr Off _._ WATER SEANCE EXISTING ELEVATIONS AT THE 0SEATIIALL00000 CONCRETE SIDEWALK ARE n '. ORADES PRIOR TO SEATWALL IRO SIDEWALK CONSTRUCTION.IRE CONTRACTOR SHALL WATER SERVICE 2% _ _ • •, CIXKXIETE WNICWAY AIX 0 MATCH E%ISTAG ELEVATION ! ( : VERIFY ALL CONTRACTOR ONS AT SEAWALL 1 0 SO EN EXERCISE PN) J/ Is.THE CBOT 50510*0 04 COMRY WFI NLS 050 EXCAVATION 0x0 RESTORATION NEW WATER SEANCE.TINE FOR 2017 FOOT ST ON SCM21,25,EXCAVATION1RFOR BRIDGE CON ANO PPE.0 THE I Y! Y� MEL 010 RESURFACE(17 PROPOSED ELEVATION DRINKING'DOMAIN.CONNECT TO I _ 204]FOOT STANDARD 9<61GTON FIR ROAD AND BRIDGE CONSTRUCT. LL L THEECONTMCIOH SHALL COMPLY WM All TREE PROIEICnW NOBS LANDSCAPE WITH COORDINATES NEW I.POLYETHYLENE NATER THEE PROTECTION BARRICADES SONS AND OTHER DEVICES MUST BE ROW ARROW (SEE NOTE 6) SERVICE. PUCE PRIOR TO ANY Wpb(WTH N THE PARK. PROPOSED ELEVATION MAX.DEPTH ]8' APPRLOIN.CONTRACTOR LOCATION OF IXIST.WATER I TO INSTALL PER 0004 STOPPERS NSTRUCTONS TIE SERIES 0 135-55 1® CDOROINATE POM NUYBER I YNR.CONTRACTOR TO VERIFY LOCATION SURFACENr N.DEPTH 24' CONTRACTOR TANlE33 STEEL SKATE STOPPQS T M'0.C. 1RAC1ONro WY WATER METER L. PROJECT REFERENCE LNES.SEE SHEET MHM CHAMFER EDGE dMB9ONi OF SEAMALL PRIOR Ta TE 0-02 FOR UNE MU DESCRIPTION STEPPE.. PROJECT: ,i,,� -�u.H.r ENGINEER OF RECCRU MRM ENGINEER aRECORD 5 Dm.,iWR: Draw..No BRITTANY BAY PARK RENOVATION OESON ENGINEER mA 4 GRADING PLAN DRAWN BY 2 C-03 OFFICE OF CAPITAL IMPROVEMENT EEEEECTS ADDRESS: A.MNAW..4A®..r CHECKER RA TN,.101.06,�W.MHA..NADM.LAMW 6444 INDIAN CREEK DANE,MIAMI BEACH,FL 33141 � SCALE AS INDICATED R HAR 01DATE BIB BET KPH AMA.au-C-93.5.9 .w....�� NOdte�TtR NO. GATE %N ON APPD.BY OWw IMMO IMeet 10 d Al .........................................____..._.................................................................................................................................................................................................... g ....._..... ................ ......._r.... ... ....... ............ ........ #...... ..._..._........................ ................. .... ...! ..... .................. ..... .........._ ..............._. ...._.............._.........._................._........_I g INSTALL SKATE STOPPERS UwaTURBFDAREA WE. EA zo ...TsuT WALL ........VARIES IBS.I.) VADA f S ♦ I`FLATMEA "" I D.R 6 _.... PROPOSED GRADE wTd EMn� •. VARIEswDror • ELEV. EXIST.NAL.. I BELOW TOP OF WALL EMT.GRADE 1v .. .. + T ESBT.GRA. GN ........... OAADE� _... .. -- .1ST. — _iiia,,;.,.- ..... 1 2 ........ ......_ ... _ _._ __. ..... ...._.... I2 ELE.NON SHEET BFR"0.90.TO - �� i� AF, - ,n mum LIMESTONE rE 11.110. �- BOULDERSIVO.WITH 0 __ I .,.. .............. .. ...._.... 1NNL �.._.. .. . _... EVER FABRIC PYRI p '�' /J i WIC ........... ....... ... MAL U`���rI _. It / .02 2 } -l .., .. ... ... ....:..._ ........... _._ _.._... .____ ....._.. .......... .............. .........._..... .._. ..._..... ......... .... _____ RACTORTO JL/.. 1 N i -2 I a O Emr.Trio �ExETBa IT RCP /1...I., PRIMO TO REuw SEE SHEET Cax FOR DETAIL OLIVINE SHORE SECTION 32 • • .04TIRB[ RFA 1.111,41511.1E0BEO ON EXISTING SEATWALL AT iB'0.0BE EEST.aFwl WALL • '- VARE A T { EE t TIL4 BElav oP OFwALL GRADE FIEY lfOBT EMT.WALKWAY I 4 I MATCH EXIST. • A eLEl.CROWD _.- , ._.... 2 ELEVATION OF SHEET PEE —O► 4 f PLATFORM SUPPORT _j 2 VARIES FROM 0.90-TO IAP —— _- ®k 4� STRUCTURAL SHEETS : . PFORDETALa EaLD u , . zIC LIMESTONE • ..._.._.I, . vgTERFA1vlE }_:y IMAYN a.. 4.• ': wc EFABRIC ry ' Ii . • ; E s \ 2 t:-p� _NA:4B . � 1 ..,......,..-i:.'.......2)..'-‘,...-.2:‘....-2./.1 _. ' ' 1i EPxLoMtGWTGG STEEL `HE OTES SHEET N REQUIREMENTS. OVERLOOK LDOL ANON, KERLOOKCO. w.AREro.E DESIGNED POTHERS OVELOOK NOTES OLIVINE SHORE SECTION I. TNE CONTRACTOR SHALL HORIZONTAL ARO VERTICAL NOTES LOCATION EXISTING MA N TIEBACKS PROTECTED. T ' CONTRACTOR TO INSTALL PER MANUFACTURERS INSTRUCT..THE EPDXY MIL THICKNESS,INSTALL .TO SERIES 0136-.SURFACE MOUNT STAINLESS STEEL SKATE STOPPERS Al PIHNECT COATED TIEBACKS FROM DAMAGE.SEE SHEET C.00 OR DETAIL. TO CONFIRM POWER EDGE OMENS..O l CONTRACTOR TO C.LFPLI T L EBSTING TE1.5311OR D..PROP SEATVALL IR TO ORDERING SKATE STOPPERS. 10 EXCAVATION.,PIPE INST.IAN.K PRDJECi: ,�',� .4-...... ENGINEER OF RECORD MRN ...NEER aRECOPO. S —OLIN TBE'. Ow.p No ' _1 I BRITTANY BAY PARK RENOVATION DESIGN ENGINEER _. N a- ' �- .-ti IG,. j - -- LIVING SHORE SECTIONS C-04 OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: Bn°..an/1'm.4, CONCEPT RA I,PI NERGP.R:,V.MA w..w.,DN,LVI>o 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 SCALE. ASIS LOW MCNAEL R.,LL,,,,,, Dta NO SET 14.11.1414.114.11.14 FIEM . .:4TTA-c-OH-os.a.D ,..._...L... ,.s _ NO SIM NO. DATE REVISION AAD.ST DOE TOWN 1SM.Ti a EB INSTALL SKATE STRPER9_... ....... .... .. ...... .; B'O. • �C.eEE nOTE iLiMBr EEBT.9EAi DALE • UNDISTURBED ABTA wDTN Id SHEET g ....... .........�._ ._........ ........... VMEaf1T..HI......... ._.... ....._...................._`.... .......V 8 .......... _.__..�......... FLAT AREA .... ! : F • ELEN.aJfLUT I MATCH WALKWAY FEST.cRAtE _- . • VAME FROMSEO'ro� INA SOl...18,M WIN --_ tMAR.� . /lIL �tMAX RTER FABRIC MI . 4 • p MBoar SAW II )11 rH \ 0 MAIN °LIVING SNORE SECTION • INSTALL SKATE ON Ks* ^, KIeT.SEAi • WALL • UNOISTUREEO AREA MTH Uwrer.11M.REA e SHEET.S 7EKET.GRAB ••• g _... / r +vARIES INS.I. WASS ... ...._..... vAREB _.... _. • _ - __.... ...GRADE i._. :37_1\ ._�_ PROPOSED 2OSST GRACM • . 2 MA KDFBEEi.EE /• RE,FRD lro,P ,' ,is oMNwL o.Se ' N \ AsAOOLITIC LIMESTONE ns+rrwrR t1 o Ir ,MAK . An1uAKFILTER FABRIC(.17.1 .. O p Awlaaw ( J I -WJ Z pAIML��St _ ;-2 i i • ,.,'..4 I..J /KISINGS.) SHEET ROA. 1 OVELOOK NOTES- 1 T THE CONTRACTOR SYAu FIELD vERR.THE N RIZONT0.AND VEOTEAL °LIVING SNORE SECTION LOCATION S..TBE PROOTEi.EoMAW. uNo AND COAATEED WITH MI iw n NO1E8 FPO.Rte w THICKNESS).P15,AM ROCK GwnD OR FOOM,TO E PROTECT COATED TIEBACKS FROM MAGE.SEE SHEET C.FORicDEFOF INSTALL PER IMMIFACN REBS INSTRUCT..T. TSTING TIE. Ey SERIES 01nS6 SURFACE MOUNT STAINLESS STEELS SKATE AT Mr 0.C.CONTRACTOR TO CONFIRM C.MEER TO EXCAVATION AND PIPE LOCATIONS SOT L.11..AM sEAiwAU PRIOR TO ORDERING SKATE STOPPERS. DIMENSIONS OF MACE aR-m ,n aNENGINEER OF RECORD MRN E.c,..0 R or REOORO. 5 Damp Tao ampNo.: 4 I ,,,A( -•-, BRITTANY BAY PARK RENOVATION ,i'1PAII RSION EwBEER EPS LIVING SHORE SECTIONS 5 OFFICE OF CAPITAL IMPROVEMENT PROJECT. 0060655. 0...*91A,m,F. CHECKER: RA � 00 Iro,NEROMNAKMK Ww.ADR FLAT. 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 �.e. SCALE. AS INDICATED MICHAEL E" oDATER+5ro5ET M.RN Mom*4710-C-06-05.21p ........� NO.01.5 NO. DATE REVEpN M.D..Da Y: 10/1.20 1550[12d 4e ...................... 9.0'MIN. VAR ..20,_13 . S TE INTO E3OsmNc ExKiING SEAT WALL- VARIES VARIES GROUND(TVP.) 8'0 AND SIDEWALK 12' • V EXIST GRADE _J �� ..... ....... _ BOTTOM OF PERCOLATION AREA BOTTOM OF PERCOLATION AREA AT SEATWALL ELEVATION OF SHEET S MG. / • r- „„ xu PILE VARIES — D aMNWL 0,18 'I SEE LANDSCAPE PUN L-5 FOR PLANTING 100 AREA D ,MSL-0.91 MVO 1:41\+ 2 IIL._... PILING ioSTRigiiurSHEET .. _..... _.........._ .................. ____. ._............. _._........ _._2 NYLOPLAST DRAIN BASIN }i ORADMO ADJACENT TO WALL AT NORTH AND SOUTH END OF LMNO SHORE TOOLED CONTRALTX»! II • UMW 410 (..r.„,„,0,-......, wse.PFFrcm.WM WlwA ) JOINT 1/20 EXPPNSION 8']000 PSI A.G.AVILAILE.COMO I•' JOIN(PREFORMED FIBER 0 NR.MH;,..n JOINT ELLER) vroKrc TRASH M M B'CONCRETE GRADEEO OPENINGCE SPA LOVER FRAME AND �•�\ n RECEPTAC WALKWAY g- min- - -. BTI.. .I 8'COMPACTED ►'1R�� . (:1 z `i ., $RECTION e°secNRroA°Er-°eo '” _ `•,.Ri•■=, .L�a..W n N.AINM�.NAMMX1Aa,L1AN.TLM "L SOP. NM.(..W FWIPNRw.,BMW - .. __ _ _, NOTES: 11111.21 ' OUTLET WITH HR c 4. .wPORMWMN,ARwxm B'WNCREfE I. BEN.PAD M/00010 BROMI ENI91 h TROWELED EDGE. ,' ORKICE • CAP M1EOAwnmow WALKWAY I. 1 LCOORD TE POMP 2. C9 COCTC Ai 28 o tt HAVE A COM 505510 SiREROIO OF 3000 ..r 3. BEN.PAO AND ADJACENT ACCESSIBLE AREA TO HAVE A ' ,.................,...................• CROSS SLOPE NOT TO EXCEED 2%IN ANY DIRECTION. A. SURFACE MOUNT BEN.TO SLAB WM CONCRETE MNODR DRAIN BASIN REMOVABLE OUTLET .n,.ommmaw KarnXEwAMMWAu PER MANUFACTURER SPEOFICATONS. ORIFICE CAP 1/2"EXPANSION JOIN (PREFORMED AIM FILLER) "'' BENCH PAD DETAL NOTE .,.=a. N.i.S. CONTRACTOR TO INSTALL NYLOPL ST ORIFICE GP PRIOR TO WORK MSIDE OF SUWALL WITHIN CONFINES OF WAL SEATL.REMOVE ORIFICE GP AT COMPLETION OF ALLm= a..u.2:1=wn WORK LARDSIDE OF SEAWALL WITHIN THE CONFINES OF TOPED CONTRACTION THE SFATWALL w.e<awmAnu..Pwe•o+Lnra'.uNu JOINT AT INTERVALS SECTION 2721 EWAL TO WAU(WAY NOM(TIP.), ENGINEERED SURFACE DRAINAGE PRODUCTS -- • OSTIAL OF ORIFICE CAP AT 8-I AND 8-4 N.TS. GERERR GC SURFACE DRAINAGE INLETS SHALL INCLUDE THE MAN BASH TYPE AS DOCKED M THE CONTRACT DRAWING AND REFERENCED NMN ME CONTRACT SPEORCATDNS THE DUCTILE API MATES FOR EA.M MESE AIRINGS ARE TO BE CMSDERED AN NTEMAL PART GE THE SURFACE DAMAGE MEET OND STALL E FURNISHED BY THE SAME MANUFACTURER.INE SURFACE MAMAS INLETS SHALL BE AS n H, I POURED RECREATIONAL MANUFACTURED BY MORA.A DIMSIN E ADVANCED MANAGE INTENS.INC.OR PRIM APPROVED REAL. S I SURFACING WITH 1/2" LM1B8A11 _ _ ( MINIMUM THICKNESS THE DRAIN BASINS REQUIRED FOR THE CONTRACT SHALL BE MANUFACTURED FROM PVC PIPE STOCK.UTLmNG A THERMOFORMING PROCESS i 8 3000 P51 CONCRETE TO REFORM THE PIPE STOP TO THE SPEOf1ED CONFIGURATION.THE DRAINAGE PIPE CONNECTOR STUBS SHALL E MANUFACTURED FROM WITH 6X6 10/10 WWF PVL PIPE STOCK AND PORTED TO PROVIDE A 00001 OT CONNECTION WM THE SPEbnED RPE SYSTEM.THIS JOINT TIGHTNESS SHALL 0'CONCRETE OR FIBER MESH CONFORM TO ASTM 03212 FOR PIES FOR ORAL AND SE 01 PIASTC PIPE USING REHIRE ISIS RO RIC SEALS THE FLEXIBLE WALKWAY 00100 ERIC SEALS 5HA11 CONFORM TO ASTM FII].THE NE BELLS CAT SHALL BE USED TO TE MAIN BOOP Of THE ORAN BASH OR 6'300D PSI CONCRETE NOTES: 2 GT.BASS.ME RAW MATERIAL USED TO MANUFACTURE THE PIPE STOP THAT IS USED TO MANUFACTURE THE MAN BMT AND RIE WITH FIBER MESH OR FINISHED SORBS E THE SURFACE DRAINAGE NIE S STALL CONFORM TO ASTM 01.CELL CLASS 12•N. 8' 1. WALKWAY W/LI.T BROOM FNISH le IROELED EDGE. GAVE Irs6"10/10 WWf 2 CONCRETE SNAIL NTE A COMPRESSIVE STREAM 6 Y�I�� 1 TIE MATES AND FRAMES EURNISIED FM All SURFACE DRAINAGE INLETS SHALL BE DUCTILE IRM FOR STRUCTURE0SIZES Br,10', IS', 3/•'RAD/LE 3000 PSI AT 28 DAIS. ���y.F�� MATCHES THE ANDD'AND.THE SHALL BE MADE SPECC SUET,FOR EACH BEN SD AS DRAM BASINSTO TOM CAPABLEOFINF SOM RANGE MAT CLOSELYBI 3. ALL CONCRETE WALKWAYS SHALL NAW: AML I/2' 441111 AP:WAI�� �� CRUDE 2i MANSION UPN}AT A MAXIMUM DISTANCE OF 30 LOADS AS SPECIFIED BY NYLOPLAST.1.AND 15'SWARF MATES BILL BE HINGED TO ME FRAME UGC PINS.DUCTILE IRM USED M ME GRADE MGR FEET AND A SAM CUT OR FORMED DUNE MANUFACTURE OF THE CASTINGS SHALL CONFORM TO ASMI 0536 MAZE I0-50-05.MATES AND COVERS SHALL BE PROVIDED PANTED AW/YP� /% a TO E500 MIN DONT AT EVENLY SPACED NTFRVALS NDT 1001110CONSTRUCTION TW BUG. TO EXCEED WON 0F TIE IRV. NeTAWlN11 /ETCONSTRUCTNM ANT SHALL BE CONSTRUCTED AT 6T COMPACTED SUBGRADE 6T COMPACTED SUBM GOE • ALL P.0 AN1 PT.P PNV£S ANO NICE FMS.AND 951 MENTO T-180 THE SPECIFIED PVL SURFACE MANAGE NET SHALL BE METALLED USNG CONVONMNH RESOLE PIPE BACKER MATERIALS AND 951 AWNED T-LBO NEW SEEGER MFF) 00spsoRST ME BAIXRLL MATERIAL SHALL E MWLE EXERCISE 1 05141 0D STONE OR OTHER MANULAR MATERIAL KEETHG THE EDAREHENTS OF CUSS I.LASS 2.OR CLASS 1 MATERIAL AS DEFINED IN EXERCISE PAD DETAIL MTH ASM 102321.ME DRANDDING AND Aocou AOR B SN BODY WUSACE BE CUT AT MEAGE NLETS SHALL TIE OF MEBTrei TOIL GRADE.OAND NO BRICK,STONE OH CONCRETACTED UNIFORMLY E BLOCKOWDLNB TYPICAL CONCRETE WALKWAY DETAIL REQUIRESGB GALL BE POURED UNDER D AROUND ME GRAANO OFRAME T.EINTIE AL CCONCRETE SLAB RADE HEIGHT. MMUST BE DESIGNED D RATED LTAXING O NGNTO SCRCTCRATION LOLL SOL CMD. TS. N.T.S. T0TE AF1IC LOADING.AND OTHER APPLICABLE DEN.FACTORS.FOR OMER INSTALLAO.CONSIDERATIONS W.AS MIGRATION OF 11NE5. GROUND WATER.AND SOFT FOUNDATIONS REFER TO ASTM 02321 GUIDELINES. PROJECT: em../.4. ENGNEER OFRECORD AOM ENCMNR OF EE &44040LA..0 E: > t '$ . ("'S, BRITTANY BAY PARK RENOVATION i,,� , DESION ENGINEER SPACML DETAILS �RAWNer. NN C_0[; OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: CHECKER: RA I 1nvm21 WISES SIAM FEWMSA.•TLA_ V V IMI MAADI NAC, AA1N 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 r SCALE AS W100 c-1So i IA �,.......,....,,.� No.e1Ns NIL_DATe REVISION ADAM sr aAA: mum I sIMN. l3 a II ST SOL I ID' , WITH COL d6e1.3/6e4 d2e2e3/10 WRH COLLAR j1:4-I+•\Ha. I C\Hae p +'-B•For 121 Pb .- -f eel PM a r-4•For te•Pipe - E li 9'C.0 30' SECTION-STEEL PLATE ^.' J-o•For xr a re Pr IIII "`1:,.,e- •'� 4'-4'FW 4'P e y /gi � ' CLIP DETAIL ■ '5,--.141,1: 90 I/2.PVC ab Seam ] i. _�.�' o _ _ /2•el4•Amor,. 6>.0"Ctn.Each Way PVC DRAW Std Ball SNP Nut -1 1/Y Ban Pipe.430.4 �R%Tal\N (SEE DETNL) •YY-yvv ''" ALL STRIPES 4•WIDE THERMOPLASTC(WHITE) 5/9'Bare.P,s 30'6 �/dIMMEIN 31.CONCRETE .F 6• 1/I �1 WALKWAY �6.250D PSI CONCRETE WITH • _ . pyipe Mal `G 1\��M\// G fieri,D/ID WWF OR FMERMESH Steel PONT I W`�I/ , (SEE SHEET l-11 FOR DETAILS) DRQ TYPICAL SNIPING DETAIL 2 SCALE:1'-1 6'For i2•Pb 1/2'EXPANSION JOINT }'-0•For 15•Pb J'-0'For+C Nye (PREFORMED JOINT FILLER) 4•MUTE STRIPE Steel Mate C-CIT For 241 Pipe COORINATE POINT TTT BLUE STRIPE •Ear 30'Pipe Vert Ban 5 Mate Re. 3.0 `y •- 5'-0•For 4•Pye SP TeMW About I Pipe 1.006211E 1 1 s'-4•For 421 Pipe 3/4'\Anna STRIPE H 1/2'Minimum Impadmenl: 3-6'SOLID BLUE STRIPE standard HOr E00 WATER FOUNTAIN PAD DETAIL s eD.EQUALLY SPACED. Cost In Or Bpoxy oltz Great 0 l+•Hale H.r.S 1•WHITE Chemical Anchor NOTE: C BLUE t BLUE Installed In Accordance MP .......010......''...")."..U.". STRIPE 1 GUARDS TO BE CONSTRUCTED ONLY AT LOCATNNJS ECIFICALLY CALLED FOR M PUNS.GUARD.PIATE A I 1/3. p; 'l �, ' CUPS.BOLTS,NUTS AND 5144445 TO BE NQIAED N LAP E CONTRACT UMT PRICE FM MANATEE 011.0.ALL CONCRE HARDWARE(NUTS.BCLrS.WASHERS)TO BE STAINLESS CLFNIOUT 1 ShEL TYNE]Ie. :S �PWSED / 11'C.0 12'C.0 17 CO CLEANOUMI T D COYERiik, 2 1 n MANATEE WARD DETAL DARN.) 111111.IIM ill P'41O.THICKET2500 PSI CONCRETE NOTES' T. HANDICAP SPACE IS TO BE OUTLINED IN A C BLUE C BRASS0000CCNOur COVER CONCRETE COLLAR AT CLEANOUT SWALE DETAIL AT SEAWALL 2. PMT CURB AND AND WHEEL STOP BLUE. WRH CONC.COLLAR Ars 45 1'SLH/O PIPE CUT TO LENGTH PER I.Ci FANOIT TYPICAL ACJ:ES1RIE PARKING GTA1 IC OEPII OF FLOSOELL FWAS2PC 24'DK FLOM WELL COYER ,•-SO' 1.PVC INLET W,115 MIN SLOPE F'�MEO MAGE ACCESSIBLE PARKING DETAILS f . IB yE�1 ",HA u ft"'imB !•.,lir PVC REDUCER-2 I Tr 8j ^ DlI "` ..I NEVATIOM ro011gW11Ei MF I2t 505613 MS ss.M 1111 ` """�` ...� y .. 1 yi„:.i",3 IT/'�' 50RR5 TA 5 : 1 WWI EDGE 157 55106262 50503200 OWLS 7000 4 \ S9 NO. AMONG 0051150 OSCIIIPIpN IM 5505%.53 945162.21 EWE ISE 55101159 945001.94 SOL[ I� FW� �I•W O�®� IF /e`1 'J4 101 55021236 9651141.02 SW LE EDGE 230 55059594 945116.03 SWIL EDGE 159 551113994 94500922 SWLefWF EDGE 104----..*:. e(f x62 943 55094230 945033.35 S 425000 131 0651.92 94519466 9040 EOM IM 550945.62 915011.03 lI?P/C CONNECT.TO DRONING L^ '� '1'' TWIT EIA[ FONTANOUN LINE 'e 7Q� • O O tiD n 103 5503425 94499926 MIX EDGE 131 5506512/ 9451494 66.EDGE 161 55091360 34501900 OLT EDGE _ 100 2'+ 194 55014113 9431.42 SWL[EDGE 133 550205.21 94511E46 SWIM EWE 161 55092301 M501323 5WM MI FWFF6T POROUS FLTER 1� j Ii®�-O(® )3't:LS 105 5502%24 94500595 9201 00E 194 55016214 94511119 5WL2 EWE 163 55032439 94502122 MY EDGE FABRIC WRAP 1 Eyy'W� .6 O r : ITT9 IM 55039660 994M37 MAP 500F 135 550763.71 9450M21 SOT EDGE 194 590901.24 M5023.16 SYMME I'DIA.PERCCUT7ONHOEE yyiS,8.. 0,,,,,"----"..4. 076 1 102 550315.66 945002.29 MAK COM 136 550364.05 94507621 OIL EWE 165 55090343 94501737 OUT EDGE NNOCN OUTS SCORE AND 7 4 IM 550316.52 P.E05 137 55212255 94512219 EWE IW 550I92N 94502147 NG N/END SWAB NNOCN OUT ALL HOLES "2'li^P... BEFORE WRAPPING THE `•1,1,,' y'.=dr. MJ:.h1,. ,', a 109 59436473 9419931E 5W1.7 EDGE 138 550620.94 M5058.93 MOTEDGE 162 550331.34 945003.35 FLOW WELL WMTH .. I 550367.0 9494113 50410E00E 162 15043562 94509461 SWIN EDGE la 550341.69 90499626 35 MALL LANDSCAPE FABRIC. 211 55038643 9499951 SOLE EWE 140 910007 59 94503666 50016 EWE 169 SS303143 944993.24 U.500.41E 41'20117 CLEAN GRAVEL FWBP112C DK FLOW WELL SQUEAK112 55032719 900551.94 SWL[EWE 14 550915.56 915059.22 500.4 EDGE 170 940.99 90494516 0050041E BACKFILL113 550103.M wUEDGf 55040244 94504.49 BEGIN/ENDOW171 55112180 944575.47 CLSWALE 114 55040626 924999.2 143 55943701 945121.71 1014 EDGE 170 55117070 941515.% 4OIN/E00SW400 NOTES. 115 SSMI2.>0 4061x/Ex01W1[ 173 55051140 945943.4 SWAM 116 5501%.94 91196.51 6GIN/EMD SWAY 145 550914.76 95104.41 5V.EWE 174 55063476 94501563 CL SWALE I. ORDER FWASM MTS WITH FW0424 BOTTOM. 117 550196.64 94060.52 CL SWALE 146 550913.21 945096.59 MS EWE 175 550660.37 105011.60 CL SWALE 2. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 110 550295.65 MO74.90 CL SWALE 147 550961.75 545105.71 500!0 EDGE 176 550763.24 M501219 Cl.SWALE 3. WRAP FLO-WELL DRY WELL WITH FLOWELL FILTER FABRIC(RIFEST) 119 550164.50 946263.4 ¢SWAIF W 552161.94 915947.61 Sw25055 110 550114.10 945031.10 {9M[EWF 149 551007.75 945062.23 WM EDGE 121 55017939 94505667 MIR EDGE 150 551002.32 94507666 SWM EWE 122 5504 5W 7.25 54506505 MUT EDGE .M E 151 551039 64506451 HEDGE NOTES: FL0-WELL DRY WELL SYSTEM 123 5504910 903004 SW 0SEWE 152 55133025 945056.0 50714 EDGE 1. SEE SHEETCO3 FORELEVATKN POINTSLOCATIOMS. N.T.S. IM , 550194.49 945003.21 5001E 505E 153 55106553 9450466 Swis EDGE 115 550530.21 94510152 WO FWF 194 551110.30 94500566 MD MK 126 550517.72 M5111.29 502 EWE 155 551064.34 945057.9 5.7 EDGE 127 59055551 945123.52 AVM EDGE 14 55104.47 945031.40 SWC[LOGE PROJECT: ,t',� 89- 0N27 ENGINEER 00 RECORD AFH ENGINEER OF RECORD. 5 dWex10TY: Dr*.No,: BRITTANY BAY PARK RENOVATION 0*1000 EN510093 BNS 1 • 3 CML DETAILS -O DRAWN er. ; OFFICE OF CAPITAL IMPROVEMENT PROJECTS AD°KESS' 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 0091005: MCHAELR]URS ER DIRVMt eo BET .. F9wlw,w:AMA-C-05-070w ..�e.e..e.-rte SCALE. AS MOLTED 62051945 NO.0110 REVI91032 APP0.IN M. 0012110 15090 14 0 45 • • • 8 1...._.......... ........._ •6 ENKT.SEAT � 6 PROPOSED GRADE WI11 B EXCAVATED AREA FOR 000RIC 2 BOULDERS k PLANTING 2' EXIST.WALKWAY (.)/s 2 RADE INSTALL ROCK WARD HO.OR EQUALNEW CONCRETE 0 v MFR.IV NI II. - S\ AS BEE ACRE-TON IXKIING TIEBACKS. 0 COLLAR SR 0 PM'I C_ 5.` A� NEW 12.HP OUTFALL PIPE '•:,.,•!,,L'...„).‘,..': ..,.-1 DIST.STEEL SHEET EXIST.STEEL TIEBACK )4, DIST.FILM ST REWIN NOTE:~ I. TUE CONDUCTOR SHALL FELD VERIFY THE HORIZONTAL AND vER ,141 WITH CL LOAR EP OE THE IL THIC DFAS).IN AIA ROCK KS.DAn EXPOSED EBACKS SHAL BE PROTECTED, LEANED A D COATED OR COAL iAT EPROTOXY CT LO MJTIEBAC.INSTALL ROCK E, O/S TYPICAL EQUALODAL, i PROTECT CW1ED TIEBACKS PROM DAMGE. OR - — BECTpN AT TIEBACK PROTECTION `.' t I I 9, DOWELL IS BARS INTO ' ' EXISTING CONC.SEAWALL •• NOTE. I 12 I 6' ,�' _ , - (Si moot.i0 BE PANTED AT THE ACCESSLE �"- ! / ^:,� '/ ... n PARKING SPACE.SEE SHEET C-02 ELEVATION AT SEAWALL-CONCRETE COLLAR DETAI • ,• CONCRETE WHEEL STOP ACCESSBLTTY SYMBOL EXIST. CONC. SEAWALL TOP ELEVATION 5.70 #5 REBARS LIVING SHORE AREA-�` � I — 3000 PSI CONC. (TYP.) 36' FL (-)3.39 12" HP OUTFALL- 1111 #5 REBARS MANATEE GUARD. , SEE SHEET C07 • SECTION AT SEAWALL-CONCRETE COLLAR DENTAL PROJECT: ,�',� u-TumA,w ENG NEER OPP®ORO AAH ENGINEER OP RECORD S OwK6 TRW D.... .I., BRITTANY BAY PARK RENOVATION oeslTNt ENGINEER CML DETAILS C-08 DRAWNBY NK ! ADDRESS: E1VANIO21 BOSET WAN EADE RTIA-C-OB-I2EWR OFFICE OF CAPITAL IMPROVEMENT PROJECTSCHECKER' He,sum. LluL WnCm FLRIW 64441NDIAN CREEK DRIVE,MIAMI BEACH.FL.33141 SCALE. AS INDICATED NOBIBBS w.w.......�,.o _ NO. DATE REVISION ARO.sr OM 10/1220 IBNr[is N u • BNL WE Ir • ( r �" •J' w', NOTES; WILT ...0 0. C p %. : S f I 11.12um E n..44 OF OF FeWM WNW I832*3.&DAPPES OF RI Ear Ha 10. -. . _. FMN OBSTRUCTOR«.1*12100. _...... \^, ki 2-.LWO P056PO^ SNL DE 0661.1.0 1 ITE 0SEOW100911IY 100911P.AVOW.M l0 E WMDI OL2f WIRDKM 11010 AS 12MNEO Rl 6E 6FPARMM. ROIIS£1 REWIRE BWIUM CY/R'.SAB- PROW.WOW Y. INE ASSURE,ONL 1 Ra.Ub N M AL'ISAW WAWA WWII 4 INC 00.1141. COG r a-.0006'1001 PPE SWOE SAWVWI(CM.Ft 2W,O FOL.)ROMA F6 O1.602 CE PLAN VIEW PLAN VIEW OOTI OR CA VALW�Ra.W61 unc1,56E1,PPE WO IL.RAW emo, ncon RNLI TO MICME SUR«M CALWW¢m CORM RTW. 1NE 4)26144 S.IEEE U114.5*1,0E0 WO L01610O6 ACCESS 101 E WWI. WD1.TB Pq.W:B1DSla PDCRS PROM BORON PRAWN AWYR.. PROW./MEW �""'SRI mU1...... MOW/WW2 r.D....SW11 N:17WRLL W NMA a 111E R=RV PPE WIN IETMS. mw •• . 0480 war IMP. SW Ai �, .r «..COMAWE AW Wb OD61RFRa SPtt1RNM6 N WNW WV YRNs,PW V.6 WS ROPIER N 11171 E / •,.:.,.� 1-..1 11411111S 0180 St WOO WI NTA PLUM 4 U 241E Ram LL`.EE .f ( ' -1 R-.N1.1BUE?DPD WICWL 11.4101.41301 FOR 81403MO S.W.SRO Pallas. LST L FII 41 51 / F�A OWIll dss1 21180 R)I IME UAWEI PAW bol-COU MOP UJOHWL)N ACORWWDE PRO L F -A •-•:' III M1E ROW t-NPM.0,W2.YS SWI 0 TEND WV WO Re/111 M.O.mWM INE 00^.1101 X010 •nWlcmrl OF ua W aAPN6 41m CI'. I -CNC EW 1RN I r 1... _. %. \...p®�� _ limemmmummusim 8a., NEW 12•E.W. • — YLrzR — L WILT �:b i::r cRM Ic ELEVATION VIEW (4)AOR 1. .,.1x16.. „A..�1x:,N.BLx31 ELEVATION VIEW 2 ... PW .INP WDv. I 1 Kowa W..' .WW _.. •1 .. _. wa MR ,w.) • 14,11.81,1 I BIH-P.-TRNST - SLS - .:u.'� . a...,1v. xwa POT OWL 'Ws WI 010Z SPX EMSSW A now ,.:.41.OvN+01 TT fir. 00 WP I q I.FII 1ff. R6. F Y Q. RU 55061021 WEL1111W STINDARD O E`l L W S 13311-281 0PFROO1RlSTANDARD DETAIL WS 65E LA[ 01000L.b 010000R0 001014 �� /00013 REDUCED PRESSURE 000E 6/20/20,2 FA )EDUCED PRESSURE ZONE 09/1012 I FA REDUCED PRESSURE ION[ BACKFLOW PRIVCNTER 4.1 8 ccccBACKFLOW 4.1 8 BACKFLOW 4.1 BFOR WATER SERVICE FOWESEWCFWAER RVlO0 3/4.TH.2' WO 10,5 26-'MAU Br Nm 215 _ ES- Nor 345 NEW WATER SERVICE UNE FOR DRINKING FOUNTAIN. CONNECT TO NEW 1- -Orr POLYETHYLENE WATER 'j� NEW E POLTVETIPYLE E WATER SERVICE i0 HAVE A IFJJ{E MINIMUM 20'AND WO WUM 36'VERTICAL COVER. • DRY WELL anitu,SEE SHEET C-UT FOR DETAIL CONST.1'TEE W/TWO CN NATER FOUMAM.SEE ELECTNICM- I/2'REDUCERS CANS AND UNDSCAPNG PUNS > CONNECT NEW DRINKING FOUNTAIN TO x ' NEW BACKFLOW PREVENTER CCNNCCT �� .STALL SHUT-OFF iNE.NEW WRIER FOUNTAIN TO DRYWELL. VALVE . «e ® RRXUTION IIA..SEE SMUT L IZ • l,J,�fOR CON6NLWTON IND M1RMG NEW 1/2'POLYETHYLENE INSTALL SHUT OFF VALVE WATER SERVED I.POLYETHYLENE----vv... 'A'IRRIOAOON BACKFLOW 6' ... CONC.SUB S; PR�NTE0 - NEW BACFLOW 4 B CONC.SLAB PREVENTEA ASSNBLp,N D4 NEW IEZT SERUE FA.N.NECT P RFE WATER SERVICE TO DRINKINGFOUNTAIN REMOVE E%STDA SUPPLY 4000 POSTS(0) ova. .AI - - MATER SUPPLY 8010 100 DMNK 0 00100 N LP T.RATER LOCATION 1OF 3 LINE AND RRICATI flACKROw WORYy 1 MRN.CONTRACTOR ... EXIST.i PREVENTERS T TO RE REMOVED TTo D yEDGIWN WATER METER NEW C DIP LINE FROM METER PLAN DETAL AT WATER SERVICE PONT OF CONNECTION PROJECT: ,i,,� sowcovjI. ENGINEER OF RECORD MM ENGINEER OF,RECOWe: RD 0 Ora., .: 0^. •A`I'V'' A ^;F:14 I BRITTANY BAY PARK RENOVATION DESIGN ENGMEER RPL DWARI BY NI = CIVIL DETAILS C-09 OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: CHECKER: RA 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL 33141 �Bcw�112* F- _DOlm21 Mr BEI WWI FSmom•TRA-C-DB-IZO14 TROT us.a.Ave.A...Cx.n.v1N .�-Myr SC,V... ...ATE° NOAIea .i DATE REVISION APVO.NV OMP: 10/12/20 ,BMW 11 W u 600109ATSPOO1IS NO. NORTHING FASTING DESCRIPTION 550212.26 0504356 46514 CURVE 550211.91 915030.65 MI RACK 5502270 *5015.0 EDON Mpg 550220.45 9450/091 EXERCISE PAD 550156.91 9499702 BENCH PAD 55026)42 9449961 6(01 OHNE 550311/6 914999.74 EXERCISE PAD 550334.55 9(505.4 (11)/4664 CONE 550353.17 94502375 NACU PAD 1 55036166 94091“ (10/5(414 CURVE 1 NOT USED 1 550411.11 94501420 ENO CuRV1 5503614 944612 420/914N WLXWI7 14 55044.93 945063.19 END/96614 CURVE 15 550467.34 94506.46 BENCH PAD 16 550511.12 9451003 ((E01/0E PAD 17 5561.65 94509353 E30/11E.00015 II 50547.50 94511131 E30AE41N CURVE 19 550590.51 94511.4 616605E PAD m 55060.6 ' 94531513 EN04EGN CURVE 6 21 506270 45134.4 PAO 12 54655.57 945119.17 130/41411CURVE 5.54404E 23 550691.51 9451619 END/1461N CURVE 53019.6 94509.17 110/5045 CURVE STAR• 31110T11954(94 COORDINATE 24 PEN/411/ • 25 550729.91 94509.65 1140/SEGIN CURVE 71 6 5 2 e 26 550753.39 9447160 EXERCISE PAD P2 19.4 13 4 2/ 5505192 9450703 END/SFON CURVE • p3 15 5.3 5F` m 5506.11 94509117 BENCH PAD • 5 • m m 5501010 I 6200604 CUM 17.3 53 9 COORDINATE POINT 607X.6 30 55013.90 640./5604 CLINE CENTERED ON 51/5 '1 5508134 END/BEGIN CURVE 76 6 3 64 i 550323.43 BENCH PAD 71 15.33 5.3 15 33 65010)4 END/1144 CURVE Po 1/.66 13.5 I6 IhVIII 34 5501070 END CuRvE 79 7.7 5 16 • • _ 35 55041//4 020/1644 wL4W0 710 15.66 14.58 19 36 55063.39 EXERCISE PAD 711 15 5 21 # 1 SIpEYIAIN • '" 712 15.66 13.73 26 �' l) 55015.6) 94504.61 BF4N LUNE 4 • 36 55043.6 4510.55 OM CUM 713 IS 5 26 344 55052.27 945115.55 99(510[730 714 15 5 32 39 50907.39 94507.73 651905E PAD P15 15.66 13.33 36 40 5501356 945096.59 4411 NNE 716 6 5 356 41 6023.47 4509511 ENO CURVE 717 19.66 18.83 39 (2 550935.55 4509717 6(05 CURVE 424 54971 30 34510 11 BIRCH PAD 716 15 5 426 TYPICAL CONCRETE SLAB DETAL 719 14.66 13.9 44 xVE A.Ts 43 550994/5 915044.15 END CURVE 720 13.66 9.16 52 44 551010.41 94506.20 OMIK151 PAD 4 55131341 4506.3) *Om CuRvf 721 6 521 4 551035/5 9150564 090/5E0N CURVE P22 15.66 13.83 56 42 5514120 94504713 E20 01/910 P23 15 5 44 43 5510716 94505.45 4N44PAO 724 6 7 504 49 55104.34 94505756 114146 0491E 725 6 3 58 50 551209.55 945060.6 E30/5(04)11112207 • 54 551111.0 94503657 BIKE MU PAD 51 55100.6 94503513 CURVE 52 6105.4 94502624 6X11056 PAD 524 55149.01 945012.15RAM 2 7614 NOTES: 53 5510964 96009.2] ND CURVEI. REE6R TO SHIFT C-01 FOR COORDINATES POINTS MO CONCRETE 9115 LOGRONS. 34 5509914 4501437 IKON MINE SS 55034113 945615.4 R 56 55096E91 9440 1[ ENERCIIPAD 52 550939.4 4419.36 BEGIN CURVE 4 55014.10 TRASH GA 720 4 5508219 24 943028 6s 640/86414 W1WA9 4 55034.4/ 0300 37 040/BECIN WLKWAY 61 550533.75 05132* SE0i6 CuRvf 6 5465.35 4625.0 444 CURVE 6 5505465 9440.54 OVERLOOK 4 999.0 144S41G2 PAO BS 550414.4 4494.0 66 350191.49 _ 545003.71 0.434E-0Ll 62 55055.36 0504437 PERCOLATION Ga 55E655.36 945044.37 PERCOLATON AREA PROJECT: 072_„„„•0 ENGINEER OF RECORD MI 6144666 OP RECORD 5 D.P.414: .° I ]- h '' ;„..., BRITTANY BAY PARK RENOVATION , ENGN4 R OF E C B7� j )1,.:/1,........A I _ ," DRAWN 6.. NA 3 COORDINATE POINT TABLES C 1 0 OFFICE OF CAPITAL IMPROVEMENT PROJECT$ADDRESS: 0460464, RA .N.Y40040 58 w49Ao�FwIN 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 - Arai E AS BrorwTED .•0X0756 H5RTw 01BID BET 14.145, au-0-0.4-12430 .... NO3166 0610 ((01, DATE REVISION APV,.eV DON 161Ym 1614E 1B N 46 / I. ,• - sari x;'-r r,, r4,-'--- .---•—•—•—•******.—"---"-.—..-- • �• � r o n m 40 ..1 ' i I 1 r `1� ,�ra�„a4:•y �,,• `+^*=}''.i1F>m • ..a F •••'' i ♦i•t ,.I * 'Ci 1WE IN SIL `, _ W( l •• . :.• * ffi� ♦*.OL —• 4(19` r• A • ♦ 3 Y. z a 11 °`'` _ S \ � ` TflAIIIOPARi pp HX1H ^ °. § 5 \ \ —3 S B':� CHNN U K PENCE F qe } \ - , f z- x • . _ - , C — — r MNCEI I SILTY ' .. e I►�`�.1�-,'itIf rIy �x a. • 1..°.. . ° w�1A01 TUN®T nYmOs TYPE�I SKT '1. _ iiiiko O 2 ;� a • CY. L�,,,a pizo..rTo PEMAR1 PENCEJ.,...„,...„. �"1��""'t'= x,mpm..NN,'�..N a.ma: :rawory„:�mm.rw w�. : . �.rd.come.,�>d.w.x.men.d.,ve,;w. Warr MM OIAR warru...rza,aru.as•Yroa•al.ri.noM...mH.vdrec°a. —OROV TR.[i ° �� U.n.Fwwe,..m,......u,.a,l,d.ur..aam.nnwpm m.o.tar ru.xr°um wee,.+dM y1H ORAR o etImpleca•of faostruelen andonl,*-1 NI..Me.,Ow,. it h = \ OHiw u.mu ame.m. ux rNr. Pme+Om rnmun wd.•wm r...udm. STAKES PER 0A.£ F+a.mm,urww.Nrrwaw STARES IMRRE0 pAPa.u.wf ro rrw°,m.uwx,. a... .,.,mrrmm NaNN m.waw 1pt� ..E, .. Comap SOIL TO 5n 1 Ft010F1012 EuRiM FABRIC-w PREVENT PPS / MiSEDrNAEN \ RCw WAWA TN YOIIEITJWAiFR ' ap Mr•w ..>,wa<. L,]CMO Iu IarG,ea¢°MEI NiFrtNM OARff m.. ome,,Nu +wN.M.M rw.+,.r.nmrr 9PEGiDC.APf11EwDON 1O:5 100108 R NEI PROTEC1gN IS APP ICAEOE MERE4000 • •n w�u.rh cu emv 10$KMOD OF MIF,p8OIECTION 5 APPL400IE wawa M FRET ORAOIS A 00ATPf1Y RAT ARU.(MOPE NO w00400 ^.Jnr....ava+.4�af.nnrr.ururyre..ee.,,w,m wnrwmn..er+V NET DRAINS A04 FUT AREA(SIEGE'S NO GREATER THAN SA)NNENE SHEET OR DMI.Ym PONS(NOT MEM!. THAN SA)WHERE SHEET00Cr 04 ORRIARD mows(ROT EACCEONO a 5a MIT940 ARE ENE CO.41.-OK YERIOD SHALL NDT mows SUCH A5 PLY I I ' o.:.a,,a•..�..uw.,..,,,o,y ..n..,..,u d...,,... m.. asp c s)ARE 0031 ME rER..,*Kt NOT AMPLY TO • .. WETS REDVANDI MATED MGM ERY.ASM STREET OR N.91RAY MEDIANS. I 011 MglwAv I S.. rrcv arcvm..am.w pia,.try at wm w vmu:men...mrvwp were. TR rmea•amarvurw...n v.u.Z::'K'Mf ^em.:mrmn.mnrv�A,Hn.e•mr.JwM evaN.N m .a•a I LL TWN.IN....17M 1.r:111:7m,urv,empmx war ti.P„ma.1 mmuM.m.wu,Ow l NHrnNMpnr rnwtwcrM.aa•. LAP...CRAP...IN :L.: LL5ED1Mt.NT..F.ILIL'R A HP.,L[..DRnR...gD[HF_'Y/z...�1L7EA. c 51DN.ANn .ELIMFNT.0 LIRQL...GENEBAL.NQ._MS yy�PN ” _erwy.,...SITE EARTOWORN DETAILS 00.2 RY: �� Si7E.EMRNVORKOE'iN1FOOS SES9 %.. SITE EAAT1fWORK DETAILS O03 SES10 '.6 ERDD DNAND.I F rROL SES14 Powuc Mows enunrFF_.6.p_I�� BURLAP DROP WET ESgKNT FILTER ''''?"." -`,-n.-1.7,'" w . E:EnH.ltrTF.S ..�.,.... ......-� W18N.E DROP SGAROEM FITTER . '^.••• ^••-•-. 1 PROJECT: 111141 E00_0oRram ENGINEER OFRECOROJEy_ENGINEER OF RECORD S Drawing TME: BRITTANY BAY PARK RENOVATION DESIGN ENGINEER 2PA 4 EROSION AND SEDIMENT DRAWN B'- CONTROL DETAILS C-12 OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADORES' CHECKER RA 1 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 -,xcwcErnmmtor OlKaw:1 MD SET wr, Elbow..4710-C-0E-12,1, I.O,xuRNx maw!cwR p.cn.LVI. .ra�w SCALE: AS INOU IiED NORIESS NO.DATE REVISION AGPD.RY DA.. IMMO ISR..I. ,e or .e _ Flindt Bollard Type SC GENERAL ELECTRICAL NOTES: ELECTRICAL SYMBOL LEGENQ • LIGHTING L cananaNuu EMLT ION 4L R...AS PM Di M.PATER EFECPCAT0N AO Ca. 5O.AP BC.. .01'...01 ....aa.. 1IW CRIBRIA MLIDMEOT PTLFEC 10 PAP.AD E-PAMN,L.LPG 0 eacntrx EOlILA, LWiB P.M TTS E.MAN.PC...NEE ....".'""".%:::".:t'''..S.,..'=""'''''""".. P.L.ROAD 05.D.P.ETC A Moo..UE M PIC. OA n.Wao-18aa•eRR I NT WO ..it I.BIEL Loa T N. R A N .D. .N 4...v•STA.MEL TOR LEIE CR CO..CO..E EN+exBPE ' i.' A NR N.10TGPGM MICR TO IAD.M fdIR CR.41.1 UMM!OWE AG MOS.405.TED Ia.WaR UP NE RUOL. • Mil BRAID LM .amnl.Oe.•n•e PUM ALL CPNEM.0..0 MACNMIA T H CRCPAL.10 DO M.L PT RE ADSIED u RED..DOM PAT YEN M.1Ni=OIMI RM.N P.Mi..Y OR PEEL LA IUCOP...5 NRH+Nw W AN AVM TUT IR.RE RET YDE PR WON. LET OR b 1 •R Si4 OFoR.5PTfLLATON O EN... 0 mRG POE 11PM TO Le RED.'m 4 HEEDED TO'E AREA..LA. .,OII0 M PMWGSM21YD0 RE .liefBLY ARI •iR0*00I.OAY AO DODO aMUTR AD ARE NRRi S 4LUORC NULL E FERUMMGT A LIM®CONIMCROR N A POTDAM MMEIE AOR C BEA 8 +D.IleMCP�fC.R R!lODSE bRI..D.A MRER AD OMR.. TREED O RELY CPRA1M TO M POEM.Or M 00..ERAL ONnt•LTIOR MD DOWER ALnon ArAAR rare gn"m' • N M CLNR .L AC.SIROAN ILL LABOR M1EOTEY1 ...AnO 6vBP. R1 POIM LF*E1E TUNERS IRE NR 100 005101 00 410 ML 0T.TIEMIT1000 R w NenRRFD E ewREcnr BOXES & FITTINGS 1 w•e Eumr WALLA.RM SCI 5L 5R1Dl.ALN PLORDS E ON IEEE 001180101 own.Al cMC.3m MPA6 AO.......LOADNMP800 OC9 N]RUL OPERA.• au R. • PBFCRC MCR INR CORP rN1A1 CGTli UTIM R.ORD<UADW CODE 20r1.Nv4 101 TOM MEM P.I.IMO 0001000 11135PA8180MOS AMMO RT ME CODER 0.01P.MIP LB.TOR.10•MR,EU,NPA 400W•....OYO R.I.TR PROJECT ELECIROXICALLY TAM ALL C.. NAIa. PllrHaR.N CODE IMT). QJ JNCTON RON MEIER I TACMRKICRNNLL PAT PR.110..1001100.851511..110 M RQRC. PIM TOASA 1ti M 011 DWOMC11 I.TM ECOPRA.CR MAL E�»DI APIA1.41 Pt Da ]e.0.11. I] 1411 EOAMMDM MCDIrzDRMROR,RNC ' E EI141 lcV.A. ;COMM AI eer TO MOAFE END EM� REEPS OF M IEGM MOM AS LIMA ASO. G.41 NMAO M.MUM NULLwKAU®I 580151 1051=MOM 530 M MR. ' 0 100 ocar LP Xperi Type SA&SB ERRI P Yp • RmNOInM axR•ea S.1818810 0»[10 PR De.COML. °Em l PANELBOARDS ETIBI IAIDN 4L PORED DRAG R..CONFCT08.ETC.hrJAPP CCo1ONAT01 MM OILER M PRMNYILN P.Mal N 41 ERY COATS POO FM YEE TRAM• M M 41fORBP,sysTDMR6n1DI00100010l OwLl0001000/181IuxI4TIER UD NOLLE » OM MN 0600.11 PROPER 1.1.MOM,d ME PLCUT UM..ILCM. FOR LENIN OR MM.RAELROYO.REI COREIW IE CIRC N M MASER NULL E IVA.ED 51 M COPRAC C R MOP A00ODrtAR4 NTALR N YYIIOY.WM M NWPACTI ERI REOM EDA1084M 5tcPC45 1 ONIIC TO TIE GM m uo m� h1.+r••.. wivJ•sn.�Psu o• ... gag Kum aim us - -- a 1ERrILL DeB1E+.NM AOARG+M4 PtAM PRE TO IMT FAeecn01RMrALIA1Vl n.GEMMTORMAL..NNLL NM RM IMEOORDOR 4 TO ArmME NS TO 1.AO MP MOTORS & CONTROLS MOREpa.MATERIALS 40 FbRER.fLMRKrEMMr0CL�DOM1 NM M. 40 E 4l IE Et'I •r 6 WAD LL IR3•M1MD LMAMRACE EFOR1 ldERa WI MIAWTwcf 41 OPIER tLGRE.408'Ta¢G.Yu1DE0.PRL R0#E.E1CJ roRErK1 � N 41EAEI01L EMRMY N01 ASPIELD,PLL MD 20010.1005410RA 5IC INK!.E ROTE.T 0 PRIAMAMUR LTM.ORAE YD EEVAT081R PR'TR MM.TO PROTECT MER10 MEM MN•IMMEO LM»AIT,TOM PLRM.MOW MGM PYELO OT KAI A A ® MOTOR MMIC STAR. UMW FM'10... MD.P.M COMM MCIOn. PMADE OM ATO.ID FE 0WM.00011 AT ALCOALL IMMAn01 MaT5.E00l1MGWNRLp Ei ILL MACE NERAPO5 YO 0412W4 MD OEM!.BM NULL E Na,RED...MATED ' TO4OMAM ®.ME MO&OM WIG FIRE MAL ALL PEIMA11O1 MAL mEOMINC1rc4 ITEM MN MA MO.MER RPPEENBOAM4 WIRING 33.CONTRACTOR NULL MANUA A COTIER ELM of PRFOR MA.41 M.S.MMC 10ItO . D. RAM..AO PIN.CFOATRM M PL OE COML.N ELN TIENC R ADRLL RAMONSAT M COPLETOl E M 004 MMI050CR MPPM1CRACTL PIM•MT OAMUAMEM TOM 101ER1110 IR.WISE AE OMR 14S iW AE a. COAG WALL BE MO.N MRRR RMB.CHEATED COOPS YE TO EF M. 01RN REPROCIME FO....A..1.I N•M MILO E E.DRAM AD MOE IMAM A-L1,5.0 ECOO M,.40.14 Dab ER N,MPR AID OAR ✓'AA M.TYCORRAC+CR WALL EM EKN.041. 0,MM 4L OM TMD.AA MI AMON . MEL ND.EO. TIMMIT MIER b MATOO RMPR .. M 0420404 M CR11NE PPP MI NI S•MIE401€5.MI.RMS.201010.DMO..Fid, R NM EORB.IEEE.vOLTAE AO 800 CNMUCIERSI0.EIC MlOM M 0RERG 0 MR 0 N��M'ff40*�MMMKCMMIMI 1101 CCMR[iVIOYME.RMTCE FOCA.A COprt RN WC..MOOR MEWED N WM.AD PRIOR TO R01O1.N PR E..SRLED OT OTEIIONTTYENMER O MY CGAER OR MEMO.T le BE.110 4ORM COR CT. M....11.1...........AO PILL EOMU TO EE 43411.ST MITI.MR.AD MED i 1. MAVE OMB.MR CRI+MED/..0/..'118 PR EAG AD M.MET O PER. P SAD MAL fdPGilpIMroET WAS.Or OYgICOPMCTge MODeeR4UR MIT. TEMA.EMI.moR TO SW Rat.N.NEY Y.YD NUNSI FORM TIPS MIS TO M.g it..EOM.TO EMADE>WM•MMWLARE.FOE ARC PL.MM.N CO..NM MOAN IIMMOT EE E.AD O.ECDR.MOW. PM E MR EONM MEG E5MM ®I 101020 T PRTE 10.PROTECT. To RRrsor.•Raw NA III/04 MMOM004 RMEE AT M 1511881 LOOM. 11 8*MEC,TO050OOR.WMMR�IE420 OO M ORM,M.O PRA IA SMARM FOR SIZE R COMEGT0101111.EC»R3.1.OR 04146E ORM.CPM1RCTIOI.5 ISL AI MP 01M 09001ST O.DN C.I.T.CALTERATION MD OQ4LOI W CPPAT01" MILT LCGI011I ILL LINE 511011000111OU11011 TOM EEM 31 000l54001 WML PROM.FORD FARMS CCR T.5.4410.O M DMWNFA:UIY AD R 011...RLLCe®,EC.91410E GAM..11114 5®PRwr04.001104 COOL NMF IP ATP.TO.01E1MPEROMI4G QMYOC WRIIWiHIE 111840000 PR MTAM YD MTARTE FOR M OR'NBPAL 1004108 FRE®0. It CO1RC10RNULL MWT41M warms MO Mel 04M11 A COMM MO MM.OT•TR Tl 4LROSE1.18 NOM}MM.MALL E PMt.T MAI0LR,PIE MRD M 0 4W 0111.ALL PNY.O W1TRC10R ' P!R+AVANT S A.,NULL OE MEP. II4L1GW4L.WALT.NRMIMIM LIGHTING FIXTURE SCHEDULE A NOT..ME P.142101.41 TIPS 11810111840040155 1 w®IMun VOL.MOT. MM. PROJECT SCOPE OF WORK •1180110..0 LOM MIER POE AI • •LY %IFR L.LI Mrs NIC BMRLID IT ve APG m •MI(LTW MMRA HMI. lIRUDPG TRAMPMEI AND NTOMLC.MIUT:,RCM 11.6 rascraca.ECM a FDIC POR MY ProKI 5 LOIN. ECM.OR MOOR.DRAM MM.MOM,N CT OR O.LOOM.MR IRO • •OAIP RIC LOC..ROD OLLMA=PEEL COAT C.MURMUR MEAL.LOME M L0111 MEIN .1411 LEO It P0E•r I MI0A40 Fn+M5 LI 5. .0011 .Rola 1400.1..... 411.1. LEO I MEMMC Nine E'd MY m WIES NELID.MO.E TM R. IA GMM..004070100 - - • T. PR..AP MITALLATON OF.POE LIP RPM AO RELATED MM... •0100010 MG G4y.=STEEL.01.OR 9111.1.11 METALLIC COON. MM PEER MRRIID TI GY[ m EIFCTxsL EOTIBa.6GTC.ODA YMCOICI01 T)RMN •00......41 AOM C MLMMRM)fa LID MM.501110E CM FG MTEINWL E N+4LW AARORO 51 NEC CMEMK101 Mr..10..5 MM.1114 a IOM ORIEII MIMED 4 M0101LTTPE®IKIL.. I. ELE1Te0/1 cMECttM TO.ELEC.DM COO8e m IMM F41ETT M1106EE MO M.ERE MM.TOMER s 0.14•S%d, BID SET This m Na.been digitally staged 01-29-2021 Dna.edea by Rene I.BneulEo.P.E. :+ n Met date.pE.ant to Me E E Panted ed115 of thissigned documand sealed not considered Pynm Dna Fent G.M.SELBY,Inc. te, ,;• G'$ and the aynatvre must be verified INC EA0 11 s, R en ono eleotronc e GE-0/3-20.21 'mA:1°m":01111`• ems. IM,A,D,ss , Au. ,.rol R•-e,R PROJECT: '�,,� 1.50 ENGINEER OF RECORD T•aeM r - M.MI MINA °, z 1-�A `' B BRITTANY BAY PARK RENOVATION DESIGN ENGWEER _19091118 of RECORD GENERAL NOTES AND •,-Y: DRAWNBYSYMBOL LEGEND E-10 ADDR0SS: )1nN.MAAsosa he OFFICE Of CMETAL IMPROVEMENT PROJ[CTi 91018118 -6444 INDIAN CREEK DRIVE.MIAMI BEACH,FL.3J 141 OP 5.11.110,90.0.0 M 3 „eINe.w.n,.e•�s.,.ww.e...L.nlN .._..,......-...._,., 00x0 AR 190010011 No. DATE REVISION Pao aE..z i DAN <e___ ____, ,.. .... ...,,,, ....„._...,.....s.,....ii:,........................i.:, .._...._._........._.........._...................,.__.‘..-,..•,:.,.._.i.,'..._,.....r.::i ..._..._-....-....1.1:-. -....--,-... I -......,• ..-- • , ...., ......--...,:. - -•' -- .-,--c-,-v:, , . , ....u........._ .... ., ., ....-4itttarac.,_;a:,-,..."-..-. .- :._.",...,."... ......„...........i..4..._ft ----- ...-.--,....._..___.:.-.7,,..,,..7.-..t...„...7.:-:171.,,.,-. ...4,,,,,---44. --",,,,-.‘.4,..„,Rnii..',..--,..,..',..4:;,,,,::.‘_-,-.44,..,g,...-,E.4..... .::.:,,,,,,, Zi,4...,44.-,;;I:,,,,,,„ ,„,,,z.:•.:...!_!..,. .. ., \ . - . ...... .....".:..."_____ii ..,,,,,_ ,...,... .. -.... ..... .- . ‘ ‘ .-, .. „. ,, ,...... •,..___..... • . , o/-® ___.....„ / ................ — , , ' '' - .---.--.-..- .•• ....--, - \ • . ., . ...„._ ...,.. \ , , • - - e-i9 ,...„...... -•--- ...._ / , ..„ ............. , ,. , ----- .--A-1 , ' \'1.• ' , .„, .,,,... • , - . . . ..„ ......'s'::::lIlL"-------..... . ..... ' • ..--- , ,.. ,. -. . ,- , .„,,,,. '• , .. i '7 •Vr.--LiI.:,!i''.? 4,,i'''11'1'.., .,- t , , . , —•--:',..:".4,....:.;':i',.: , ! ' ' . o/-'2' , ..r • ..,.. i —...._-----..„.,_ .i...., — i i • I i ...., . „........:., ,. ., ...,. .._ . . -......, --- ” ._.„.. --.......„....._ __. ____...... .„---- ... . -'... ''''''',.....•...-_ '. f --........ ..,..,. -;(' •"'S. .:'.• ......'" ,:., , 0 EDP.RM.MIER ND LOD CCEPPIT PAD MOPED , 1 . ...,. I . I 1 : I I PLAID IWO-NM,LOBE FIVINES MB DEBBEED I‘ I .---. --.„.- ........-- .....- .1k_4;.........1.-,.-• ... - ar)j --j.. • . -,: -- - , — ? ‘• \I I\; .1_..4.a--7.:• .---- I :t gr'1:;4i':.' <> ® OD'PrOO.11'LD'EC''.1/P.'1N5O'.OT7LETM.SiW0A.T"IZ".•VO.. - .-- - T.O-.. : . "'' ' CT'"'""4ICEBTelB'eN"E'D'TA'V.7e ''/ . / -- -. ".- l % rO2rDE*0 . . . . 1 x , "..: „,.. .-•"—---- _ . ...... / :": / . , ....,.. ..., / , 7, , ...„ , / - • . , .,. . - _._.........._ s:--- ... , • ,. , ...•.. ....--" _ • __ .._ . ,. . ' --,.... -.......- .-.' /PR O,ECT: "'„.... 'I ._ ,!.........i.l:„...':.i..:...F-t—:../..:'•..: ae-mpoun , __,_.:„.,,Em..N.,C,_A.NEE_ER.N" ...-.- ....s,'..i".,,l,Gl„a.i,.,tEE1 t ooPneinn°nrVi,.,t.h'emited'e'Am'a'DBe'oBIddI.tPi'Yl.)Ieh•"syoBYdr'l"o.DencEDMn.'LE."EN'B,dCOi0o7UtRo,ELlo-nTIeCI,d,2e0OA,4E,,NL.,.0rd2,S.d0.I..MT90Ed.P..E IP SLh.•e4O t PmtIgll.. 0*S M11B, 2.m.D.._.9ao-2 .cl-E1S6„01e,-.6..1TEc.12 1LNB..M1 020B-202 A 1BRITTANY BAY PARK RENOVATION m. N __EohROFRCORD E-2O.E.. .g0.0 OFFICS OFCAPITALIMPROVEMNTPROJECTS 6444 INDIAN CREEK DRIVE MIAMI BEACH.FL. 3141 44 a 18 .n4.E..„.2E..c..1.n T4. NO. DATE REVISION _.•LE ALI BODATED • I • 1 a ,� ._.. f :`0 -...6'-.4,-,R.-), y 2c�x r Y'"q' h OIUMIC 80N.E N FEET • s �.+ O Ir 'i. a ,� a \\ N • m "-......_ .-. .^+.:: to n>w I� 1 — a a = w LB- M O �I 021EL 0 PIMP RPM.PARR PO 1.0.0 CONN..PAD POOPED TROAPOPIER PAW P AAD 1. AMR,D PL2DITKAL RAM.' �c'c""°•*. ..kN-+.1..�..ne'� ' .e..'-s��# C 1,. �/- ,t fir,... .._S I a m .Y Poen W.reaeennofISPROMIRCAL AWAY PAP•I OF I a.GMAT exrae • • Q `Iffi • m ,d.a,.Pm�,Kr,a E I K;: • , • v"'� t P ,s,_.__-___*•• e.. e.eur•a.w I s t �\`` o raaa or wo caau mwPaE am / i Imo" r: woI'.rWMNCOMMA PI=OW ---' 'E....u: ,..,. ;. F ;_: ..✓, ♦ % r- ----`- .Y •s:p:g! .•> c,mPrx2A 1:.S,® ."'“:•''''''''''='...V..........,..—,.-..,,..... usRi Is q a e ® a a s---' s r q fi T v i 1 $ b -!-"--•••'•••G. $ • $ • ® xy : a_.:::.s--- 54 _.t._.. , y:.�{ r4, ...• te 1 Nom. A._' 1,,:k,1 �, C:FIa �1' T - :% .'1119:,°••*.' tatr� c� av�r-. sem iR ..A $'! .,. • T S" A ',�}• "•9P_-';'�- w4,1r'S:1°•6IRRI. "i 1N{A 1 t JJJ v. '':'>''' C v w „ rr S ` g�a+}Y'-5' g ,I,sa' a`ty a a'`x5,.• a I'�, � ( x s.a ,-,..1, ti,') + �'ibK '" '� • r �S A AA $ r1 4 Ra m la #° I� ---------,!•3;;;,,-,t \ v' I a Y.uE a q • a I • �'�s• a a • !Ni l e CkC / a 3 q s " =r: a 3 $ ' 1 •,l , E y n i $ • a i,. BRITTANY BAY PARK t Label Unita Avg Max Min MON* Max/Mn r�.xr�' . =w.W"-}+,c ae,Y: /' y�..,( .S v ^• -r,t a :.. _ - a q q .. aP� re sro 5 z� w 233 ��yy�t � di-fes", a5 •' PARKIN 1e IDa 101 U 3.11 171 '.'x_g -I•yf 4Y.�f• -•"ih.., �J0 • I 4'...... \ $" @ I,.. P4aaWKb 7�x , l l"SISIT1t'"' f�$.,j*yy v`"5'•tt1K - r. 4 ..�- _ ,e 1 .S t.,:',t IC 3N IDl 06 567 WDl N ♦)v7 jp l �p ® K4 13 µ �:; C , # •uiJ F G ,.,....r $ q$ a) q Y •4 a $ , a $ ® I tom' a :f q 1 x • 0 to 20 40 a A� - _ , t _. r%1APFIIC eC.V.E N FLET , w.. BID SET Oji ,rv, A )i--- .4.017-41:\ ..d.an..e e aro. ei e. .- .aev Tn _ 1 * :on'tn.dot.eaiee.m Ieetin.:•' 01-29-2021 ' * sort v lased signed the*wind ,-G.M.SELBY,IRC. q _ - ✓N' -,.._. - Q' PrInIW tople.Of tn.document era 1•SS,O �NCi C ont ty.l.tirons Mt d ....5:)Ae'P EA1'•NEAJ .�--•� •- - _ ~_ „ 070.7071�fp,N„i xsw; anE�ne.Irnatur mu.t L.wn.a x,R,a°v ae'"�' ._ in. 1•L PROACT: ,i',� ENGINEER OE RECORD ENGINEER Of RECORD d..«q T6 T a.M- n. a ; ? b I "1-1BRITTANY BAY PARK RENOVATION DESIGN ENGWEE6 _ 97E PIAN PNOTOMETRiCS b. r w. CHECKERRAM E-4.0 AD0RE55: 1.w,A...,A�.. OFFICE OF CAPITAL IMPROVEMENT PROJECTS CHECKER 8444 INDIAN CREEK DRIVE:MIAMI BEACH.fL.9�tAl — .. .. SCALE AL INDICATED ran.m.1e�-E-I.o-x.aet«.eio n..nl ., NO. DATE REN&ON .PP'D.BY OM..01.13.fi]0 18M.t.96 of IB PANEL:H e0WE 9.4014 G0RRES 4D•.SRMJLLI MR El AIT MAN OR OEAIQR eE.YaR RUED bDOO AIG uD LI61®PW M44-)105011. MOW,3FR,AY WALE ND. _.?4-4- Fl,.WIC61 MOOR KEY NOM: CIT.IMRE CO.SKR DEW. LOAD v-A SEINES SNR.CC.YRE CET. �.� �. _G. V Oj O NTE LDODD..T ME ' eI FOOL 1.' O O= `•' x Q cat FAO ItlINL BEI`"TED inN�SOURER TO I@w°ate•raFlE.w LOS 111 SHE LB+uINI.EMrN%TNI!)4 s 1 KTK-K-K /,.(y�1 • e w• s CONTACTZ 10 ,.AII I �''1 I .1 r 0 51050515 ELECTISUL IMRE IEIER TO RENEE SPAM 010 4 .ADE S 1 .A¢ 2 OEM f____l F- -1 1 f- --,1 T- -I I. 1 I Q DOOM ELECTR'LwImuLT r0 eE ADtt.ED IP. ` .ADE D I f \I I I IJ I III I I IIII Q EWES ELKTRUL BERvcE HAN•i 61 TO SE RESvEDSPACE . D .Aa 1 /.A¢ u S.._..../ ,'y`'1��I I I 1 Q maw ELEcnaei eERrcEl1w•iatrd BE leE>�En. E .. ` RACE M I I Ll J L__ J J__ J --l_ _J f Q DOOM S1.oo41lTOMaetRro0l Im9KJ. n SPADE ` ,OWE 0 L_ __J J T p EXUDE TRuxrgpfRxcaoue.oueP.Eer NOW TO BE RSV. CONNECTED v-A PER 0 )RM ME 10 CCNBIED LOAD: 1 WA I l.`-® I Q MIR RELIT USW r0 BE IErvfD L.AP/p• TOTAPS.PER 0 S S I I f- l Q EKI51MS GREW MEM TO Se NTG.ED 0 MERU,6lCRY-11.MR FOR re uD cam NEe DOME EEINPE IAN FEEDER TO BE IEtl. OI REFER TO ELEM..BOE Pl4I"1H:RDIK FORME M9 CODIFY WEDI 510-N� r ®A M 0 odeRD tRAAaDReRaEDER r0 BE FErD.En. I I O NAI P0.EbAM,SOWE 9'NOA ATE LOnNi COR4CTOl CalAll 10 BY POTOc6l Ia/ L___J ®SOME 1Rb0ORBE ER caaun Occmc-cT FEEDER 10 BRE0.EO. I- J 0 105100RELAr WOW FEEDER TOSS RO.1D. PANEL:L eouPEIr1RAmDR3DEYTXcwPEREI0.B0.1EDCM?.NIIIEAI2RS. 10066 AEC p ®Ode1M0 CRCGO CODYTOR TO IE 11000. 40 MJLT S uP PRRNRT Gram CIFEKER OP110 WLT,70e,P NCGOARr GFO4l tlIEu2R MD MIFfOAL 6KYA 1RA18(!AE! .....,TO p0SFYAD..w11e 1.Ca51m1XA!Yid ION.DANS ....... SM A%-)E R.9R 61. NOM 4-Hcf EeTYR0e el�pllCNlE WRIQ NFD. acttum oak aER E, GAD BEIEe ELECTRICAL RISER DEMOLITION ro`70 0011101 NRT:leMUMSSr NOGG �j L0 S0 lel TOWPCNYCNdleSREETLKMS,F. • O8 n ELEGEM la) wEATIONmFmuLEIR m 0i 0i i I o ELECTRIC EARR CWLeeKRM WAGE S EP. ' ADE • .4E I .4z • .Aa t , .a Ab fd4CIED 0-A PER 0 MO KO CONOCTIED LOAD: MKNA TOTAL APIPS.PER 0 1 1 _ - 0 11199R11199RrO EMRr.1L SITE ELAN.FEY ORD FOR 111E OD D..111 EE I K 0 n o Eizangch,.RI6ER KET N0IEO . f____T o o Qi DdsiwuEcnauLaDe:.Rt LATERAL RN 1D ILOmAPGMiR UD LI4rt FPL Pb NOW INENMER I ('-'1 11111111 11 , fatdlBE Pb MOOED IRAWPOdOR IEMTMRS F>al31ARA \_ / I wenn ECOPPER N LEM./I ra urt. e.e1EwINLLwL1bE Sea./ Li F''I I I 1 Q3 DIEM ELECSY LeERA4 rt'IER. AW1NKi l,$B+, _ _ L__I__J _._....__. WCNova. p) MO PUL 1r Aro stom&ease.New 1 at NR.12 unsAL rotE1ER I CI 0 x.?e TIOIaaF Fal/penittta rea.Ru1 0 lEIP0L t. TN 4101E BASE ROOD ELE1ATw CABLE NM114S.1•IL 1 0 0 .... Y-0'x4vD. Ei.CAS11BIAGTE c 0O04RDI WU Ar 5500311)i RUDE DOLL 4244.OAKEN 51.1. GM:eY.R:IND OITPE.MANI 0 ......... 0 e +a R 044111)4 0Y rcrDlA:la TIM COP. I EASE NGw EIEvereN W di RL/5.42 COOLTORT I M:En ©MMnewas.L coma TORc1M NM. LEON SO 70 ARES...+dNla..lr i1Fl%ANYSAYRA.W((0104704)51 I .1` WADK 0 RBI LOT10 C1a11 MS NO COWL. talarON,BEERG1040( IE1ER 1- -J Qe KV ELECiRG wlRc0aEIRYRw AID CDAxrt. 515451000awLUDE 46000 0 QE wagamotto coutaateus10444",E144•42 01 0 'v Ex Nm' Aa^L iM ai hicA C .mC TIY :0(.• .nw E0111 SIF4#!NA o 0 0 tam.,YEID LOIECnate +r '4140.YWIMY4NNW 44 00,OCm leen <T wee.,050> M ,rn mov•E4 00x:4406 Q MM camp.ELEC1BVDE Caartat .1.10110Wffl@1q}NeTalt.,1NF4C1(!AY 11F 1e041,l {w"1n .4 O M . t T INS THIN COFFER NN NN>EOLL£MP.e fOgO. ewe.. :R4000 4Ia. aV':A0. DmnERIR NED CONFenw liGo.Dry mwdr0•:e} :.1000,-1NARD,MF4444a„ .a en.W 4.t.,As vl J,[Wed u, CABLEP048.i•I IBM LOR]ED FIFLTR�EfaDYCTLRRNNVA uaWTrO No v1-x GN eM6deM4 CSEaE.MK OL ELECTRICAL RISER-NEW WORK °RE COPSE CLAD COMOROD.ORO.ROM TOBEeer4LEDA • INR:4014514004.auxeM 4+r G. Ott PER 15515E INTA Minn 9WlIIE�GR]1D SO,D 0017010001001100. W.'APART N AGWAY REA MD PROMOTED ST e ...01 r4:w nirev'tY CaNOTOR Trrc CHER GOWN 3en OI R,TAR COMER N r RES CaCu0 0 l 4 40 19 MI TRN CRPR N3.4.RBA CO011. T^•"P Oe ,,fendeT0fl4 MR Bea,'..00150. Ory 10...10 pM 4146010 .40 COOLER MIME SUS mato 21.150,0 rr 4A1ll WOKS ec...AGIoNno1 I P 4l004 WMB .0.0L1401 PME1 XNAN COAT SEIKRRISERW ER OL OE TOM 44.0(0 1D STEEL COOPOCR 444*IR voRot Or4 RTR PIPHROR MIT M% RR 111re 4•448vomerto,d 844xx,,74 4.1008448P008 ) PETAL SRIF PAM®LII TAG OCASOP SIN00610 TO A M.O.E'ASO..CRAM. ..N; 4m.0005ri,10054^4(14 M++704 M •Y7 155111 110 51005464500 TAP0001416 007.41.+170 II 9 bl.07450011 06740 DJ 1114 00.01 nn.a 2'011,r4)Nr 000471 Q 511007T00044O4401011YR•0u0000(D r001000 ewp4 00,0 -S a i -NS.aWT:NY)cTERMATio M:AO n I O'TIEci Rrt01IT MLL4ATLN 00001ER ASIW X x4 ro0S44O1454a* RN44NBN Seed.,1...P4P edNK; NN AGAR nm. CAICIOR •� __41_4....-- �LEO 4FE ND SW 00..1111E Sulip RAlO 1BU 4C,ae WADE 50751155 STEEL M»A.m+M.e. RN)M ceella d PINRmARN va,ormed 0-es)AFun Wu...004v AR.. 041141911 l STERNI WHEAL 011426/500 v '---\- --\--i M i 0'51-1::,11=1,_. 1<NESS BRENARDM 4RD WR 10.111141 MINTY. ALL SE 31 WADE - RI1e1ME F BMSBCA MAN LOS RSR L \.0045(50. 191141UNEOSSOT +,(y''� ONE LINE DIAGRAM-SHORT "\,ANDIG�L1OE CIRCUIT ANALYSIS BOLLARD WIRING DETAIL E,yli:wlYRR "a" 'o BID SET MrB. IIITN®Eor STOW MIR 10011SYr1EY[ ��� wE eedeE E)Re,,"..I9Ba.lu t.nr1. I I 01-29-2021 -- R on Ine ante adjacent to the seal. C 04ntee 000**01 III.44 5.00 a 'a,'aG 404 c0nv"MOSS signed ane.Flea n 41 A,G.M.SELBY,Inc. and m..iYTDwTe must be verified mamma orroxia 02-05-2021'1�i,Mix.,iNF O 40 ony.501001 007.. �R%MLS TM 1 DO)4141-6575 ,�,,� ENGINEER RECORD 1 F U I DITO 424-0110 PROJECT: �comau.r ENGINEER OF RECORD 0..Nang TO, D:emmY Na. a z { BRITTANY BAY PARK RENOVATION DESIGN ENGINEER ELECRICAL RISERS AND E-5.0 } \ 1% 1�...xJ?� �,5 am.et PANEL SCHEDULES OFFICE OF CAPITAL IMPROVEMENT AODRESS: PL.33141 CHECKER' F , My'M1rT/A•m•F:F Oneme 16dSE-E-10.0451 5.1.f 0.1,46444 INDIAN CREEK DRIVE:MIAMI BEACH ,151 FUI.R .u,.-:rri: SCALE'. AS INOICATEO N0. DATE 115151051 APPD.BY 0.0 011-12-2020 knee 47 el 48 _ -.. , ...,.....-,a F.__ ,„,..,..,...„. ';s tet' .,c. .+x«u , ., :, i i �;iv.rare.ua(e, : 1..51:77 ll ......,,., ___. wa, sea ewr i 464.4'' ip �A lis a :1'4,1.1 K. imvv'- .yr q 4fi ems,n" i II nsx., / rvu.a.1"/ Z ' i!i il.. E`Y I�Yw t H . 1, \ 111 1 i1 I h1 .Oc{: ra'1- ,I I iI/ _AI it z.IItJ ""''' .ys "' 6 Etta$ „..,,,, '4 A i Qr'. I we. °y'w:A,'is m, 0 snrems4. LnXP[RI LED CLASSIC STANDARD LIONT FIXTURE DETAIL 1. L Y dy Dt 1Ay E„ .,, i 1 we ..e,Q.—r--K..u.,uMti ,. G ULL�Si"u.:4TYdL$F.. I: ..,41'n ...,:4.:JL_ ;.,...14..x...„.4.04,1., GPidfi ..R � •••• "6 "fLIDHt DE'rAl3RD 1 "T'-�'- •••, ... ` •,�,••"••••••••••••• _...�.. Nu»ven,.e,awrnmwc.ru STL1 a.r� :. INI '''. FMf 19T:A SMFE ._... IMIE ttRR:i LF31{i€ENdi3 ._. ... .— ."'"?.',°"':- .,,..........«.,._,. uramu+uc.NeaO.n ,115 ATL`. I Fen.— i k �T i rip .. ,:5:_ ... .,n ,o�,«,. a e rsDc'm'5° .'ur saL WA tnA.yy 6611 j r/ � / nM4«Nx. I 1 � I i E(}' i I - � �:,s 1 �I .. lifeR L____ E E'EPDR, VGI..FLf EMEn1 NSTe.t TALE ._... :..,..'..r, -:::, 1 ..,.._ J ""”' Fuu.ew werrr<v:,. SILO ,.a:4,,,• BID SET s R item hos been°." "F £ Itlemdle Remt lBe eFeralE . 01-29-2021 :I*t * Printed cool•s of this document i•.i.•,.Al.i• ore .1$ -G.M.$ELBY,Inc. O-OS-20211SisD ,,zpdoe .Myeoke0o.eev... aAIIILLIS me t JIIY1116T R m eee-FTIS Pro ENGINEER OF RECORD �. 1 ).t 3 t PROJECT: ,i,,i a ''''''w EMiRBR OF RECORD Dn rq C Drw^Y M.: "" 2 BRITTANY BAY PARK RENOVATION DN ENcf.EER ELECTRICAL DETAILS ADDRESS: DRAWN� E-6.0 1 OffIC!OF CAPITAL IMPROVEMENT PROJECTS4�.Nw.— , CHECKER oilen.7 a.-c_e oi.. aE Il 6444 INDIAN CREEK DRIVE.MIAMI BEACH,fl.93147 ors F icn SCALE: AS INDICATED ND. DATE REVISION APPD.By Dat STRUCTURAL GENERAL NOTES: ENGINEER.DESIGN AND PERFORMANCE CRITERIA FOR OVERLOOK STRUCTIFE(REFER TO CIVIL DRAWINGS.02 AND C-UN FOR OVERLOOK PLAN,SECTION AND AMMO. INFORMFION): I. E NOTES SNOW DOIDEPTUAL ENGINEERING DESIGN REOUIRENENTS FOR DIE OVERLOOK SUPERSTRUCTURE (DECK). AND SARSTRUCIUE. THEY DOLL BE MOTTLE TEL Y ENGINEERED AND DEMMED BY A OELEMTEO ENGINEER"COOED M A PROFESSIONAL ENGINEER IN THE STATE DANIDA RETAINED BY THE CONTRACTOR. ENGINEERDELEGATED SMAMl LL SIBI F ENGINEER. SEALED ENGINEER MLOILATICWSNO PLANS FOR THE SUPERSTRUCTURE Aro NBSIFACTOE FOR OMER AND ENGINEER OF RECO.. E. THE CONDUCTOR SHALL RETAIN A GEOTECHNICAL ENGINEER AS NECESSARY 10 PROVIDE RECOMMENDATIONS AND CRITERIA FOR THE GELEGAFED ENGINEER'S DESIGN TO SA USE Y THE CRITERIA AND PERFORMANCE STATED HEREIN. GEOTECRMIML INVESTIGATION AND RECOIfMATIONS SHALL BE SIGNED AND SEALED BY IRE RETAINED LICENSED GEOTECMNIMI ENGINEER IN FLORIDA. JSTRUCTURAL MOINEERING DESIGN PERFORMANCE CRITERIA TO BE SATISFIED BY MLOS EWIED ENGINEERING DESIM BY THE CONTRACTOR RETAINED ENGINEER ME A. DESIGN SHALL SATISFY THE FLORIDA BUILDING NDE(LATEST EDI TIM) B. LOADS SHALL SATISFY ASCE T..,MINIMUM MOMS FOR GOODIN./ODER STRUCRWES C. GILELRAEI SNIT COMPLY WITH NFU IOP-LIFE SAFETY NDE Alq FLDNIDA BUILDING COOS D. MOWN FLOOR DEM I SUPERSTRUCTURE,DEAD LOADS, ACTUAL WIGHT(20 PSF MINION BHICEVER f5 GREATEN) E. OVERLOOK FLOOR DECK LIVE LOADS•iN PSE F WIND DESIGN ON OVERLOOK STRUCTURE SHALL BE BASED ON THE FOLLOWING CRITERIA: • ULTIMATE DESIGN WIND SPEED,RISK CATEGORY II,V ult• NTS POP COASTAL EXPOSURE CATEGORY• 0 WITHIN 1300 FT OF COAST INE,NCL G. BST TRUCTURE DEEPFNNDMIOVS WALL SATISFY COMITY HOMING SPECIFIED. H DE LL BE SIGNED TO LININ LATERAL DEFLECTION AT TLP OF SUBSTRUCTURE OR BOTTOM O DECK TO P•LATERAL IN ANY DIRECTIOK OPER CMOIFINS(NOIMINOSTOM EVENT);J'MAXIMUM DIMING NINOSIOY I. OL SSI E MERE IS ANY LIMPETEIT BEARING OR CONFININGSOILSTRATUM FOR T.IMPOSE OF DEEP FO.MAIION SUPPORT ABOVE!nOVAPHEL EEGNELEVATION=(•)11..S F 1•I•MOM. DELEMIEO(SPECIALTY)ENGINEERING DESIGN DNE FORMATIONS SULLNOT AGORAE THE.IS ANY STRUCTURAL M CONFINEMENT SUPPORT FROM THE EKISFING SM-WALL STRUCTURE TO REMAIN. J. ME CONTRACTOR SCALL EMPLOY A SPECIAL INSPECTOR FOR THE PILINGS,FRC K. AAO SEALED FOR ENGINEER CALCULATIONS NISdwLETE F IMTIOONN OR SHOP DRAWINGS FOR ALL COMPONENTS M THE OVERLOOK. L. ALL OVERLOOK PLANS AIA SPECIFICATIONS MULL BE SIGNED AND SEALED BY A PROFESSIONAL DELEGATED ENGINEER REGISTERED IN THE STATE OF FLORIDA. PRO.ECT: 111111u-aaATwr DESIGN ENGINE ENGINEER OF RECORD TA op..,OF IRECOM S OFNM9 TYW: MmHg N0.: BRITTANY BAY PARK SEAWALL REHABILITATION DESIGN ER T� A STRUCTURAL NOTES S O 1 DRAWN FTC ADDRESS: f•aTR+'�!A—aaa 03208/01 BD BET fYrUE:4715-S- OFFICE OF CAPITAL IMPROVEMENT PROJECTSHEfMER: U SMI NIRMANA.NNNE 1MMMAo1 n..•N 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 •���� ...POI F. ASMLOIMTED NO. DATE SEASON APPOBE 000: 101020 I SOHO 20 03u 4 PROPOSED VIEWING PLATFORM ,...... BRITTANY BAY PARK :.s �. `•C "'�..� l for MIAMI BEACH ,; ,......... .. : . T. 4 'a a '•= .vc ,1 Ac.----"" 5 � : E5 � : �$n` "? ../.:0'." DR. ?395IE h fie " "...... . '''. .,,,, ;t 'yak . . .a- ,- ISOMETRIC VIEW NOT FOR CONSTRUCTION' NOT FOR CONSTRUCTION' 4. -..:: '.. .P• °OS .. :..,.,.,.: ... ... ..... .... azLMm.. itC,, dS,ED Ree1 ..... __1SP4FAU ROTES ..._.-roZI Poo N �. . ^ .` ER' NDtf re,W,w4 .4V4.'..,r''''...'•44...."4-.4.-- .4 THE DES IDR OF TSE OVER.. srSUCTWE. �,�,......,....- .... _._...:_ ... ... 'L :.• SA 35 Wu1 ADELE•• ._, i , r . n . a r n .8'.7 FWnMTfpIS INCIWEOfN OYRS ]01.] ED F0AND THfSHALL BEFG DESIGNED OTHER (DELEGATED ENGIMEfl). 501, - - — LGVLEPTS a OA:.7,7ED EW4 REPRESENT ,. ...-,... �_. FLANS MN NE r—x----, :,_:— .. r ITJI CpIVEY r IHTfxT . •. —�. OF THE PRDIECT s SLOPE AND 450 PeOTQ I. i 2 3 MEMBER SCHEDULE IEE'THE!........a C!'"EPIA I DESIDN 1. .: ..� � D. s 01. ME NEW DELEGATED L .s .,..- P' ENGINEER restos ANO FLAYS BY OPEIIS •.. . ^ b_ SATISFY OF THE CRIGfN4 -•' cI = ;V.,RENEHIS A•0 TZ ..• w• ...-� SWERSEOF THESE $TflM,'IIWIAL COxCEPr --Pre..--9l _•-, -'i 02,5•0]f Sµ NT T 2 3 ,+••• IREDµHEPEx SHA vEWfPEPPOF ONAL ,...,---....,,e,.-)..-- OZEN TS OF u D EN , Puss MALL ALSO . COON 01 1 — —- EIMtNEEN ELfCExSEDHETO]PMCTIGE E NI IGE IL ' 1e�: 1 mxrin.cr�n o�Iworm�irvcarP..croa. i- _.� -DELAS • . DES.IBEDED MEIEM ISEDEF!NEDN A S.21T TO I, MIS 13] � THEFt.,. I. •. ..+ h i ADKINISTRATI.ICODE. 1. fMlNF N 5 DESION DEM. BF OTxFPS�LOFGArED iHE PERISIMETONE A. FOLMSTIONS /B'TIC.` t BE f AAO APPROVED F 33' SEPARATE PERM T. /1\ :.z) gdB \3� DECKING SHALL BE rum EVER MAIN : SOW% EDGE; sr.. SIAIN,W -` a a •..••' • *... EDGE BOWS,OR XCEND TRANSROVED EQUAL. SPARE I) �IV '. 0� j �J�III .. Cf TY OF RIANI BEATO DESIGNATE DECK ��1� CH^r A PILE SETOUT $TRUCTURa1 SET0Uj L y IAL "'encti I NOT FOR CONSTRUCTION': INOT FOR CONSTRUCTION I' o.. ............ ••� ® a IEEE) eaE I" . w. .1 ., - , ,.. ..» Y.ts•7W• �1 ; PRELIMINARY NOT FOR CONSTRUCTION PROJECT: ,/',� aW-r UERUS ENGINEER OF RECORD TA ENOBIEER OF IIECDPo S Dray,TW: ", BRITTANY BAY PARK SEAWALL REHABILITATION OEGASWN mN01NEER _02 r r' _ — OVERLOOK DETAILS OFFICE 01 CAPITAL IMPROVEMENT CTS 0055006: CHECKER' RA ,N,Romps Av.*.....W1AF.N_N,s 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 AS MauTEo No nem .E m 1 m T' ARM] FrN.;a1A-s-ox-Dae.o .w.,,. NO OGRE REVISION .BY 000: WWII IRNE 21 d IS Mo 1 11111111, Ell 1 1 11111111111.111111 !'!! ..-"ILII,lill•„il z • • '. 'Burt' . ,«ex m • SECT10/1r � Sod" w......ao,. z: • • • SECTION �g�t x01£: TYPICAL DETAIL 14 PILE SPLICIQ. St LIME BOLLARDS ATTACHMENT r0 mac i DETAILS SNOGN ON SHEET E B.D • (NOT FOR CONSTRUCTKXI i DETAIL [NOT FOR CONSTRUCTION MI, a- rtwED N�aTENOE _...... _._ - r.•:a ..... _. ..w.r ,.,..:... �__.,.. ..... .... NOTES: DESIGN a TINE OVERLOOK srREL'nxr 6 .rr "^•" + """ FPNDArIONS INCLUDED IN PIIS.SOI,SDS �-- E 5•5 FOR THIS PROJECT. NAVE BEEN G DELEGATED(DELEGATED EY DE IPED BY '-••— , oTN[AS APPROVED EQUAL EB)S S.oIP 4 O la 5 09 8 L DR WICKCDMV INE£IN ENI •K OF THE RAMS WICK EV ��77 • :. ... OF THE PROJECT'S SCOPE AND Os ALSD SNAIL PDDVS •"'rr II` 11 ( 1`i ~ NEEI.. vS•01. t£6 ONEW CRITERIA I IN DHL. SOA. INE MEN DELEGATED --� r V EAGfxEEN OESfW ND vLANS BV DTrINS 1 ] I .CIL C7t. [) i f L w1lsFv A L o 1 aRlDfxu wRr..;....u. :.• .... : � 1 a- SUPERSEDE SE INKIVECT SCOPE REQUIREMENTS CONCEPT w • "� PLANS 6 DETAILS,ONG 5 0Y,S•03 6 4 5. DETAIL r]� wT � INE NEW DELEGATED ENGINEER OE xrxrur ap/ SIGN AND y' ...,. PLANS SHALL ALBYI BE DdISISIENT AND :,� w,.,. �; •+ ,, •y••L COORDINATED KM TIE REQUIREMENTS OF TIE ,r. . • • OMEN PLAN COVPDMFxrS. PROFESSIONAL 7 'OMER, AS 'w`. *,+. IGEO NE BE A wr•e r .a ::- ENGINEER IICExSEO TO PRACTICE IN TILE : 1 �..7 surf of FLORIDA RETAINED By IME _ F._.C.. --._..... BFs...lbY j CONTRACTOR OR svE55 CONTRACTOR.AS �..u.A 'DELEGATED. HEREIN DEFINED Rm...NI TO «'yv PIRSUAN ..«.�.,..:....�_.,nw. .,,,..,w �, DETAIL © Z. BIO15.91 OF THEFLORIDA 9E4LSEJ I E ADMINISTRATIVE CODE v:,....r...,".. : O �' ,r„• TAE FLAW.DESIGN MO BANS, DELEGATED ENGINEER'S DESIDM BV OTHERS, OF TME A OVERLOOK STRUCTURE AAD FPSAATIONS TO BE SUBMITTED AND APPROVED UNDER DETAIL (2.) I � :; SEPARATE PEWIT. I: DECKING SNELL BE 1AANO EVER9MIN EKB DETAIL Q SQUARE EDGE: HEARDECK R{az STANDAR,TS? DECK BLOOD, Mt TRV5CEND .B SNARE INOT FOR CONSTRUCTIONI! I'O'FOR CONSTRUCTION' EDGE 0 APPROVED DESIGNATE IX LVS5_Yseo la DTP£ �'^ rAu9 CCOaiOn.aF WANT BEACH TO OESfGwrE DE !a Nr...a '�"__ 0 ; r— -,.,.. ' TSL PRELIMINARY NOT FOR CONSTRUCTION PROJECT: ,t,,AI 5N�A'N' ENGINEER OF RECORD TA £555555 OE 555050 5 PINMM TI. Pwvlq P.10.BRITTANY BAY PARK SEAWALL REHABILITATION DESIGN ENGINEER TA { OVERLOOK DETAILS S_O n DRAWN BY NA 3 OFFICE OF CAPITAL IMPROVEMENT PROJECTS 'ADDR ' 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL 33141 CHECKER_ OT TIIEVIXI,,.....y.I E OILLYEOEI BO SET REVISIONflown..471A-S-o:-a.BMN APPO.Bv :n:wRw.�rAwt wwev.c...�v:» ..r.Arr...�s _ SCALE- AS MOIwrEO 50.{b05 NO.GATE REVISION DN. IN= IEBI.E 9a N "1 • I • 1 ' ."'"V.v.'. 0,-.42%"........r1 '1.1.4='• ,•••••“•-..4. ."."*"...4.474.t7STZ1;:= SCS•SCS. 1 I....* .s. InrSIM• .... ' .,1 ‘1"""...... " . D:r!%±i. -i ,223' • OCTAL e ., ..,..z.zgz..... 4 ' r1:•••1: 4 -, ',.* -`""''''•—='"' I, ••••.• DUAL e „ TYPICAL DETAIL 2,BALUSTRADE LISIIT 031.405 ATTACVMENT TO OECK -- DETAILS SMOOT OM SMUT E 0 0 IFFFOTt CONSTRUCT-167N NOTES S0T00 1681160 FORME:RR ' N- (€9---Zo'-yea•Na Zav 'I:: '4:4Y7.'N' ..T1' THE DESIGN OF THE OVERLOOK STRUCTERF 6 FOUNDATICITS!ROLLOUT IN DOGS S 02 SO3 :•'`''..2,..„,_ 1r.T.•':-:-....•i•-..,L7- 1019,SE 5/CS S i DELEGATED AAD Wel. BE DESTMED BY ' ' , . • -, ' OTMERS 'DELEGATED ENGINEER) S 02, S 03 A S 04 OR APPROVED FOWL REPRESENT CONCEPT PLANS PITCH CONVEY THE INTENT Of THE PROJECT'S SCOPE AND ALSO SHALL MEET THE PERFORMANCE 3 DESIGN CRITERIA IN ONG S 01 THE NEW DELEGATED OBSINFER DESIGN AND PEARS BY OTHERS SMALL SATISFY ALL OF THE ORIGINAL PROJECT SCOPE PEOUIREUENTS IMO SHALL — SUPERSEDE THESE STRUCTURAL CONCEPT PLANS 0 DETAILS,DIVC S 02,S•03 6 S 04 THE NEB ChLEGATED ENGINEER DESIGN NO PLANS SHALL ALSO BE CONSISTENT NO OTHER PLAN DOMPONENTS TREAS. AS DESCRIBED HEREIN SMALL BE A PROFESSIONAL STATE OF FLORIDA RETAINED BY TNE -DELEGATE, 6 -DELEGATED ENDINEER•AS • ADMINISTRATIVE COOE THE FINAL DESIGN ANO PLANS, DELEBATED SEPARATE PERMET EDGE WOWS.OR APPROVED EOM& COLOR PRELIMINARY NOT FOR CONSTRUCTION I PROJECT CS SS.... ENGINEER OF RECORD._ ENGINEER OF RECORD T Deming Tea BRITTANY BAY PARK SEAWALL REHABILITATION DEN.ENGINEER TA OVERLOOK DETAILS S-04 III A DRAWN BY au.. 2 OFFICE OF CAPITAL IMPROVEMENT PROJECTS .4"ESS. 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL 33141 evarees•e•oma As CHECKER RA 0142042021 Be SET Maws 471A-5-02-04 data in,emote Gawk NSA IlitkCs 1113139 ...F.:Z:1M.... SCALA Pe INDIGTED NO43605 NO DATE REVISION RETRO By Der RAISON I See 23 el 43 ) • pp.. p p BOUNDARY& TOPOGRAPHIC SURVEY g � ' 3 � `= �ia��q Ca%' BITI FOR - 1 4 �,� � NDLEY PETERS & ASSOCIATES., INC Title Search Reportillhl A T V - n1*[ Attorneys'Title FundSemcesLLC INDIAN CREEK PARK SEAWALL Effnd ective ate of #32 7324 S „1.„b., MIAMI BEACH Effective Date of Search:September 22,2016 aa+,-y �. r. ING VICINITY MAP T. N.N+„[.: V� - P 53 /N FLORIDA LY N AN REPO.a AND x,00[0.• ` '/r M%RE OR w` 11 -"x` SECTION 11-TOWNSHIP 53 SOUTH-RANGE 42 EAST sprwyNane: isnali=� rxiconoi'�o°"r'u�who:�r caxxn�i[oe o: +ea we NOT vino wMw„M o.e.+[sa,-.�x[AND ss..a. 4,..62. 91.1 PUBLIC RECORDS a MIAMI-DADS CODA,..MORIDA'." 01pm M MIAMI-DAD[COUNTY, FLORIDA .„ WOR RITTEN C.SEN,a .OR+,� .," w R M Ra.Rn.,,.«PARTIES.s PRON.. 5 RECORDS «an ISaP T.a ern 3. TILL MJ< a4. ASE.OMA Cr 0000 COLT,*000 rmr10..7AGE 5000 NAILS V�= Lepel Description 1011 no..TITLE SEAR.+REPENNDA 10.°M BE...5 ARE BASCO.A MOS.LERMA,CON..,000 MAN..ACTUAL ERROR Cr CLOSURE OF 0.024)RN. T) *Ao EL 0.13 5x0 BESET 0 0 00 00 CONTROL INCR.AMFRAAN sw.�-D BP x�,xNOISE,«�101 S T cm LDIS 1-12.BLOCK 3.ii1,7C0 PLAT Ci SEC.OCEAN FRONT S.D...ACC.. TO TS PLAT TNEREor came.FLORIDA.RE D w PLAT BO.ze.PAGE EN NA.RECaSs a uA rue CLOSURE Ji«[,DAs,a T5c ACM a�NaAO mLEx cxOeR. [n 00x7,a M a T. v, -000 .) ,a r«I sw,0 a rw SITE v, , T z.r«,Z a M axrzPLw[a.OLNs"xErw[. BENC.ARRS.As 0 2 a 3 NOT Abbreviation Lppd: ' s T. n,rDEID vxw.VMS 0[x700000 w 7.300.1 a 1 ,s 05/14 ALL wuxDA"7 COWERS w"["EcaEx[o OR S.AS NOTED (A 6' AP/) 0Ex[ox. iLSN •NA"A"'""A"'" R,A x Scon rat,H v"" Rw x R T A a zor6.•^---°"""-°"""°"°"°' ALTA .ERICAN L.0 RILE,ss«wnoxww IR.01-01.-.1 _ 3 "Dwr"...NG 10 ON AR RELEASE MO NOR.AmERICAN DA. DTin x aNJwx,Cra TRAwvnx,AnamaT_a-OrSrcnoN nal..OAT.0/04.,s NNW vey" e .«05rza s, c.ER«AL D„w Reference Material e. w..I wAUI BEA.NW SUNS, �ca..«e,.P00 NO. BLS BLOCK NO. NNW. rOf o,[x500 PLAT a SECOND Oa" FROM ZONE 720651-0226,,.1 [A`MEAS DATE o"C0 eE °nuw�� APPEARS AS v 00 0 211,0w ACCORDING:2 "", (�+�,["1."�01;r'w or° o" ..a`ar:0�COASTAL r& LIZro',"t`,. PROFESSIONAL RSPB vE7«sNT NON-TANCENT WETS)Of T.PLIC RECORDS or 1.0.1 000 CODUNTY..+nOROA. s. THE APPARENT USE OF TRE LANO.AS CLASSIFIED BY THE STANDARDS OF PRACTICE Sel FORTH IN RULE CliAPTER 5J-17 OF a ".wAna,w, A , "PD., 0,P ADAC xo,Ox, At n[ n FLORIDAT-a-wAT NAR THE FLOM.ADymrsTRATIvE COOS PLS..70 FS OSL BUILDING SETBACT1 LINE CO 0'TS.a Y[TER SECT.VON.STATE ROA:AIN DA.VS. Or GOOS.00R TEE NEASTNENENN AND CALCULATONS OF NE CLOSED GEOMETRIC NOAH WON na00o"0EE,";nA 14.RIy SuRver. D D TO WIT MIS ACCURACY xu0awwn MT EOOwER,rc PL.NW BARBED von FENCE A«,c.wEs symbol Legend:RDS » T M.EDr6 PREPARED a ATTORNEY, H a PRO THE EOSwxv,USED,D!ERRE M xaROOUUL co0-Ra w M Su.,:00,x70 wAs S,oOcoR ns OVERTRAO s, an PLAT PLAT BOON ,4,. ,TO SCALE viz[rap saxas.LIC 000(rTiI iN NZ 92.•AND NAP Non n w tit LURED o u ESTNA, auc,u+E Life L1 0,d: - VALVE 1 aN ' as(n Psar. ,CCu ACY a O x,USED TO L«„[IKE FEATURES tr.A'OPCON DAs 51PEC x t'i c0 $- w HOLE E« "[a IJ) ,T ,(55 MY u.ROM,.N" USED) CA D rm�013 FLOC, NOT 10 SC. _COLE PLA„,a[LOCA m a PETER vAlO Index of Survey Sheets Ca RE Ax Y 70 Y P,INSTRIANNIS Of REPC.RENAL/. ,, -a-RAY.ANS/««mE,s.R xENr 0 ..O,O,HO CARO Y. • Li R.DRAIN "P� PGS PAGES w --.-_ [ is 1P. 0D uN«"CAOUND u,u FONMATIONS 00x0 x N,.5 ANT.HAS 13.L«. D CEP,As SAO.. CO ...Fr Pr PART.NATOs ..001.PROPERTY NTIO)NE.15 OR E Cr INAL vCO�`OS". CO.. PCS PONT Or -CEO[., --- L -cO CONCRETE MITERED DO SEn. �) SAm7A.SERER "(m J -aoCA.PHC wa.Er , .wvE'O«Es NOT ,W,«i-.E:,"rc`AA:rewt'FLrzwoENnreo E.�,"�a�Cx, c�Yw, ,wo N....v<enx to NT -. _ - 4 mvKK Sion Legend L FL.a..r a O. -- BUTED CABLE TENN..DELTA - (Al) :9nSJ No.r a "`am Os �) .,, !"""1.1 _.,• - "'""N .-_NAL SuPPORT 9. o E . D"x xnr� FOLLOWS s o TA E:W.nH s A,«R L.w.sxn. .-D« a x CIT sus svr szt. a) oro, E n.["`D. CELISTER AT BREAST 'CAT IN wars EASan«050E -PT _- RUM w0L a 'A -11.03 INCIAIMED WATER UNE . BOX • s/?-TUC Le[n5J (w)q a w DM-I) a"nw!0000.Po SEJw0.n5r rtczu.JZJ5223 r[[[z[r3 MET w.xz.n«.r 'DP DUCTLF[ 90,B*005ARN (0C)ELECTRIC MEET McSev-w T DO [AYKN, CON..° -W- FORCE NADA V7[ Y 4 +xw« fu) were,w"rE.w.s,T'TPeox a MOPED RAW INFORMATION 000 M ANN[*50000xao 05x000 Pones,o M [ _ SMI...(0"[[11x"1.) OK) •ELECTRICAL-Has Ex - WINO •_`� Ncww0T(,s NOM) - (ND) T !NCNB,ouLSI..,50,01'STARS STAINARD`K,MINOR. 5.,"[[s DEPICTED 4¢c0N5M CLIP ELEPATIONRN, - -MEP FILIPSGAI :P" s - - 0000 ) - rt IAL NOTEDELIO ELECTRIC CO) ON) NPR IRJ-O NAMES"x5 MEASURED 1. E01 CND Pi INFOR1.1.1 " -- w+/«L O_ ECA"us.TIO) 0 S ZINN. wcnax«" ) r r"Dun E"rs,ec n ,. •0 r LOP EDM Or `NMOT FLORFDA x a nAxsvo"„r. GMT., L Lm[ R EASEMENT [7s(crrs,Ne) p -OAS VAL'T i NAFFS SIGNAL BOX a (FE) L.mN Des,Ruc11xs«CDwaC.nsT`Yre FIEFD 3001, [�rrzo er.ro[L«aTrrts vcs w[Af xoN rzN[o a ww2 i rr[iE'o NO""w"w[Ricn�` S. SANITARY SFR.005000E Ls(PROPOSED) qy- o...FE SUPPORT.a1.[ IRO) TURN sry pJ-r)SEC II SECT.II r , s CTAT-s[o'011:1:7 5ai t'SxE"U,O`«�Nz'E"`no"ioo 0000 05 I00 rtn,O[vA cm M NA,.+rzaoT[« Mil FEAT PRATE INLET ASS LI.1 ROLE T -e.- E b IxoO .s(vs-J) K,nwuxowuT+sz eA a>w w r w 0x00 a swsEr 0000 a A W- rramL. on a� w a r r d- AO «"-OW ANCHOR (N.) a moi« SFOREI .a 0.-500 A OPE:(CA..ROT LOCATED) v- • un vwmos(REED s,A,.NeD Toa w w,.Ro o,w Ae00 o,aPp wOOxEx s wvE 6[Ex aoA,m o,xPB,x500 00000. Ino woRIDA POO.Awl A.u r -x - - uas L ,OE - PANS WWII. IK) - 4d GAS,TES - •. - j_ �s (Aro) w/ITRATE NON.0006 - - OH.AD TRTROSION AFFIC Lwa 0-LOS`O0E 3 00 (a) - ON, " - - 00"5055 UMI1 0.00 m-uo-n POE(MAN . KTIAND A.on,po,E (V) ON(x1-I) Surveyor's Certification: ,0705x0 PPE _ 'E`-u .O[(70PL[) @CuJ (ss) ,1x.1 005 -0005007! 00x5-07,0"nw.R, OS.SL.E -- s MANSION.PAD p-L.t.00E(OUST) 4)o _ Itn T 05 r w s 001. .s;.,„7R,.e�w as Ow TRITETION nv ---- €si AREA («) s. 'Pon n..'° .°a°,.,.d.". .�a„"s:�r.,«.1,71070."'Kr;::'..Rr,w.1 Rx. GAN IKro) _ RT MO ...TON IV, UNDERCROUND CABLE,r L.Es - - jp- aux�.s ROWDY P. _ ROSE(OUw (m T E,RP�.Sir,a°'�::a'::,:.HO.,..Cea..,w..L r.rs. .DEr. 5,44 Nos Npe k CAB ROD -a- .00E nRPLE) (rl T sr.ma SOF SLEPT...as L.ros ;;✓e- , .i ,OUAD) (_AJ T ..0. .Tor' °' `" / TM"w R. - x550«N. '"OS'n w7 sa . NO• N RED.,. OS"'D« .x,-,LTL, S.M.TR cn;iNnM ONTE"uOU�+o INTER 1.x00 M'��` L ucES0D OUswss NUMBER :.-" 500«7.7 POLE - - T"AOLLEsa) LINES -w"E...As 00.0 ' (� RCD LICA N wxe,u C. OLE r1.1 h A Full Service A d E Firm M.P LNES LBO .125111. 1.11.11.vcnTS WIT PA.pYIP I.N^5Ox`s` -OGRAM ""- wnANC 0000 a .. ..,,,,,NOTE) .........,....„.... a a�F.]/n .,,,w,. .,.,. ::w^w ••0•••"' "N. tlL0^.wc a ------ ------ IMP TOM 80WER POLE -0.0- WOOD FENCE P.4 niws % YES PROJECT: '�,� .+rmn,T* ENGINEER RH 0,,,,„,50,,OP RECORD S N _ DO"Mimv Dn.1.No. BRITTANY BAY PARK RENOVATION De LI E Na • !"" s,Rar r J COVER SHEET V��1 OFFICE OF CAPITAL IMPROVEMENT PROJECTS 0DW[ESS: S.rr /AmR.k CHECKER REP z Troy N[.�uR.HAv0w0 05w.FLLx.=7777, 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 �- eCALF: AB .EE,N. 1 Enna.4110-0-01-03 DIW SIC NE.ewq - 5"C N0.816651i1E" NO. DATE BENISON 4WD.BY D. Iar•JJD Iam.L 5 .1 4. • INT °NOT°0YS �r rErzt--x I , x cm,n°+1-5915.I 1,MO.YE e 0 b N Graphic Sesta In Feet I Iiiiiiii 1 1 'ss'N'. . ` 1 1 „ 818212-[ �a� ,un wn> wravv I x leort : ,,. •x 1D•[./ • 1FiliIm.v..vn S PO'22' W $ - 62, -3„iCl CLI ar=engroM 6r7ia°Z... -L•n L3 Le LT iw+Aw.,,a[Rrs s411111111111111111111111° �. KKE 9 00']1']1•W =t _ _ Le s.L+• L nP a •u f. 1 1 � u �� vw`� •x ,.mcvle75 ° �r i°g yO� @ 01.01'A a,.2- aR[ , ido r[.,4's prcc ao°CA(x U ,^. `1 r aaOMR°x.b x— K - ' v' Co.j,. ff[KNOW Nru[ n.Zi �' ¢m a y e a e ,.., 9 vR- n a Nu�w.m 94•a � r[•rr ovaae(a sn[trs)°•e�an : 4 �t @C .o u IT I. arta •� _ --4---- auaF`s„ R 3[ a..»,. e5•2TOO• 1 Ts •..••0 s94m = —t_ ...o zv 0 f1 w+,z L 0. 3 t•-0ix • • R'p'ei qiM R. 0 { ,orx _.s.v I •' aua [or•o mpl3 wa....n.an, , F >a I •,W... L•95.07 Mer ,... e7 ` e q'on X Lma .�°-"',v:'-na axn.aes w[ae,[u - w.c - a .ti cG-B Gr61'36•w ....�':'6.�.. re.+033 r 2 N••[N o� LO7e•. .. -ir Jl- SD5.0]'1t.15' , 1 1 • ` .- "•: a [D+. r ,•,• LOT1 = a - �", �- no.. _ _ u [Gr. 3 ••..••••94,91 .. ze�,oa •anY[ [m 94.x• ., - MAW I �vw a.[.t _J.-- /4/0:------- L-- /4 �\` s"w.s.r./ \J `\�`` mla ic, n••..••[, s II 039 ”.34 L_ ea' -- C F _M• -- +•••� y [Esa•[../..,r a[ �,R;a,., R E az V.V.u w x• k ••,.,.,.>. q��[cc+R +s x[.t - =ot _ I.M7 •.ttngxeR,,KOq°jM 6� ..... °qOw[ rp� .., , ,.[n y 4_,__ a,wN.,[,., _ • 7 nai -7-2-- , .aao6 e+o°R^!,[o�� `�[� ,y,Po ro r•,,'\ A..g -•/ 1 MO LM .„....,44 wn�+�' �'vt -DIS N.C.Ro EK,D,aa.„ a.ao_ ..„....."--"`":mm °nr.r:R � /// \_— �Na II3 \ _�-- _—� i "741- I.1_ --�--.ten¢ws / A•»•mr R•MOM .-213.0.C•man L•201.90' / C!•a 0r3rOe•w m- OMNI.a 7 PROJECT: ,�'� ••'�••"'^ ENGINEER OF RECORD MRM ENGINEER OF RECORD 5_ �•,,,,,,,,L,,,,,.40.,e 1.•••••=1....10.•vx�e No. •r•• BRITTANY BAY PARK RENOVATION DEeX6N ENGINEER J,e_ BOUNDARY SURVEY DRAWN BY JRTF a OFFICE OF CAPITAL IMPROVEMENT ADDR[554 cNEaER. Ln V-� „.,•Nnwxw•xc,•,„.rAcn„„„,. 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 ,F NEC Aa IyOIC IR r” ,.a esss . [ Flw••OIL-V-01-0J NO SIC;ENAwR - PO. GATE REAM. PPM,BY GIN. 10112270 195..1 6 .1 e $�((( >.,u„ww..0�.•nm.� MEeERCIPMRIt� z__....,_../ -/ I —,:,-7,..74-.: i „1 `apR .. � ,,,..�-7�W •t�•• , •' lit 9 I �seacawPap •ice \��r.+ •� ..../ - - ' ,^® per,.,.J ,.r li el 4 E,y�� �„'�r "fie• _ _ _ e.� - • E E r EE .""-.--.P FFAfp `h" . .arEr,+araEar°�''"�r_�_� .,R,w, E_ r. r_ "'y o,, r _ —INDIAN' _ m r. r— °'�, 'E* .,. I _ CREEK DR Graphic Scale In Feet ro'i \ —LI — rfr- Ngo"°TMs, ,o e,vat I7...,,...,./ry:21:4; tTJ Graphic Scale In Feet AM= EnEeerrcawRa.J I 1 , ;,,;37:nE• ,. - A,a"4e _--- I INDIAN REEKDRE — I — .Ep,:n�.:Yc�CwE:,ao.wRn.roo F......... e gPa A F ll Ste-NCa A d:Firm www.epPROJECT: '�''� •_DEEP OF RECORD MRM ENGINEER OF RECORD 5 _DtwnY TAM I.cwp.com� .•"^'�R; �^"F.w.i•,•.^• ,,, r ,„€ BRITTANY BAY PARK RENOVATION N ENONEEP S. DRAWN ST „F TOPOGRAPHIC SURVEY OFFICE OF CAPITAL IMPROVEMENT PROJlCT$ CDOREss: was, CHECKER. PEP FV-0 3 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 ...ALR.u. . Flom.Ole-v-Ot-O}NCI SG NE x�. :ref Lamm ovON[wog eon.r,."," ...,. .... SCALE .B INDKATED W,EI005 a NO. DATE PENERN .PPD.15V D. 1002D0 Ien.t 7 of .e GENERAL NOTES LANDSCAPE NOTES HARDSCAPE NOTES_ 1. Theed contractorr .att,gacotconditions f familiar 1,,Iii,,,rd woitchattiohne roof oerc.tpo.siLe,p4opr,,,tveo,,,beitl.ngplhre to oottiaZeg contractor shell 1. The contractor shall review pions to become thoroughly familiar with eurface a.subeurfoce utilities. 1. All dimensions are taken from center of well,face of curb and/or centerline of reads at 90 degree, angles,unless otherwise noted on plan. The dimensions are shown for approx irn etc line and all radii 2. The plant quantities shown on the landscape contract documents are for the convenience of the 2. Location of all utilities and base information is opproximate.contractor shall verify all underground utilities contractor. The contractor Is responsible for verifying all quantities a.reporting any discrepancies to the and curve.are to hove continuous on d ern smooth tronsitions without abrupt ch ring.or bends. .obstructions prior to Initiating work. Contractor Moll be responeible fa repair or replacement of ony landscape architect for clarification prior to contt rd t k. damage to existing elernmts above or below ground to its original condition and to the satisfaction of the racawe and commencemena won 2. All forms and alignment of paving,pllostere ond walls shall be inspected and approved by the owner s representative. owner's representative prior to pouring(give a m In.of 48 hrs.notice). 3. rtlIvirntliasticgr oofbrointnern:ilerpiearl,,tallascso=e,dvitwha.z,pgicsabcloerkjurisdictional codes. The contractor is 3. For site grading end drainage.see civil engineer's pian• 1 andm 'rt7onteer:l'alrew°,7,7,",!°`=,:".7,1nr dlhenor:9hr,,`,..7`.°W t"74L.`",°-7.".°f";',1:°pIroneVatnnp:11:ofitio":. 4. Prior to planting installation.the contractor shall confirm the availability of all the specified plant materials. 4. Con tractor shall verify location of all surface and...rte.utilities prier to con e t ruc lion. Submit dated photographs of a fr.maerlol ond specimen material as to the owner's representative for 4. Contractor shall verify all gr..dimeneiona,and existing conditions on the jab site prior to alert of review. ..nercerecnconjunction the plane and any dIscreponclee shall be brought to we• construction and/on fabrication. Contractor shall notify owner's representative of any variations from the 5' dimensions and conditions shown on these drawings. 5. All plant material sizes specified are minimum sizes.Container size shall be increased if necessary to Ieshheeo attentionnt'shall ofa"b thee r.. used in r. opnh provide overall plant el.specified. 6. Con tractor m u•t check all dimensions,framing conditions and site conditions bet ore starting work. 5. rR;amor.t.naroyth.discrepancies between the construction drawings end field conditions to the owner's 6. If plant material does not comply with the requirements as specified herein,the owner's representative Owner's representative shall be notified immediately of any dlecrepancies or possible deficiencies. reserves the right to reject such plants and require the contractor to replace rejected work and continue specified maintenance until re-Inspected and found to be acceptable. 7. Do not willfully install or construct items as shown on the drawings when It Is obvious in the field 6. ,ThIcconactrcaocrld/nrgslroll,,groodpdpleggi.ne:Lse.saznrfrVrogrnnrxdurleoscppriraticceonsetruction operations to protect the that unknown obstructions,grade differences or differences in the area dimensions exist that might 7. The contractor shell provide an approved planting soil mixture for all plant material.See specifications for not have been considered In the engineering. Such obstructions or differences should be brought to 7. The contractor shall coordinate access and staging ore.with the owner's representative. The contractor requirements. the attention of the owner'.representative. In the event this notification is not performed.the sholl mointain all existing erosion and sedimentation control measures during construction. Provide contractor shell assume full responsibility for all revisions necessary. additional measuree as necessary to minimize adverse impacts In accordance with all applicable federal. B. The contractor shall be responsible for stability and plumb condition of all trees and shrubs,and shall be state.and local COCIGS. legally liable for any damage caused by Instability of cry plant material..Staking of trees or shrubs shall 8. Contd.IAI:x not specifically sheer shall be constructed similar to the detail.for the respective be done in accordance with plane and specifications. ,,,n 8. No substitutions shall be made without written consent of the owner's representative. During the course of this work,excess waste material shall be removed daily from the site. 9. The contractor shall insure adequate vertical drainage in all plant beds and planters. If inodequote',ern., 9. The drawing.and I/pacification@ rep.r.ent the finished structure. All bracing,temporary supports, drainage ie encountered.the contractor shall submit recommendations for prodding adequate drainage to shoring,etc.Is the sole responsibility of the contractor. Observation visits to the job site by the 9. The contractor shall be responsible for scheduling ond coordination of work with other trades and the the owners repreeentative. owner s representative do not include Inspection of construction methods and for safety conditions owner's representative. at the work site. These visits shall not be construed as continuous and detailed inspections. 10.Peg sod on slopes greater than 3:1. 10,Contractor shall refer to soils engineer's report for percentages at compaction required for all 10.The connector shall notify all necessary utility companies 46 hrs minimum prior to digging for fieldID, of oll underground utilities. Utility locating shall be scheduled by the contractor with owner's 11.Contractor shall protect existing vegetation to remain as shown on drawings or by means approved by the concrete network and footings. verification representative present. owner'.representative. 11.All construction and workmanship shall conform to the current uniform and Florida Building Code. 11.rtlet.ilpit,i;s.Lo.btoenlonZe,c,l,gbyulliwibraaog cpoorninpt,„Irl.ofolpglisoc,4e,,iarreemciesnits prohibited. Contractor shall be 12.2ron.ottraecstornrootothcl:::,,i4nre.,roeut seliTt%edgesefooftieosnieting vegetation as directed by owner's representative. 12.,A011,c:::;:e 2w.alk1f eta:.rihrtwez:v:od.sa:1.1o4eedolthli:s2.0,..pa:d AcDrmernlopp,e.snfori,.anl,l,llx crrvne4,14101,!k.s shall 13.The contractor shall bear all costs of testing of soils,amendments,etc.associated with the work.See required. 12.pArlioteettgfr:irnte crroyadctigsargk.sin1Le,ociuhrberi.uetInlitoim.sewers,and other elements to remain shall be fully specifications for additional teeing requirements. 13.All handicap romps shall not exceed a 1:12 to and shall meet all ADA requirements for landings 13.Not all items shown on this sheet appear in the construction documents. Contractor Ix responsble for la,Contractor shall field-adjust location of plant materiel prier to Initiating Installation for the review and and handrails. obtaining 81j,permits related to construction including,but not limited to:Building.Londscope.Irrigation approval of the owner's representative. and Right-Of-Way utilization permits. 14.Site furnishings shall be Installed per menu lecturer's recommendations.or as recommended in the 15.All plant material shall be In full and strict accordance with Florida No.1 grade,according to the-Grades drawings. Details provided in the drawings for anchoring and furnishings are provided for intent only. It Mall be the contractor's responsibility to coordinate with the rnonufacturer ex submit anchoring end Standar.for Nursery Plants'published by the Florida Department of Agriculture end Consumer • Services. details for approval by owners re p res en to t lye prior to installation. TREE PROTECTION AND PRESERVATION NOTES_ 16.to siann.tngorprbe.d,seoh„z1.1be top-dressed with o 3'layer of dark brown mulch.Contractor to submit sample 15.The contractor shall stake end loyout all Improvements using the geometric data provided.It is the ow contractor's responsibility to completely stake and check the alignment both vertical and horizontal. and to In..adequate positioning prior to the inetallation of any improvement. rhecontractor 1 Protect designated existingeaktrees scheduled to remain°gain.: 17.Contractor shall coordinate all planting work with irrigation work.Contractor shall be responsible for all hand e4,I,: fy immediately In writing If any discrepancies are found and not proceed with the -Unnecessary cutting,bring,or skinning 0 roots -Skinning and bruising of bark watering as required to supplement Irrigation watering and rainfall. -Smothering of trees by stockpiling construction or excavation materials within protection barrier 18.Contractor hall be responsible for hand watering in all planting areas,regardless of the etelus of existing 16.Refer to 01011 engineer's arOwinge for roadway pavement grading,curb information,all site 2. Protection barriers(tree barricades)shall be plainly visible and shall create a continuous boundary or proposed irrigation. drainage/grading information and handicap ramp detailing around trees or vegetation clusters in order to prevent encroachment within the barricade. 19.Controctor shall re-grade all areae disturbed by plant removal,relocatim,and/or installation work. 17.Ires.ullttiherwIsne extprbessly,caeopptr.obyr in writing by the owner all control joints shall be hand tooled. w ng e 3. For all trees th be preserved.see Tree Protection a.Barricade Elevation detag. 20.Contractor shall replace(by equal else and quality)any and all existing plant material disturbed or 4. No erode changes shall be made within the protective barrier zones withoutprior approval. damaged by plant removal,relocation,and/or installation work. STANDARD DRAWING SYMBOLS 5. The method of protection is to make certain that 50%of the area under the canopy dTpllne 21.Maintenance shall begin after each plant has been Installed and shall continue until the project hos been deemed substantially complete.Lthintenonce includes watering.pruning.weeding,mulching.replacements remains undisturbed(no grade change or root cut)and there shall be no disturbance to the root ofsick or dead plants.and any other care necessary for the proper growth of the plant material. plate. on of all landscaping,an inspection for substantial completion of the work shall be held. The I 6FClabLIMAILLELERLticE 6. General contractor shall be responsible for the replacement and mitigation costs of trees dor/faced 22.Upon completion beyond repair that have been identified cc protected and preserved. If trees ore harmed through contractor shall notify the owners representotive for scheduling the inspection or least'even(7)days prior BOO Nember Sheet Number lack of protection or through negligence on the part of the contractor.the contractor shall bear to the anticipated inspection dote. the burden 0f the cost of repoIr or replacement. 23.Contractor shall submit written guarantee of survivability of all plant material for a period of one year from date of substontlal completion. 7. Root pruning shall be done by or under supervision of an ISA certified arborist,and meet or -", DENERAL DETAIL REFERENCE exceed ANSI A300 or approved tron ee care industry standords.A certified arborist must be onsite 24.Contractor or ueapprove redew and accept. all graded areas prior to the commencement of planting. ' during the entirety of root pruning. 1 ‘----(i9 Detall Number 8. No root pruning shall be done within a distance of 3x the diameter the tree unless authorized by 25.Trees adjacent to building&should be planted at least the diameter of the tree canopy or a mln.of 10'-0" b .1 Sheet Number the arborist. (whichever is greater)away from the building wall. 9. No more than 30%of the trees roots may be pruned. 26.Contractor is responsible for the repair of any existing lawn areas or planting areas disturbed during the conetruction pro... 10.LPurltrench (ailkItmor ion,%ver,a‘y,Iltloatbriaersnlh.edrr,;tsthewharilebolerVng them intact.Use 27.Contractor to follow Florida friendly guidelines for planting and maintenance. IAA-Jalt.lE .......... MATCHI INE II.All roots outside of the protective barricade to be removed during the development shall be 26.The landscape contractor le responeble for coordinating at lead 48 hours in advance with the City of severed clean using a sharp tool to provide a clean cut.Roots shall be left with clean smooth Miami Beach(Greenscape,Parks and Recreation and Urban Forestry)for the Inspection of all planting ends and no ragged edges and a two-inch layer of mulch shall be applied over the surface of materials prior to delivery and Installation. exposed roots during development within one hour of damage or exposure. FINISH REFERENCE 12.After pruning.tree roots shall be covered and kept moist.Fill pruning trench with topsoil and "00-01 Faa Ms Sae M.Sehedule Water doily far a period determined by the orborist. 13.See City of Miami Beach Sec.46-62 for all tree preservation and protection requirements.root cutting,tree relocations and tree pruning. Illi REVISIONS S.W.Area ReNslon Number PROJECT: LA.OF REcoRD . 5 Drawling Takt Sean No. BRITTANY BAY PARK RENOVATION BM awe w: PRAWN. BW I A,J =gal,,,,,,=,-- w. chiecsEP_111_- 3 GENERAL NOTES AND SYMBOLS OFFICE OF CAPITAL IMPROVEMENT PROJECTS '`DDR'SS 6444 INDIAN CREEK DRIVE MIAMI BEACH,FL 33141 -,,,,....,„„v 111.."..www ::::.`".^7. ,,,,,,,L, ....,wo , ..,,or rw 50 Oum,,,,,,,. 1 01/W/2021 BOW' 'angry,.MIMM.../....11111•410 SM.. 17to NERIDYNAVENJE WWI OUCH FL.Nell• REVIISION APPO.BV Dels 10/12/20 IL-0Wwst 2.of 443 • vO,, W �. w > m o0 N ',?-,1 _ 'tip Gam; _ A Ay 1,81 i I W P W Ng A a— r I ay r o . m • sls NOTE .. N PUN I NZ DOCUMENT TREES TO RE REMOVED WRING THE COURSE OF THE CONSTRUC1pN OF - rI THE PROJECT NO MANGROVES APE 10 RE REMOVED AND ARE NOT INCLUDED TREES SHOWN i0 BE ROVED IN THE AREA SEAWALL/LNG SHORELINE HAVE BEEN REMOVED PREVIOUSLY AN UPDATED TREE SURVEY HAS NOT PEEN PERFORMED TO EM ,,, u 'I N DEMONSTRATE RN DISPOSITION OF TIN BALANCE OF TREES TO RE REMOVED THE CONTRACTOR SHALL VERIFY REMOVE ANY TREES SHOWN FOR REMOVAL PE WHICH HAVE NOT N REMOVED u n �' $ TREE DISPOSITION PLAN 1 k,\IFL_IP I_ d u GRAPHIC SCALE W A o new' '� _ e 1 _ i o I • v _ , = e IP En l ( - a ea LilP ii a r1 n „ a ygrvy { +ypI S 3 �I +.,. -' .„-:. a: $ y o �.$�'" o y�i�••'.: b. .".T��..i k -�'�"F ouPlRcswe „ o- 0 I .o. o 00 r yz iW mz TREE DISPOSITION PLAN 2 4.,LII ,I 'PROJECT _ ,�''� IRFm.A1RRT I.A.OF RECORD NO Onvn"y ink DeRwnp Ne. BRITTANY BAY PARK RENOVATION s .Lr- OUWN BY B1N t '"'-OHEOBER. w TREE DISPOSITION PLAN OFFICE OF CAPITAL IMPROVEMENT■ROJ[CT$ 'fin` B444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 1£1 E 1 >+mmn BD NET Ein.n.:www.�.�E." L-1 mP EM SdLE AB MDIC iF0 !��W. NO MlE RENSON APPD.BY Db 1412/10 18ML 25 N 4 .� a...-� - _ ... -- A. NOTE: - SEE 5/L-4 FOR TREE PROTECTION DETAIL SEE SEC 46.62 FOR TREE PRESERVATION AND PROTECTION REQUIREMENTS,ROOT CUTTING,TREE RELOCATINGS AND TREE PRUNING. - NP=TREE NOT PRESENT - =INDICIATES UPDATES TO TREE DISPOTION CONDITIONS FOLLOWING SEAWALL CONSTRUCTION P O.EO}; - '�''� IA W RECORD eN ; Drawn.T6 Oro*,N„ BRITTANY BAY PARK RENOVATION -. oR,.wa ev_el._ aEc.eR TREE DISPOSITION TABLE OFFICE OP CAPITAL IMPROV!M!NT PROJECTS 'SSS` ' 1' t —D S[* ter,.. L-2 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 1 ._ RI e� orwr.�...aa "'........"..."'.U‘. »r .._,,.,.=',=..• • sulE .s Morreo ..,....,z,,7,�„, w wre REVISION APvn.RV OM.10/12120 IRMO as u - -- U\ T ;; "— S : :: `1 B �z a' - H [ N c, , Er - T - ,-- -CDNTRACTOR T DDA ACRS 9M �„__�� / i �� BASE BENE E SRND ` • (•.,. S / ,.:.. 1� EOLBPMENT'LEKL X1M ADJACENT - •. 'r � r V h,•� 4l \ PAS. OBE 6 .` !/\iY!/\-T'f/ ll"'.eerr55') SI C•i'e`F.- !—® ' SG 1 OW O LANDSCAPE PLAN I 1dlolo GRAPHIC SCALE _Mill, tia4! A. i� UL .Th .[�. ° NOTE: eo•e••o•e 000e•00000 , *Tt ,;� / w w www ee CITY TO INSTALL 612 TREES;TREE LOCATIONS TO BE 5- L- P✓'yi •°° .I9� PE IRRIGATION VIA PROPOSED IRRIGATION e7 oe ' FT.•.. 'F f ° P. - C4'. . SYSTEM. •• ao • E C O S may. .g ARCHITECT PRIOR TO INSTALUTION.CONTRACTOR At�_ �iR` .� �t . � I TO PROVIDE ,„,.,1ir V4116, ' T om. ,A 11)-0 1 - 001 I mar o t\ a4 s°s. a . *0 P s w o o a ao �, a GRAMPC SCALE 1 ova ,,„ Icy,-• ` til #0 F bLANDSCAPE PLAN Z 4-Al2 I-tCf S,... PROJECT '�''� L.A OF RECORD. RN Un,E.M• LANDSCAPE I BRITTANY BAY PARK RENOVATION ��� DRAVM E B.Y "CHEOHER u LAPLAN OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS' 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 ...,' .I'.A 111 -....,,. ND 1 zn or w L-3 m•ERREw ErvE MN 22. FL WI, SCALE K11YMf TED . /tYFMt BID SET Fi�wr.-� .........-..o..... �,. .°..., DdTE REARM MPD.By 1LA IBnM NRaRi Be ris`S Rif mrwlw21'1" .xn APus NsnNsrt2auxamlFmN AU 952_5,515U 9555.NO 55.5MM+Pi Ax nus,nn sn PARA r11, M•agr A a � e � 51515M/1151,051.52KING ama. He'-1r anlnuavw.NRv !"' nwwa.Nn nNote: -- �e`�� 01 W"•"°"'^"'4 AWATAlke•OTContractor to review planting soil and . 1r UM 5211.5[1,005511555,5051 ; \ ., sNla vw I`ll NRsasa.Mwwx,caws ism depth of beds within living shoreline +• --'— "� /F! w..asswlAmx IIIIII on sheets L5.1&L5.2 t i .....,..,, •.. \,____ MN 5,11.511(105 450.1157555115 ac walla ciao, Izax,rc 5.mo..OR nn •MNe ' 5,045051,5/7 WIWI wlmAn 2.102.5 Innsxme,aswa WaowroAArrm `�1�// N,an,ARaN °•Naaw.anaMa.EaaHAll ver. ` „A. ,may CItlYP 005105 .- �„+1A��_ rMmu.na r+,..AaxarlAN orlA. w 521.5 k.e.u,Nn ......_.._......... ' ,kP ...M •mob,.. rnnwnAxay.<.,c nezva nnAxn°wvxAwwar .21500,15.55•5-015 ......_..._.._.....s...,m,.r...P. �� I� sxv..^.u..4w1.:6al..--1 , \ f\�•. "Willi Asva,v.° e�M� • Hera RI.An°n.wnxc NVw NFNw PIANT..."' ,Iu�31&L I 1.1l5.11115 L.515.011 ',111',T nMI1Mr OTREE PLANTING O SHRUBS AND GROUNDCOVER PLANTING O SHRUBS AND GROUNDCOVER SPACING •.'ARE NTS SCALENTS 5441,NT .2122‘, NO ENTRY ---,,14;1CL' ,•` 7\ i ',.,i' " --(t PLANT SCHEDULE TTPICPL S10NeGC ]BEES LODE DIY ROTANIr4 ION RANT GONRAWLOM. CALKS E } ISM L+a.MOENENr) O BS 5 BURSERA SIMARUBA GUMBO LIMBO FG 5.5' 20'M.MIN. O/ ' i •ENS ON EAR CR 11 CLUSN ROSEA'PITCH APPLE' BALSAM APPLE PG 6' 20'Nr.MIN. AT EROS i'CH4R '••.�•.Jq.Q;Y.4�y'A�A�•'A'A' yy�'S!e�i�7,zc --...,.- L T ' CE 22 GONIX.4tPU5 ERECTUS BUTTONWOOD PG 5.5' 20'Hr.IAN. SONENwcEMLr LRM.FABmc :+s�4�r":4tL }~O� y2opr'dA:e Jesx.eet PIPE T OA. .4 y*y,..';.15.4i::::...::::...4 EhrRr SHRUBS CODE DIE BOTANIGI NAME COMMDx N. TRIM SIZE 20001 f AALVNII2EP STEEL C4s< 14,V��,� • ...: u •.•{y O�:d'0•. SeAAe :, $ 0 CI 15 CHRTSOBNANUS ICACO COCO PLUM NOTES •k'?',ri'y°.%y3CC•p�C e'r114 1'•Ab6 1d •: O CD 233 CLUSM WRITER/.GANG MAST CLUSN 3 CAL. 16'M.xl e'SPRD.,FULL IN POT ','.°7414M PROTECT:ON PENCE TIFFS SNALI.BE :'.{N4:in4. fh".Al y1�•0e• A NSTALEA PRIOR TO AM SITE WORK, a N4A SXRIIR)ARFSS CODE DIY 501055! WWF COMMONN COOL SIZE 20901Hfi 2. CLEARING TIT$ALL BE DEMOLITION. .OTtO tOtnpf jj�'Two TNROIIGMO T § Z LMMOPE 882 LIRIOPE MUSCARI'EMERALD GODDESS' OPE A 1 GAL. 10'-1A'Hi.,S-)PPP 16'2.2. J.REMOVE TPF ONLY WITH wRnTFN AVARORAORGAN FOREVER AFTER I AU sin WORK PAS FEN 00MA.FTO. S02 lee SPARRUO BAKER! SAND CORD GRASS 3 GAL. 24'-30'OA ilAl NO CORSI RUCTION AC1VIIRS PLRMITO O - WITHIN TINWITTIRIR URBAN FORESTER APPROVAL Si I,399 TRACHELOSPERMUM ASIATICUM'MINIMA' MINIMA JASMINE 1 GAL. C-6'x 12'-18' O TREE PROTECTION FENCE rdlOMMo CFWFRS CODE RTC 00/ANICALJAAME rnMMnS NAMF COL SIZE SPACING YALE.N T.S. ,•,.:t.- SG 13.091 SF STENOTAPHRUM FLORANDUM Sr.AUGUSTINE GRASS SOD NOLO: I. A final onsite inspection shall be required with Urban Forestry staff prior to ony official acceptance of tree or plant material,in order to verify proper planting depth,spacing and quality of the material.Failure to conduct the inspection MULCH could result In rejection of the plant material. Ilii 2. Mulch shall not be applied within 8'of any tree or palm trunks that are installed or Mcorporated Into the project. IOPSfltl 3. All guying and staking shall be removed from all trees and palms within twelve months after planting.Exceptions 2.860 CUBIC FEET OF IMPORTED TOPSOIL AT A DEPTH OF 3' require written authorization from the City Urban Forester.They should be removed atter expiration of warranty. NO IMPORTED TOPSOIL kILL BE USED FOR SOD AREAS 4. All tree stakes shall be branded with Installation dates. 5. All planting beds above high tide line shall be top-dressed with a 3-layer of dark brown mulch.Contractor to submit sample to owner. 6. Contractor to follow Florida Friendly Landscaping Guidelines for planting and maintenance. . PROJECT: '�''A "°""'^'- RECORD ex s OLANDSC O'F"""o Ne.. BRITTANY BAY PARK RENOVATION v eve A APE SCNEOVIE AND IM J DETAILS L-4 2 AODREss: ` 1 DWI..BO SET USA. j ossa OFFICE OF CAPITAL IMPROVEMENT PROJECTS 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 `e`r .r�°` AswuTeD �,.,,. APPa.sr OwelaVrA I•LM Zea As <_w.aw�u... I LE .�..r..,,,iiia W GATE RENSON PLANT SCHEDULE 5661.61_6662,5 LODE las 9DTM1GI NAME COMMON NAME OWL SP1,0191 NOTE. 1. PRIOR TO PLANTING.THE CONTRACTOR SHALL STAKE AND MARK TREE LOCATIONS AND PLANTING BEDS FOR REVIEW BY THE CITY ARBORIST AND PROJECT AG 98 AVICENNIA GERMINANS BLACK MANGROVE 3 GAL. 36.4.4. LANDSCAPE ARCHITECT, 2. PRIOR TO EXCAVATION AND CONSTRUCTION OF STONE STABILIZATION OOLITIC LIMESTONE WALLS,THE CONTRACTOR IS TO STAKE THE WALL ALIGNMENT W/ 811 751 BATAS MARRIMA TURTLEWEE0 1 GAL. 18.6,c PROPOSED GRADES FOR REVIEW/ADJUSTMENT AS NECESSARY BY THE CITY REPRESENTATIVE. 3. CONTRACTOR TO MULCH ALL AREAS IN LIVING SHORELINE ABOVE HIGH TIDE LEVEL BF 1,384 BORRICHM ERUTESCENS SEA OXEYE DAISY 1 GAL 4. CONTRACTOR TO ROOT PRUNE EXISTING MANGROVE TREES WHERE RIPRAP INSTALLATION OCCURS ACCORDING TO INDUSTRY STANDARDS AND ARBOR'S JR 229 JUNCOS ROEMER/ANUS BLACK NEEDLECRASS RUSH 1 GAL 18-e.e. PRESENCE. 5. PER URBAN FORESTER'S DIRECTION,RED d WMITE MANGROVE SHALL BE PROCURED PRIOR TO INSTALLATION IN ORDER FOR UF/IFAS VERIFICATION FOR SUITABILITY PLANTING PER URBAN FORESTER. LR 36 VGUNCUWtM RMEMOSA WHITE MANGROVE 3 GAL. 38-we 6. THE RED&WHITE MANGROVE SOURCE SHALL PROVIDE A CERTIFICATE OF ACCLIMATION TO SALT CONDITIONS AT THE NURSERY. MC 562 MUNLENBERGIA CAPILLMIS PINK HUNT, 3 GAL. 2e e.c. 7. UPON REQUEST BY THE CONTRACTOR,S&ME WILL PROVIDE AUTOCAD DESIGN FILES FOR THEIR USE IN LAYOUT OF THE LIVING SHORELINE AND OTHER PROJECT FEATURES. RR 5.6 RHIIOPHORA MANGLE RED MANGROVE 1 GAL;SINGLE LEADER,STAKED 14'e.c. SR 65 SERENOA REPOS SAW PALMETTO 7 GAL. TF 238 TRIPSACUM FLORIDA/AM DWARF FAKAHATCHEE 3 GAL. 30-we. BOTTOM OF SWALE 50/5D SAND/ORGANIC SOIL MIX IN THE BOTTOM OF SWALE:5,332 CUBIC FEET 57 STONE:1.333 CUBIC FEET EAST OF SWALE 50/50 SAND/ORGANIC SOIL MIX EAST OF SWALE 7,559 CUBIC FEET w Rail v/ tai/ jig rmra r& ink . m X416 m m • A ►� iV Ltd vi Ur T; ► V ® Mir © SEE CIVIL TDWGS.ION/ FOR STONE y4•4410:sxiis, 4 A4rTly6.�41..11��4a `A �/, - _)704414,..0.461.,.....01,11 ,6%,. �T STAB ALIZATION OOLITHIC `. air���'/L�_1fl .a fir..12�4=,,�`,0' d0. Q j,W R�IJ I LIMESTONE BOULDERS �� A1R61r6ir��, r �� , 4�«�sz:•.fl'1.•4 / o . �. 4-): �411411/41 •, 1';;: ,,,,'''.i,,':.- ' 14111184' iliagitill,_ __46+......OW '-', '..".' ''47.,, 111111177., • • iMTt" &w, mfr --'"'mar-,.., Acta.lit, 15i=—_ GRAPHIC SCALE PROJECT: RECORD u 5 LIVINGS IXAxrW 1Jo BRITTANY BAY PARK RENOVATION duva ar BW AMNO SHORELINE LANDSCAPE CHECKER PLAN.SCHEDULE AND DETAILS L-5 OFFICE OF CAPITAL IMPROVEMENT PROJ!CT7 ADDRESS: 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 A••AYe.�.•-�•� ( '= �•�+- 1 DI72YM21 8D8ET D N �� r<I,wH roue _ .weev......�.. ELALE. A811A71LAlE➢. .,rn.n,.i_�..m W WTE REVISION APPS.BY • 12,20 18M1 Nat 76 p at.Rno1 ,.,.[uml .....04.1.• amolwNmaaMu WORM , .111119014.12.0 M. '� �an.[N..PAu.I a era[m ruTuu La[Y 1..01, p cMMaRA,Pie LRPRa[uFr[aRRII2 LPMa[a[Fwlu.xPu rvcm,,,,,,arBN cvM,K,a1 AWErtR .- IPJPw K1 woman, ati N ,: rxw i evuee �:: '-:+.,y"'o=,e,�' ./..1.301t.„ Tape nOTpnlro[ra NW. ,4110 -... I ....... ........... INA[. ., - p rz MITP r..4 p ... -... ... .--.. ........... 0 I: N anu6,RNo ,”" -2 \ OI PVfNG SIp E SECTION aM0.R rzeaA4. .. Geno[_� ANC wRN� Ens.N,MP . Weici or 03, .:. -L MNO10,VIE. .Np p rz R,«.M,:MR a 01SMUT aR C44 rdh'.Frw� ! I k..,..;•.. � a P ,o [,MR.[ RM... E,� Cy}VING SND[E SECTION NOTES 1. CONTRACTOR TO LOCATE 6 NA W DIO AROUND EXISTING SEAWALL a TIEBACXS. 2 CONTRACTOR TO ROOT PRUNE AROUND ERbTING TREES FOP SOIL AMENDMENTS 6000TIC LIMESTONE BOULDER N THE PRESENCE OF A CERTIFIED ARBORIST. J. CONTRACTOR TO REVIEW PLANTING PLAN FOR LIMITS OF ROOT PRUNING 6 EXCAVATOR. 4. ALL PLANTING AROUND EXISTING MANGROVE 6 BUTTONWOOD TREES SHALL OCCUR S.FROM EXISTING TRUNKS.PLANTING SHALL BE HAND DUG SO AS TO TAINT.ROOT DAMAGE. 5. CONTRACTOR TO ROOT PRUNE EXISTING MANGROVE TREES WHERE RIPRAP INSTALLATION OCCURS ACCORDING TO INDUSTRY STANDARDS AND ARBOR'S PRESENCE. B. SEE CML DETAILS FOR PROTECTION OF EXISTING STEEL TEMACES AT EXCAVATED AREA. PRDJEC7: � 3 OF RECORD BM 5 Drownsp T6 — 'I, BRITTANY BAY PARK RENOVATION _ DRAWN BY Bw 4 CROSS SECTIONS OFFICE OF CAPITAL IMPRO VEMENT PROJEGTE ADDRESS[ 1m,.[[..N AYD.:E.«.-. 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33147 : ' + IM DICATE ND SET 000 m .....,a 30 L-5.1 .,,r,r � �, eC.LLE. ASIIGIOATED ,�t,e..r r..n _ . MTE PENSION APPD.Br S M morn IBB..L.Bp of 46 _u d ... .. ... _ rwvw an.wwuc ame,wMAI. O. i - J- - Mw,..o..:. ._. aw WENT WO N � 11000116004. 11.11,11.0.0 '41'4,47;:;,016'1'4'.. MKPo,atPM �k,R+, sN aP,NRreA n .Rv w .., � fn; DaR.MM R • .]..........._..... ......... 1 ........_..aRR ............. .. ..... : .TILT R� ,°.°wcw. __... ,mom �NRroMAI NMRMe O•LV.Z S SNpE SECT MN a .I:;"`....ITate M .___. uATWORM MATE. ,R 6a r '•b.: ';&,'_�.ume{rMt klUKVaa...µ 1,110,00.2106,0 .. .., 60 On,OAST \\ fig' ,,, . . TUNIIENRRP� .. _._... SW cRnIRT.wP:RIIR.NMRa r. • MF vn.I.MK D 1r ,.:,„,.,. l�o 11M.,_ a�.:M.x.,r, yauBlKNe �� .:f .l.. RRMM mT � N MNIa1.IR,YMCW s ExIMMOPRO RIM, _..... ...... .......Rum To Mme................... .. ...... 'IPIN........ ..._............ ...._........ .................... .._........ .... ......... .................. ._........ ........... .................. .... ......._... ..... OL=V(AV SSEE SECTION • NOTES. 1. CONTRACTOR TO LOUTS S NAM DIG AROUND EXISTING SEAWALL a TIEBACKS. • 2 CONTRACTOR TO ROOT PRUNE AROUND EXISTING TREES FOR SOIL AMENDMENTS S OOLITIC LIMESTONE BOULDER IN THE PRESENCE OF A CERTIFIED ARBORIST. • S. CONTRACTOR TO RENEW PUNTING PUN FOR LIMITS OF ROOT PRUNING I EXCAVATION. 1. ALL PLAIT,.AROUND EXISTING MANGROVE a BUTTONWOOD TREES SHALL OCCUR PFROM EXISTING TRUNKS.PUNTING SHALL BE NAND DUG SO AS TO MINIMIZE ROOT DAMAGE S. CONTRACTOR TO ROOT PRUNE EXISTING MANGROVE TREES WHERE RIPRAP INSTALLATION OCCURS ACCORDING TO INDUSTRY STANDARDS AND ARBORS PRESENCE. II SEE CML DETAILS FOR PROTECTION OF EXISTING STEEL rEBACKS AT EXUVATED AREA `PRp.ECT: ,t,,� x11 _ DRAWN RECORD SH ,, pArq CROSS :. BRITTANY BAY PARK RENOVATION �. wAWNBr SW , _ CHECKER CRSECTIONS ADDRESS: A " L-5.2 OFFICE OF CAPITAL IMPROVEMENT PROJECTS it I 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 14i -•__.,•. MINOIcnreD t mraaoxt BID BET �FYnnw.a....��., .,A.A.....�.,..��, _ 6'ULE. ,...�...e...,...�.« NG. UTE REVISION AQPD.BY ORR.1WRYD ISMM OI cl 43 rs :y.","`+�,. 'a �M,<<j4;AO ..yI t; r�+m.,�u•..K•n..M a7�'„-ya''y ._'a.. . y � ...?5,3,':', • Fi Lr z"}+.v, ,ss ' 1� " w.-ran ,4T $ " ' . '",Ir•ds". , >Yti 'te'3— .��� /. j CL.bcv • \\\\\ • i t /eOTo ADD cowsIo DD�a.K -Sno,,.N°Ei6D1g.4,`'.,..',.f.:.,..,...: a E ..TLice ..U,oav ; zre -. g3�fIM" ro "`a �xf r ,e .3...3,.,.....,..•:.:.:•,,,,-,:::::-1:,..1-: \ .m� I 7: 5raXb � � r•*•••- "r� 7+ � .. 4v' S � �� ... l k `,3,i'. 2 „i,�.4, FFI . 41 .* v di �. . �`,•,''.!...',-..•- •;,',';..A. � LV�� dr�M44'...A:,>� .�v .' vv nx1S.--M �-,...— I.r. O HARDSCAPE&SITE FURNISHING PLAN I '1° �� 1 E1.9d CRAPMC.SCALE re,:�- crS.c'r ''Tai, ..' I w. +cr . ' :."T h:.. /yf. lity:: •,:..,:.11...,:,..''''.4.•,:', 1••••,...,'......;.; � 1.....::',',.. f.;;:-•;,1....::',)!:':::1';',.: ', '.,'•.''t;:''. 11NM''''. : 1 NOTE: ,( t !! ~' WJ tMD �,w S A T. c',,,"7,;;°,,7„;,=%, ONIRPTOR TO COORDINATE NITH THE ytf }y Y RKS DEPARTMENT FOR REMOVAL OF R "j` `e, j '.'..t.".1 ,I X�, +} Y. e5---{h�5 ee{s`Sri '+$SC y ! E%ISTNO FlTNE55 EdIIPMENT.PIECES �j "W,'�' � � � �� pp (,� ' DETERMINE06v PARKS DEPARTMENT TO BE • .14MulO rtrrf .N ` 8 ' • IN GOOD COIOITbN ONE IF SALVAGE. k .rlryF Er�+n tf.ayc •`" �/ t. SEECIVIL DgA'MNGS FOR DgINKINGFWNTAIN f �Jw r ,...,•;;;;,...., _ 1 SERVICE LINE DRAIN PITT DqY 1M1ELL56 cAart» �P�}+ y - ^"' • q{ EAs/ SANTARV LONNECTON6IF APPLIGBLE. IY "� eexc 't b^,"ei� 1 - w,l ,.'P/ ' • r I 4':•.';',.•'''21'';t''..!;1;"'"'•:..,e25.--...x....'' R ,ac �r , 3 '','I'T., +vim. Ai d .. O, GRAPHIC SCAB F � > I t° • i. .a .,...a�..Kms.« OAHARDSCAPE 6c SITE FURNISHING PLAN E I.mr PROJECT �,'� sscwsz V.OF RECORD .. 5 Dr.wp A BRITTANY BAY PARK RENOVATION ,:. ogAMn ev Inv HARDSCAPE&SITE "'cHKKER. tm ' FURNISHING PLAN I _G OFFICE Of,OA�RAL IM►AOVCMENT PROJECTf AooRESi 8444 INDIAN CREEK DRNE,MIAMI BEACH,FL.33141 � '� .. t taviDxl IMG SEr Frw...w..w�... L V mrmnnxw Due w ,c c �"n _ gOILE aS iNpLATED �•.•aw•,.�..n. NO RATE REVLSYON APPS.By D,m IW1LMo1 4 FINISH SCHEDULE Tee IBM Catena] Color/Pattern/Finish Mode1/5196 Dimensomnrer/Supplier Note Detail Iandacape cormsII Approved Equal Surras Mount,ace manufacturers 1/1.9 Kelly Moore Scarborough lsiee-,pening) /l-8 518 w Trash ReceyoUe Site{1/1.01,{1/1.01, 23 Ou.,41 Hi. 93601430-6.s 1322 MIA recommendations. 3A-8 or TRAMP.0n lid. ecpste senplable SEIB Biue bell,Poderoand ymeen@onexapeformacom SOB-w smaller opening&label"GN&BOTRf RECYCLING On top and Hee of bin Sr1 l5,3cn I9ner,Metallic nw&ked Am9sl 21•x33' Landscape f arms or Approved Equal Surf ace Mount 93/1.8 2/1-u Electrolyte und 5E3 08e.RM platted wee uml 35x94.27.5.1..1 EMUAmeeor us A008,68 Equal Boned down cnal um,n.cin sus tier 180317260368 Surface Mount Color Chrome Most Dependable Foumm�s.Cc. 3/611 SI& Dm king[Ountan 1019618 SMn5 53-HI. ea per Stainless Steel weottle Filler 18001552-6333 manulan mmenpatlen rif Gra./ Spon Surface Specialties 4,5/1-8 858 IAParing PI Rubber Sump 15x&429106x51 Ouse Burl See plans 173 616 52 0 3 9 PIP www, aumce.nel fqup ret 7E1 lime Runner Black&Silver 811120 4'-10".Y 3.1X2 N panne or Approved Equal allatwnper manufacturers recomm t/L9 3'95'- .I 16JD14269768 ms endmion espxwnpan corn j -_ Aroved Equal 2/1-9 cs TEz 1s1.6p Bench &a &Silver NCXl21 8-10,8,8,9•311181 183014269]88Insonation per manufacturers recornmenda0on tnsales8Akompan8om Equal 30..9 ss 1E3 Parallel ears &a &Sever FAzt0wvmM. 0 3.e. l0atl'I1 1800CApproved w269/BnCRAB.nn Per mamubdw.ra reonmrnendatmn Ussales@mmpancom Nom4an inc orapPrwed Equal 4/19 164 Lep tilt Station &ask 85ilver 311136 E'615'.F95'3'IM_7 I[txH4169768 Inatana0mr yermmueactureYs recommendation ....._..._...._.._—.._.._,__...._._..__ .q_. USSalea@kam�an.rom 1 inc.or TES ICorelwis+ Black&Sliver 12230500 3 S'a1Y.10"a3O.u'IM1 1610141269700 Approved Equal Installation per manufacturers recommendation 1/10 1lAanpan ins.or ala+@ummp mm AP proved Equal 2/E10- 7E5 ICardlo Mad a Silver XPXxxS 9979a6102.1 (81014269x11, Installation per lmanulacturers recommetwaXwr iestkompan.com NOmpaninc or Approved Equal 3/0-10 3E7 Pull W ears Black 85ilve, FA210300 5'11"912'.10,10.11'10.1 160014169768 Irotanaton per mruescwrersrecommend.nion 1 USSalea@kwmpa8cum AomPan cApproved Equal 4/610 2E8 Cross Trainer Wad 6511ver NP8125 Va.-2,6yXTI i808426-9788]88 Installation per manufacturer,recommendation a es@ymmpaNcom ABM..IAC DP Approved Equal VL-11I TER Cycle To..., Bled A Silver APxlm S Tax 795-3.1X2.1 188014269798 Installation per manufacturers recommendation __— _ VSSaleIRkpmpan m — �{I empan Cd.or Approved Equal 44.11 3E10 Twist a Step Blad B Silver ESTiilk 18.10,8-6--7,4-6,(1-113 180014269788 Installation per manufacturers recommendation u55ales@yanpan8om NOTES: CONTRACTOR TO SUBMIT SAMPLES OE SILVER&BLACK EXERCISE EQUIPMENT FOR APPROVAL.ORANGE COLOR WILL NOT BE ACCEPTED PIIDJECT: /IPA L 0004 8425 onwnp TAN 0,80123 u=. BRITTANY BAY PARK RENOVATION wue ew 4 SITE FURNISHINGS IN 2 FINISH SCHEDULE L-7 OFFICE OF CAPITAL IMPROVEMENT MIOJECTE ADDRESS. 6404 -7,..,.. r ' I,4rraeelPPNAvoca wa..pPn rum,. 6444 INDIAN CREEK.DRIVE,MIAMI BEACH,fL.33141 .,wrw " „A1E AS IND1eATED + vzwm2l BD BEi FAname w.m.42_aa—sumo*r.. ...w.r.e.u.u W,.r 830 D MTE REVISION APP'o.BY Dan 10/12/20 I Shwa 52 of 48 , TRASH RECEPTACLE pip RECYCLE RECEPTACLE CONCRETE PAD: �� M SEE CML DWOS. ®BENCH 72).. —' I Mill SURFACEMOUNT PER 11I11SURFACE MOUNT PER1YOMANUFACTURERS I-Y� Y�-' MANUFACTURERS RECOIAMENDABONS RECOMMENDATIONS \� � NIllCONCRETE PAD CONCRETE PAD SF1A�lAASH RECEPTACLE SF2 120.01 I I� I• j I I SF1BIRECT¢E RECEPTACLE 1a�11 1117 • 14' OTRASH RECEPTACLE O BENCH O BENCH,TRASH&LITTER RECEPTACLE PLACEMENT • CONCRETE EDGING RUBBER SURFACING SF1 ,n • SIDEWALK; MAT'SAGS FOR DETAIL TRAINING EQUIPMENT FOOTING; SBR CUSHION LAYER(DEPTH g f INSTALLATION PER MANUFACTURERS VARIES BY CRITICAL FALL HEIGHT 01 RECOMMENDATIONS REQUIREMENTS at PRODUCT SOLD) 4 WEAR COURSE 1 12"- 45'EDGE BEVEL 1/2"MINIMUM THICKNESS PRIMED CONCRETE BORDER A TO NST a9 PREVENT SHRINKAGE FLUSH CONCRETE 1i a 1%SLOPE /� EDGING , ". tR SLOPE EXISTING SIDEWALK • aim Yy ;,,,, COMPACTED SUBGRADE i SUB-BASE OPTIONS PER ADA GUIDELINES: (1)COMPACTED AGGREGATE- 4"OF 3/4"MINUS IRREGULAR STONE WITH FINES COMPACTED TO 95%IN 2"WATERED LIFTS.(2)CONCRETE- MINIMUM OF 3-4"AT A MINIMUM 2500 PSI. MUST CURE FOR 7 DAYS PRIOR TO CUSHION LAYER. MUST CURE FOR 28 DAYS IF _ WEAR COURSE IS TO BE APPLIED DIRECTLY TO CONCRETE , ADJACENT LANOSCAPEJ SURFACE. (3)ASPHALT-MUST CURE A MINIMUM OF 14 DAYS, PIP RUBBER SURFACE POWER WASHED VARIES.SEE HARDSCAPE PLAN FOR DIMENSION OEXERCISE PAD TYPICAL PLAN O EXCERCISE PAD TYPICAL SECTION SCALE2.,1.0. %:ALE 1.1,2"•1"0' '.TES NARDSCAPE EQUIPMENT(ELECT/PLUMBING/FIXTURES,EQUIPMENT,SHALL BE STAISRESS EELJe PROJECT: /tit' R►i1.RIT L.A.OFRECORD. RC s damns TIS pawns No. BRITTANY BAY PARK RENOVATION �,. wAwN Br Bw SITE FURNISHINGS cHEQXER. R" DETAILS L-8 OFFICE Of CAPITAL IMPROVEMENT PROJECTS ADORES 8444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 s B EA III AS I 01/204.21 BO BET Rim..�.....+.�o • b OP YE MOON a o e _ _J a �.",�4�„" SCALE INOCA ED w..,.o..,r."A' PATE REVISIONARPD.Br DRS 10/12/10 I BRaw H .✓ :; .Y r4"%7::1 i... Free Runner KOMPAN. KOMPAN' KOMPA ti KOMPAN. ..«,a>. ,.nnn Sit-Up Bench u.0. u,,,,,, 4E r‘ 4: -''' _ C.) FREE RUNNER SIT-UP BENCH SCAIE NTS O SCALE NTS f'hLt C%:Oil KP.RI:'.r, KOMPAN. KOMPAN. KOMPA$ KOMPAN.. Parallel Bars ,,,, w,.. Isy LiR Station ilNN,,.A. ,nym . _. . '-:7' '• "i :';7:6t* r't ,(e.--,-:---, ,.. ,..., y II I mi rti ri h _. 444. r �\//`�;'��/.PARALLEL BARS LEG LIFT STATION `J yi.u.,, T. _• O SCALE NIS PROJECT. ,�,,� ..-0,..,,,,TLA OF RECORD EN 5 Mx_p SITE d,w.a ri: BRITTANY BAY PARK RENOVATION DRAwNEr-26 - • .., CHECKER. �N SIDETAILS FURNISHINGS OFFICE OF CAPITAL IMPROVE M ENT PROJ CTS ADDRESS: "'- L-9 8444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 � � '" I olmrn,MO SET FM.,.�.+.0 .. .... SGLE AE INDICATED ...�.:.o...,....,,, W. MiE REVISION APUD.Er D,N.3.2 23 Icn,., 35. ee KFP25 i* Core TwLst KO/A AEN• KOMPAti. Cardio N°""i.�PL:• K!) , !!,* .. , 1 il.' .., i » { kYC .Ro Oft G fig_ i,' `f , BILe - Re ._.._.. C1CORE TWIST CARDIO SLAV NIS O LALE NR • Pull lip Ban KOMPANt. KOMP�M�i, Cross Trainer KOMiA41 4 ..P,N. i 1 ., k E O pull.UP BARS O CROSS TRAINER 4 .GALE NIS PROJECT: ,�',� r�rw LA Of RECORD BN 5 -- CnPnBSIT •.,. BRITTANY BAY PARK RENOVATION DUNN By BW cNECItBi IN EFURNISHINGS OFFICE OR CAPITAL IMRIIoveMlN rreoJeen A°° 844I INDIAN CREEK DRIVE,MUM/BEACH,Fl.33141 "*,,,.."..f=" i ' ,�,,., 0 21 MEET PYwn�a -- - - DETAILS L-1 0 1O9N0 . m,u[Pnxw•wxw [ .��.u�_......, SCALE AS SOGAT ED ,„..,,.w...,....,. NO. MATE REVISION APPS.By OW 0/1V20 IS„ . .CFX1 .... .... 6T __..\FS1000 .9 TVs}+Step KOMPAN KOMAN CycIe Trainer KOM 7�, IWMPAN� P YIDx 11 a- \, r • • 01 CYCLE TRAINER TWIST+STEP SCALE NTS O SCALE NTS Nan - — - E7FrM)F. KIK FREE or u `au PEDESTAL BOTTLE FILLUCNILLEDSPECIFIATN)NSi Omega Bike Rack M.1201 n �......... J INSTALLATION INSTRUCTIONS '7;r457017 f,00 .n.. avr Most Dependable Fountains,Inc' PwrMA.aS.00 ...w:uBwur,we FT ;;{:•� •• DETAIL,: H W la Lim . .s. All SM(surface mount)products are designed to be Installed on the 17.S. ]s s' 4 20 surface of a newu mistingconcrte dab.Your contractor needs to provide oumoa�&sa Rata +.+ alf1 PVC drain boo(.hen appliwblo)and water line[tem finch grade ""�+'IMMINE COGGestions are made to our SM products thin our access door,as shown 1 lestmhae Gm 00m a 00 oder tog nnea 0 on detail drawing:The water tubing Is provided with a l5'male iron pipe ' •,-. --- .. connection.7h1-m excellent location(w e n toR vile.Surface Mom n t+^MR*o"•^ tutsanchoredm[he existing concrete by means of,t•concrete shields was s w� with hal[ : mmJ 4'quick looks. a^n^ E q ye,..,..e .ca.. ® Note W H op3tona)template which a designed to he pored in the 1,4272.:14 reme suw t concrete slab.It with the necessary vandal resistant stand.,steel SNIPPING '�°,,,,•," Il ...w ,�,vs„�..a„•...iiia bolts and washer needed to anlhor. Baarw Back tw.a,tot, t fell' °°°°.°'..........'°°°°*.. r A ? rrep0 Rosi. ,St .... awe '0024040 i.""....."""nen 0444, MMIIIM All DO(direct Fury)products are designed to be installed to a depth of 14” rte. Po 1)042 a" l- I ,, ,w V, ,,.. below grad.MDF provides I!S"PVC drain lin.imide the pedestal wee """" A / ,,,,,,,, (when N 1 point ofconneamnhv othersMDFdm provides + -,... reinforced yl M1 'd flexible tubing with a 0'male iron pipe thread for ]�`-t,{�' conn) t t supply by others MDI recommendsan optional valve s^..,'+-_+ ,...a.. ,----....."1.:,,,, .. —' "°� w �M conal g nV(. Jut produco the t. By using this option you have « . 14p !+�` .""'.." o•r«..a. complete control of porproduci.17, gym«.sere. 7:7:::::::::...'" ita `� Individual detail drawings available Onlineor by request. r,. w ...v7.:7;17.0.''''''''''''''''''"'"°' nvaw.ua.,.. ,.x.. �.., iFCfl71l .,... i ntw,, , ••wwww..ar.ww.n.iwe".e.. ^'0' For more in(ornatlnn i °ow..r....on Most Dependable Fountains.Inc _.... ' wwwmostA able.corn 1.--',MODEL 10//S183MSS - E 7..e.. e^..e. u,i In(owmondependablecon / neon �' » NSF 000-052-6331 74.r,3 sura• ...... nnwasowm.waeswoeamocc m �w`wr.J .. ........_ PDIIIMIIII RG 901-867-0009 O BIKE RACK ODRINKING FOUNTAIN :CAIE Nis SCAL222, PROJECT: ,�,'� � LA.OF RECORD a. Drowns ib BRITTANY BAY PARK RENOVATION twow,anv aw SITE FURNISHINGS D � N DETAILS L-11 OFFICE OF CAPITAL IMPROVEMENT PROJICTS ADO 6444 INDIAN CREEK DRIVE,MIAMI BEACH,Fl.59741 � ' _"_._ As ,b,/2n03 00 SET Fow.....-.....,.m....� • „.....::;,.....=?;;;:,„, SCALE ...TED ,.,wp.���”. NO (,..TE BENISON APUD BY Dab 10/12/20 Lab..37 of AS ADJUST DISTANCES OF SPRINKLERS -v oV VoUC'UC�.4.-a)�(_liar - TO NOT THROW INTO THE RIVER �Q-"'' SEE SHEET L-13 FOR LEGEND P S P IN,,A • - L,-1 - 1 1Y . 2,.2.. c 11q' y IY" : 4., T ) 1-0 M TURF 102.0 $11)( q+'B: 4` - g1Y '„ ,y, - ' I 6 31 c-/ 3.. ,\ )3'ya ® INS .PIN^FR1NL —XB�. s 1/• rtr e9- ,,, s DO NOD INSTALL ANY PIPING DEEPER `' "' -O~-` LA NST F ULBBLERS IN THE C 1 TREE •2 Ems® 2-2 ~� \ �' 1 � SEE LA AREA. e,, ua �5 , t THAN 24"FROM FINISHED GRADE. �1 1' t' '>^ aec-� SEE PLANS F. DIVISION LMIE.30 A PLS ' ,. (2)9e d AODITONAL C10TY SUPPLIED.TREES.(e—IT,UTOTAL) B - —/ 2y- 4' - :I ~\� PROVIDE A UNIT PRICE FOR ADDITIONAL �Y SiiAll� � 2.. " L. a BVBBLERS INCLUDING PIPING I r. N.,f�.,� (l u UN It B _ 4-..i (2'—'--1:.. ; '3' .::.'.71'0' 1� (313 ,.. 1 AA `am—�- (2)3 „ --- ly®'"�r,IL ASSURE THAT CONTROLLER -�.� 2 I).LI IS ON ITS OWN BREAKER ' 1 IRRIGATION PLAN NEW.1*RP BACKFLOW PREVENTER INA te.1 .. �PhOPOSED LOCATION OF CONTROLLER IMS-41"."..-IMS-41"."..-O 4Ats 1 LBF-99/BLACK ENCLOSURE OR EQUAL MOUNTEDSEE SPECIFICATIONS 4 1 D - c n 1 fl r ON PCONCRETE SLAB 48"X36'XB"-220 GPM AT 65 l APw0 SCALE _--4----1 1,1 ADJUST DISTANCES OF SPRINKLERS 1 _ a � �t��T(THROW INTO THE RIVER _ SLE WEASEE SHEET L-13 FOR LEGEND NOTE S v .. �uL -�� 'T 1 CITY TO INSTALL 6-12 TREES; p 1., I -- - - -�� -,:, ----- 1 ....TREE LOCATIONS TO BE o-n a -. -• 1 . "' APPROVED BY CITU e- U '"I ° •, - C-3 by REPRESENTATIVE OR 11_--' r-f IK •a 1 �I ac s T.. 5uR ais I LANDSCAPE ARCHITECT —��" �`- 3 44,_,______�0 y'. z r Rr la 1 PRIOR TO INSTALLATION. V ...I- _ —� / ♦ - - - I CONTRACTOR TO PROVIDE �J�°"I� I _--- ri, 2A 6 �..c-a 2 27-,: i� I IRRIGATION VIA PROPOSED ®a'�• I 6 - I-• _,�� V V V223 r z z .. .. 1Y. IRRIGATION SYSTEM III L111a©�. ©IEttitUNI ly,. (1 Rot'uD Bs, ItV WI s z k omN \� D % 3 ° YJ i I\� a.. �' ... _ p ' _ �-_------ii-----------1 _� M.--- '.. ,:. I / -�I I IO Tt ...... // '.4 (2 3 -_�" 1' 1 z a I "` 6a f �'! �n INSTALL 1"PIPING FROM VALVE/C-1, �, 1 �.._.�$_,��,. COMMON TO ALL TREE BUBBLERS IN THE C-1' 1 '. TREE BUBBLER AREA. m I Q tP 2,1 AO So • It\ LS" V i \ SEE PLANS FOR DIVISION LINE 34 EA.PLUS I La '� Er ADDITIONAL DT'SUPPLIED TREES(8-12, _ 1 GRAPHIC SCALE 6" 'TOTAL) - 1 1 1); ,a PROGDE A UNIT PRICE FOR ADDITIONAL L A4 I 3' 2)f IY2" BUBBLERS INCLUDING PIPING. 'I - J r 2" 2., 1y.. ,A.. 1y., DO NOT INSTALL AN'�I ISN,CFUEEPEI�--— --4•-•-•- © IRRIGATION P AN THAN 24"FROM FINISHED GRADE. :.: PROJECT: '�''� eAw LP.of RECORD SN 5 Orexerp T. DmmO Ne. BRITTANY BAY PARK RENOVATION duvet m. mN a c4ccicER. IM T IRRIGATION PLAN L-12 OFFICE OFCAPITAL IMPROVEMENT PROJECTS ADDRESS: 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 ',q.''.".r"a` III= 1 pV3w30B4 BnsE3 Filename+4u-�ae. ,�...e....y...., ygLE AB INGIOATED w-...e.......... _MSE REVISION APPD.BY 0.61014}430 Ieeeet 35el HI LEGEND NN SUPPLY,URRAL MAN SUPPLY PLC LATERAL WRING ANO NRIVC ♦ RAW BIRD 1401 BUBBLER ar-VARES21 VARRSTr J L RAIN BIRD 1604-SAM WITH HUNTER MPLCS-515 NOZZLE R T f�U1a1W r 9.V• ' ® RAIN BIRD 1804-SAM WIN HUNTER MPRCS-515 NOZZLE ID[NRlE APE i WENIR1Dt T APE ® RAIN BIRD 1804-SAM INN HUNTER MPSS-530 NOZZLE NON ROVEN * 11 NON-90101 (LIEF TINE L_�_J "-,3,(SRO \_.:d.r/ 0 RAIN BIRD 1808-SAM WIN HUNTER MPBOOSR-90 NOZZLE IDENRFIO TARE ^ 0 RAIN BIRD 1808-SAM WIN HUNTER MPCORNER NOZZLE 80511f4R TAPE `I - 0 RAIN BIRD 1806-SAM WIN HUNTER 401000-90 NOZZLE i,, 0 RAIN BIRD 1808-SAM WIN HUNTER MP1000-210 NOZZLE ALL PLASM PIPING 0 RAIN BIRD 1806-SAM VAIN HUNTER MA1000-380 NOZZLE }„R ALL MAN SIIPIr IMES TO BE TBE SNAKED N TAPE t BUN]LE 7 DEMOB N ACCORDANCE NTT IOENaES AS SNOW 0 RAIN BIRD 1806-SAM WIN HUNTER 4112000-90 NOZZLE WRNG AT 10'NTERVALS - MAIN.•NSTPALAMN SPECIFICATIONS0 RAIN BIRD 1806-SAM WTI HUNTER MP2000-360 NOZZLE ePIPE AND WIRE TRENCH CONFIGURATION 0 RAIN BIRD 1808-SAM WIN HUNTER MP3080-9U NOZZLE 1� SCALE:N.T.S 0 RAIN BIRD 1806-SAM WAN HUNTER MP3000-360 NOZZLE O RAIN BIRD 1806-SAM WIN HUNTER MPLCS-515 NOZZLE O RAIN BIRD 1806-SAM VATH HUNTER MPRCS-STS NOZZLE O RAIN BIRD 19116-SAM WIN HUNTER MPSS-SOD NOZZLE PIPE 90' 45' 2215 11.' TEE OR DESIGN 0 RAIN BIRD 11512-SAM WIN HUNTER MPROOSR-90 NOZZLE SIZE BEND BEND BEND BEND PLUG PRESSURE (Ache.) (Sq.Ft.) (Sq.Ft.) (Sq.Ft.) (Sq.FL) (Sq.Ft.) (P.S.I.) ID RAIN BIRD 1812-SAM NIM HUNTER MPBOOSR-300 NOZZLE 2 .5 .3 .2 .1 .4 150 ® RAN BIRD 1812-SAM BIM HUNTER MPCORNER NOZZLE 2.5 .S .4 .2 .1 .6 150 (2 RAIN BIRD 11512-SALE TNM HUNTER MP1000-90 NOZZLE 3 1.2 .6 .3 .2 1.0 150 ® RAIN BIRD 1812-SAM VIN HUNTER MP2000-90 NOME 42 RAIN BIRD 1812-SAM NIM HUNTER 403000-90 NOZZLE 4 2.0 1.0 0.5 0.25 1.4 150 • RAIN BIRD 3008+-SAM-8.0 FC SPRINKLER 6 4.0 2.2 1.1 0.6 2.9 150 1p RAIN BIRO 5006+-SAM-4.0 PC SPRINKLER NOTE: Thrust block areas computed On basis of 2000 lbs. 0 RAIN BIRD 5008+-SAM-3.0 PC SPRINKLER per sq. ft. soil resistance bearing. 0 RAIN BIRD 5008+-SAM-1.5 PC SPRINKLER Q RAIN BIRD 5008+-SAM-2OA FC SPRINKLER 2 SCHEDULE OF THRUST BLOCK AREAS op RAIN BIRD 5006+-SAM-I.SLA PC SPRINKLER 3 SCALE:NES m RAIN BIRD 5006+-SAN-I.0LA PC SPRINKLER O RAIN BIRD 5-NP WICK COUPLING VALVE IN A LOCKING VALVE BOO 1. THRUST BLOCK BEARING AREAS SHALL BE POURED AGAINST UNDISTURBED MATERIAL. WHERE TRENCH WALL HAS BEEN DISTURBED,EXCAVATE ALL LOOSE MATERIAL AND ISI RAIN BIRD PESB-TDO-PRS-D 1"GLOBE ELECTRIC VALVE EXTEND TO UNDISTURBED MATERIAL. 0 RAIN BIRD PESB-15A-PRS-D 1.5"GLOBE ELECTRIC VALVE 2. EXTEND THRUST BLOCK FOR FULL LENGTH OF FITTINGS. PUT BOARD IN FRONT OF PLUG BEFORE POURING CONCRETE. JOINTS SHALL NOT BE COVERED BY THRUST it, RAIN BIRD PESB-200-PRS-D Y'GLOBE ELECTRIC VALVE BLOCK. PONT OF CONNECTON AND 4"REDUCED PRESSURE BACKFLOW PRESENTER TO CODE IN LEMEUR BF-99/BLACK 3. ROUGH BLOCKING FORMS SHALL BE USED ALONG SIDES OF THRUST BLOCKS. ® ENCLOSURE OR EWAL-220 GPM AT ZS 051 REWIRED UPSTREAM OF BN 4. THRUST BLOCKS SHALL BE USED IN COMBINATION, AS REQUIRED, TO SUIT THE RAIN BIRD ESP-LKME 16 STATION CONTROLLER WIN BLACK LIMMSS ENCLOSURE AND LKMMSSPED PEDESTAL SPECIFIC FITTING ARRANGEMENT. B© BIM(WIRELESS)WEATHER STATIN ON A 4"PRESSURE TREATED POST SECURED BIN CONCRETE UNDERGROUND LOCATED IN THE WEATHER NEAR ME CONTROLLER AND COMPATIBLE WIN THE CONTROLLER.SEE 5. ALTERNATE DESIGNED RESTRAINING SYSTEMS SHALL BE PROVIDED WHERE STANDARD SPEOFICATONS FOR WEATHER STATOR TYPE. THRUST BLOCKING IS NOT SUITABLE. 0 4"SADDLE TYPE FLOW SENSOR OUTPUT TO BE COMPATIBLE WITH CONTROLLER 6. ALL WOOD BLOCKING SHALL BE PRESSURE TREATED WITH PRESERVATIVE. -- O 200 GASKETED PVC MAIN LINE ROUTNG 7. INSTALL A PLASTIC BEARIER(MSQUINE)BETWEEN FITTINGS AND THRUST BLOCK. N LINE SIZE CATE VALVE Q THRUST BLOCK NOTES CL 200 OR BETTER SOLVENT MELD PVC ZONE PIPE RWTNG 1� SCALE.NES. FAA Ewee i SOI 40 PVC SLEEVE LOCAHON(SIZED ON PLANS) aviaiSii MIME VALVE PROGRAMMING,SIZE,APPLICATION AND GALLONAGE Q LEGEND t� SCALE:N/A PROJECT: ,�,,� WW"W(M LP.OFRECOND eH 6 Dnwrq NA OW+AWW BRITTANY BAY PARK RENOVATION .� DRAWN Br ew 4 IRRIGATION LEGEND CHECKER_111_- 3 L-13 OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS: lvreAP�WWI4 DI 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 i i e�' :_ ._ r2N2921 6106ET Fw.a,,. +w.,rr�w., SGLf ABNAKATED ,...1a7..:7...., NO DATE REVISION PPP D.BY Sale 101.2O 16Ne rof b NOTES INSTALL ALL PIPING SHOWN BETWEEN DIFFERENT PIPE SIZES AS THE LARGER SIZED ADJUST THE VERTICAL ORIENTATION OF SPRINKLERS ON SLOPES TO PROVIDE UNIFORM COVERAGE OF INSTALL THE SYSTEM IN ACCORDANCE WITH THE APPLICABLE LOCAL LANDSCAPE AND IRRIGATION PIPE THE SLOPED AREA. STANDARDS AND CITYS IRRIGATION REQUIREMENTS. INSTALL ALL PIPING TO INDIVIDUAL HEADS AS 3 4 AFTER FINAL SYSTEM ADJUSTMENTS HAVE BEEN MADE,APPLY"SUPER GLUE"TO ALL VARIABLE INSTALL ALL MAIN UNE PIPING FROM THE POC TO THE GATE VALVES ACROSS THE ROAD NEAR THE POC / ARC NOZZLES TO AID IN KEEPING THE ADJUSMENT OF THE SPRAY.DO NOT APPLY THE GLUE IN AS RESTRAINED JOINT PIPING. INSTALL PIPING BETWEEN THE LAST MARKED PIPE AND PIPING TO INDIVIDUAL HEADS AREAS THAT MIGHT HINDER THE ADJUSMENT OR MAINTENANCE OF ANY SPRINKLER. INSTALL MARLEX STREET ELLS FOR ALL ROTORS,ALL HEADS ON RISERS AND ALL SPRINKLERS IN TURF. (WHERE NO OTHER MARKINGS SHOW)AS 3/4". IRRIGATION HEADS SHALL BE LOCATED MINIMUM ONE(1)FOOT FROM ANY WALL.COLUMN.OR BUILDING EDGE/FACE. INSTALL ALL OTHER SPRINKLERS WTH VIRGIN POLYETHYLENE AND SBE-050 FITTING. (USE SBE-075 IF ANY IRRIGATION ITEMS NORMALLY INSTALLED IN LANDSCAPE AREAS THAT ARE THREADED FITTING ON PIPE IS 3/4".) SHOWN OUTSIDE OF LANDSCAPE AREAS OR OUTSIDE OF THE PROPERTY LINES ARE IRRIGATION HEADS SHALL BE DIRECTED AWAY FROM BUILDING AT ALL TIMES,SO THAT SPRAY DOES SHOWN AS SUCH FOR GRAPHIC CLARITY ONLY. INSTALL THESE ITEMS INSIDE OF NOT HIT BUILDING FACE,COLUMN,WALL,ETC. PROPERTY LINES AND IN LANDSCAPE AREAS. CONNECT TO THE 4"POTABLE STUB-OUT AS THE POINT OF CONNECTION. ANY EXISTING TREE ROOTS,WHEN ENCOUNTERED DURING INSTALLATION OF UTILITIES. SHALL BE CUT THIS SYSTEM REQUIRES 220 GPM AT 65 PSI AT THE POINT OF CONNECTION. OFF EVENLY WITH CLEAN SHARP PRUNING TOOLS AND COVERED WITH SOIL AS SOON AS POSSIBLE TO ALL IRRIGATION HEADS IN SHRUBS/GROUNDCOVER AREAS SHALL BE INSTALLED ON RISERS. SEE VERIFY GALLONAGE AND PRESSURES AND REPORT ANY DISCREPANCIES TO THE REDUCE DEHYDRATION. THE CONTRACTOR/DEVELOPER SHALL MINIMIZE THE DAMAGE TO EXISTING TREE DETAILS. LANDSCAPE ARCHITECT BEFORE COMMENCING WITH THE INSTALLATION. ROOT SYSTEMS. PROVIDE PROOF TO THE LANDSCAPE ARCHITECT THAT ALL AVAILABLE PROVIDE HAND WATERING FOR ESTABUSHMENT PERIOD FOR ALL TREES NOT LOCATED IN IRRIGATED MAINTENANCE MANUALS FOR EACH OF THE PRODUCTS INCLUDED IN THIS AREAS OR THAT DO NOT HAVE BUBBLERS INSTALLED AT THOSE TREES. INSTALLATION HAVE BEEN PROVIDED TO THE OWNER OR OWNER'S REPRESENTATIVE. ADJUST THE IRRIGATION SYSTEM COMPONENTS AND EXISTING SYSTEM TO BU SEAM IF PROVIDE UNIFORM COVERAGE.ASSURE THAT THE SYSTEM PROVIDES 100X EMNwtmAL— COVERAGE OF ALL LANDSCAPE MATERIALS INCLUDING SHRUBS.GROUND COVER, i WROTAmR.M TREES AND TURF. 7 ---; NUWrl LT 4AOMNNi ro Ar GENERAL NOTES i `. 1 /•• N OF NUR TnT TO AaIME PCP-UP xRTNx) r TNs NAIA (TO NOT 1130 SCALE:N.T.S. I SIX AST 11�fl I// TNI rn STAKES=STD ROSE DAIS ax SPRAYS, MS IIS1 �Iir 's ,1 a.w�S uPANTO SPRAYS, EKE OF 410"41o'l Y -:11 1 II iiioiiioi. . 11=n: Ilr" `i IIk'; Ilf" -,'''''''.611411 rrr a II. ��FI rrEpp 1—I0III III= ��/III:.11:. S�aAA,�N N OM OFT. WIVE-11` Il� llr. %���RR. MnM nARIiM TS : .11=R=Fes''-11' U-IL''•'WR c.= i.=.n-n 1 r-II,� � ,„•F�N,RE xA•EON UNDER TO BUBBLER @Lae�: ''' IP.I[II .11 IIP E,71;9 UNDER MULCH ON ROOT BALL >�T". A _ 111-�1. Il-:xr. PVC TEE S%S%T ^�,:!.7111/.%,..� T� �_ -SR OM/BM OR ELBOW THREAD K BARBZ��_ POIv-PIPE ADAPTER ,:mo'3k: ':; \ PAC SOL ED OBOE LITERAL UNE ' :-.. 0011'6'11°.FOL-IA AD PTER v;"rv`} �1igi1`Sl Wr•.", .(x)SMELL BLS 41g U.N.ME ENS N PLUME KO ht�-,5/ 24 1 N.lr',,,y-PAI:c.'Y: -, PR301.NNME Po9110N W AEG NOTE:INSTALL 2 BUBBLERS PER TREE. ANNtlxr RW OR xARDY.Vf 'A""'•'y'Tl1 ?� ►�l_ MINI]/i Cu.MAX W'LyOM NOTE:INSTALL BUBBLERS ON OPPOSING SITES OF TREE BALL <,;tT.r+ �''� MC TM R/RREAum alma NR6NR NOTE:USE MRON POLYETHYLENE PIPE.NO"FLEX PVC'TILL BE ALLOWED. e TREE BUBBLER INSTALLATION Q�SPRAY/ROTOR LAYOUT IN SHRUB BED: PLAN Q, SPRAY/ROTOR LAYOUT IN SHRUB BED: SECTION SCALE:N.T.S. 1SCALE:SCALE:N.T.S 1 SCALE:N.T.S. DES VALVE BOX T� - 1^1 RNISXLU GRADE ' � �1 3 _� I IIMIIE.alllr' AI oer CONNECTORS NOTE: II ' li=11IIP' ' L✓ CONNECT CONTROLLER GROUND PEDESTAL CABINET I I �II�11�1`_I �CTRRIIG MLLE 11/PR RED TRUST BLODO ARE TO BE CONSTRUCT")MM 1.000 P9 CONCRETE AT TO A GROUNDING ELEMENTMMA III—I :ALL VALW: M INS SRA RUNGS I ROOS TILL BE REWIRED F SURROUNDING SOL yADNUN RE95TMa AS I\ 15 tensor AS DEC.1PEAOm max HAS A BEARNG VALUE N LESS TIMI 1.000 PSC TRUST BLOOM PEDESTAL MOUNTING NEM KITS tensor RETUNED AT ALL Rams Ab MELTON CHANGES d MES AND RECOMMENDED BYTE CONTROLLER • BASE SPRIG T 2. _•, YANIFACTJUR AND NOT °S NIER PAD IS m BE IC X M•X 6.DEEP • #'� [Hj�L�I L NSTALL AL BRIO(UNDER EACH YORE,HAM Lp ORS WPM" eAae .•"- 1` G. CDRKT!R m1.VALDE BON WE PER LOCH ODOES PEDESTAL MO NTNG SCREN TO LAT:RAL LINE i// I=11� EE�/�E V � 1� 90 OEG TREADED EIBOII/ ,._ __. <411 .,te STEEP OBOR fd wMc m].iNE VALWS —IIF�1 u`',== (Nor RI0TI0 ' �. ■�j ,..aH{ _ NSfALL MAIXER STATION N LOGIgI �� `Y M DE MAKER `/ - PREP r CE Fd KNOB MES LOWE a„_ WALL A Y MASTER VALUE ARD (EEL x!CEO') PPMG.MERE POSSIBLE RI _ _ :rs; PLACE CONTROL MKS UNDER RR SENSOR AT TE POG ANI ME • ` PEDESTAL LIOINiRIG T[TPLAR Nm 111.NNMOIER - - ASSURE BMT AIL CHANCES IN MELTON P.TEPPMPP ARE TMUSO BLDDRO RESTRAMFD USING YECHANCAL NOTE LEANS ACCORDING TO N USN,'STANDARDS. ALL MITE BOLES 91M1 BE YARNED MM ME CHRST,ID. TAOS 0R SUBSTNnd ACCEPTABLE TO OBER Q THRUST BLOCK CONFIGURATIONS Q�PEDESTAL MOUNT CONTROLLER INSTALLATION Q1f ZONE VALVE INSTALLATION 1� SCALE:N.T.S. 1SCALE N.T.S. � SCALE,N.T.S. PROJECT: 'i'I R►AiArr LAOF RECORD BIA ; ONNA^P TWP Damn RHo. `, Al BRITTANY BAY PARK RENOVATION DRAIN sr. Bw IRRIGATION DETAILS L RN Y T AND NOTES L-1 4 OFFICE OF CAPITAL IMPROVEMENT PROJECTS "DRESS: 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 � ��-�� '!' T T2550 'MA' Mow*�.�� n.erxA,,twc w Au •,•3•N .u�.w.r..,,,�.w� SCALE As INWGATEO ........o..."...,,, N0.0 0.ATE 21 REVIBroN APP,BY M 12I10 IBMet 49 O .e it. MP ROTATOR NOZZLEI�IyR P ROTATOR NO2ZLE RAINBIRD ISIZ-SAN SPRINGERI I RAINBIRD 1806-SAN SPRINNIER TTI FINISH GRADE. 111,11E FINISH GRADE. 1 I LLII II II-■MI=11 II II-' 11 II ill II IT 11 II II 11. —II-11— III," —1 E- 1/2'MARLEX STREET ELL. Il�y 1/2'MARLEX STREET ELL. L OBS RS 1 N..FLOW SOSOIO H SIDE INLET(00 NOT USE) 1 1/2'X 8'PVC SCM.BO HIPPIE. 1/2'MARLEX STREET ELL. . 1/2'NARLEX STREET ELL 1E'I' I/2'MERGER STREET ELL. _ I/2'N 8'PVC SOI.80 NIPPLE. gi ilPVC UTERAL LINE. fAREA*KNOUT FITTINGS OR INTERRUPTION O RON 1E1' I/O"HARLEM STREET ELL. I In Ini I PVC LATERAL LINE PVC SCM.80 TEE • SEE SPERAL NOTES FOR SWIG.ON1 OINSTRIICIOI MATERIALS PVC SOI.80 TEE Sill NO'REX PN'WL K ALLOVER. Q 12" SPRAY HEAD AT GRADE DETAIL Q 6" SPRAY HEAD AT GRADE DETAIL Q FLOW METER MINIMIMUM DISTANCE SCHEMATIC t�Li - - SCALE N.T.S. 1RC� SCALE:N.T.S. 1� SCALE N.T.S. ROTOR NOZZLE RAINBIRD SODS-SAM SPRINKLER IFINISH GRADE. YN]R' - ROADWAY 1 LE 111 1 II=I 1111,11=111=111111 mom OM 1 11 ,I -41- 11-11I' �o PAINED .. NED LAVENDER ALIGN EDGE O MOE BOX PARALLEL 3/4'MARLEX STREET ELL. MIINT xrLE GRADE If RECLINEDII II i0 RW.M. ANI ROM 3/4'MARIE%STREET ELL. f I AM q /_ - STRIA/tAOMOCOUW RAVING AREA 3/A••X 8'PVC SCM.80 NIPPLE. IW.I 2R 0 (� SINGLE LOCATION PLANT AON0)AxdAAR SDAONO OR 'ii 3/4"MARLEY STREET ELL. 11.11- 1 ELBOW UNGLUED NOTE: ,J PVC LATERAL LINE. (UNGLUED) N]AY..ALL VALVE BOX LOCATOS . - TN LANDSCAPE ARORTECT I SPI.10 PVC GROUPINGS N SHRUB/CROUNDCOSER COIOTIONS PVC 501.80 TEE Ti SLEEVE PIPE NO VALVE BOXES ARE PUONED N TURF AREAS. -- 4�SLEEVE DETAIL Q TYPICAL VALVE BOX GROUPING 6" ROTOR HEAD AT GRADE DETAIL [-15 SCALE:N.T. 1� SCALE:N.T.S.' 66 I SCALE:N.T.E PROJECT: APT-WSINr I.A.OF RECORD RH 5 Drm i6 BRITTANY BAY PARK RENOVATION 1 8 ... LOOP er By IRRIGATION DETAILS OFFICE or CAPITAL IMPROVEMENT X10 ' 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 cr W.E AOR w L-15 «•'•"• I OIRY]T NO BET FNnNm�rF��wrr .w..r SCALE ASPOCATEO ,.,«..o....,'..". NO. DATE REVISpN .Br DAN 10112120 IBN..R Al e PART 1 - GENERAL DESCRIPTION POINT OF CONNECTION FLUSHING PIPEUNES WARRANTY FURNISH ALL MATERIALS,LABOR,EQUIPMENT.TOOLS AND CONNECT TO ME STUBOUT PROVIDED BY ME OTT FOR ME POC. RUSH ALL PIPELINES BEFORE DRIP PIPE IS CONNECTED. MAINTAIN A THE CONTRACTOR SHALL ISSUE TO THE OWNER OR OWNER'S REPRESENTATIVE TRANSPORTATION,UNLESS OTHERWISE SPECIFIED,NECESSARY TO PROVIDE CONTROLLERMINIMUM PIPE VELOCITY OF THREE FEET PER SECOND AND FLUSH FOR A A CERTIFICATE OF WARRANTY OF ME IRRIGATION SYSTEM FOR A PERIOD AN AUTOMATIC IRRIGATION SYSTEM FOR LANDSCAPE PLANT MATERIALS MINIMUM RUE OF: OF NOT LESS THAN ONE YEAR ON ALL SPRINKLERS,VALVES,THE AND TURF AND MULCH AREAS. USE A CONTROLLER PER THE LEGEND WITH THE ROW SENSOR AND CONTROLLER,AND HIS LABOR. APPLICABLE STANDARDS WEATHER STATIONCOMPATIBLE WITH THE CONTROLLER FOR THIS SYSTEM. T 221/3 WHERE T H TIME IN SECONDS C k L H PIPE LENGTH IN FEET FROM INLET PONT TO MOST DISTANT PONT DRAWING OF RECORD NIKE IN PIPELINE. AMERICAN 5OOETY OF AGRICULTURAL ENGINEERS S376.1,"DESIGN, USE U.F.WIRE APPROVED FOR DIRECT BURIAL UNDERGROUND FOR ALL 21 THE CONTRACTOR SHALL SUPPLY TO ME GINNER A DRAFTED.SCALED, INSTALLATION AND PERFORMANCE OF UNDERGROUND,THERMOPLASTIC VALVE INSTALLATION IRRIGATOR PIPELINES.' VAC APPLICATIONS REPRODUCIBLE PLAN ATONING ALL INSTALLED MADE TO THE EXISTING USE RED 014 ANO WIRE FOR ALL VALVE POWER MIRES. INSTALL ALL AUTOMATIC ZONE VALVES AND GATE VALVES IN VALVE BOXES. IRRIGATION SYSTEM AND ALL NEWLY IPES AND COMPONENTS E INCLUDING NUMBER EACH ZONE VALVE BOX N AVETUNDERSIDE AND TOPSIDE OF EACH ALL SPRINKLERS INCLUDING BODY MES AND AS M ES PIPE.INCLUDING AT ASTM D2]]I,'UN PIPICRWNO INSTALLATION OF THERMOPLASTIC PRESSURE USE WHITE NG" IT ARC WIRE FOR ALL VALVE COMMON WIRES. VALVE BOX COVER THIN BLACK WATERPROOF MARKER FOR REFERENCE. SIZES AND ME ENDS OF SLEEVING LOCARWS AS MEASURED FROM AT LEAST NO TOED OBJECTS,CONTROLLER,AND WIRE ROUTING. THIS PLAN ASTM D1]B5,POLY(VINYL CHLORIDE)(PVC)PLASTIC PIPE.SCHEDULES THRUST BLOCKING MAY BE AN ADAPTADON OF ME IRRIGATION DESIGN WITH ANY CHANGES M,BD.AND,2D. PART 3 — EXECUTION DRAFTED ON THIS PLAN. THE DRAMNG SHALL ALSO PROVIDE A MINIMUM OF TWO(2)DIMENSIONS TAKEN FROM FIXED OBJECTS TO EA.AUTOMARC GENERAL 'TRUST BLOCK PIPING AT ALL CHANGES IN DIRECTION 2"AND LARGER. POUR VALVE AND MANUAL CONTROL VALVE. ASTM 02241 PIXY(VINYL CHLORIDE)(PVC)PLASTIC PIPE(SDR-PR). A. CONCRETE THRUST BLOCKS SIZED PER INDUSTRY STANDARDS FOR PIPE SIZE, INSTALL PVC PRE IN ACCORDANCE MTH MANUFACTURER'S PRESSURE.SOIL ME.DEPTH.ETC. ADDITIONAL SUBMITTALS SUBSTITUTIONS RECOMMENDATIONS REVIEW CONSTRUCTON PLANS MN THE OWNER OR INSTALL A BARRIER(SSOUINE)BETWEEN THE CONCRETE THRUST BLOCK AND ME WHEREVER BRAND NAMES ARE USED IN THESE SPECIFICATIONS.USE ONLY OWNER'S REPRESENTATIVE BEFORE ANY WORK BENNS. ME CONTRACTOR PIPE AND FITTINGS. SUPPLY TO THE OWNER AR INSTRUCTION SHEETS AND PARTS USTS COVERING ALL SHALL CONTACT ME LANDSCAPE ARCHITECT/OWNER PRIOR TO INSTALLATION POUR THRUST BLOCKS AGAINST UNDISTURBED SOL OPERATING AND ELECTRICAL-RELATED EQUIPMENT,BOUND IN ONE(OLDER. THE BRAND SPEGFIED.MANE NO SUBSTITUTIONS ASA PART O:MIS BIO If MERE IS ANY pWBT AS TO HEAD LINE OR ZONE PLACEMENT. FURNISH ME OWNER WITH ANY KEYS FOR LOCKABLE ITEMS ON MIS SYSTEM. PACKAGE. PART 2 - MATERIALS NSPECT ME CONSTRUCTIONA E BEFORE ANY MORN BEGINS AND MG NSTALLNC ELECTRIC VA E IOENTFICATON OGD(COUPLING KEY AND HOSE SWIVEL LOCATIONS OF MAINLINE PIPE SLEEVES.HEADS ANO VALVES FOR REVIEW ATTACH PERMANENT MARKINGS AT EACH END OF EACH WIRE TO IDENTIFY IT PIPE OR ME LANDSCAPE ARCHITECT/OWNER, RAGS SHALL BE CLEARLY MARKED BY VALVE NUMBER. PROVIDE THE OWNER MMA QUICK COUPLING KEY THAT CORRESPONDS TO ME OR COLORED TO DESIGNATE THE TYPE OF EQUIPMENT TO BE INSTALLED AT QUICK COUPLING VALVES AND WITH A HOSE SWIVEL ASSEMBLY BUILT ONTO THE WICK THAT PCNT. INSTALLATION SHALL NOT COMMENCE UNTIL THE STAKING/ BEDDING VALVE BOXES COUPLING KEY. FURNISH ALL UNDERGROUND PIPING AS PVC EXCEPT FOR THE FLEXIBLE FLAGGING HAS BEEN APPROVED. POLYETHYLENE(POLY PIPE)PIPING MAT IS TO BE USED BETWEEN ME INSTALL 8"OF PEA GRAVEL OR RIVER ROCK IN THE BOTTOM OF EACH VALVE MISCELLANEOUS LATERALS AND SPRINKLER HEADS.ALL MAIN LINE PVL PIPE SHALL BE BOX. GASKETEO SDR 21(CL 200)PVC AND ALL ZONE PIPE SHALL BE CL 200 COORDINATE THE INSTALLATION OF THE IRRIGATION SNIT.MM ME PVC OR BETTER. LANDSCAPE CONTRACTOR TO PROVIDE FOR CORRECT APPLICATION OF WATER INSPECTIONS ANY IRRIGATION ITEMS NORMALLY INSTALLED IN LANDSCAPE AREAS NAT ARE SHOWN TO THE PLANT MATERIAL. OUTSIDE O LANDSCAPE AREAS OR OUTSIDE OF ME PROPERTY LINES ARE SHOWN AS SIZE EACH SLEEVE AT LEAST TWICE(Z%)ME SIZE Of THE%PE BEING ME FOLLOMNINSPECTIONS ARE REQUREI. NOTIFY OWNER OR OWNER'S SUCH FOR GRAPHIC CLARITY ONLY. STALL MESE ITERS INSOE OF PROPERTY ROUTED THROUGH IT EXCEPT FOR 6'PIPE WHICH REORRES A IDI'SLEEVE. PVE TRENCH CONSTRUCTION REPRESENTATIVE AD IN ADVANCE THAT EACH ITEM IS READY FOR INSPECTION LINES A.IN LANDSCAPE AREAS. CONTACT THE OWNER OR LANDSCAPE ARCHITECT INSTALL EACH CONTROL RARE SLEEVE OF SUFFICIENT SIZE FOR ME REQUIRED PRIOR TO INSTALLATION IF IN ANY DOUBT OF HEAD,LINE OR ZONE PLACEMENT. NUMBER OF VIRES BEING ROUTED THROUGH IT UNDER ME AREA SPECIFIED. PROVIDE FORA MINIMUM DEPTH O COVER OF IT FOR ALL MAN UNE AS INDICATED BELOW. CONSULT MM ME OWNER OR OWNER'S REPRESENTATIVE FOR ME LOCATION, PIPE AND 12'OF COVER FOR ALL ZONE PIPE AS MEASURED FR. REPORT THAT NC SYSTEMIPROVIDES LAND COVERAGE OF ALL LANDSCAPED GING INSPECTION OF FLAGGED UNDERGROUND MAINLINE PI%NG,SLEEVES. REPORT ANY DISCREPANCIES TO THE LANDSCAPE ARCHITECT BEFORE COMMENCING DEPTH,NUMBER AND 512E OF ANY AVAILABLE EXISTING SLEEVES. FINISHED GRADE. SPRINKLER AND VALVE LOCATIONS PRIOR TO BEGINNING CONSTRUCTION- WITH THE INSTALLATION. PROVIDE ME MINIMUM DEPTH OF COVER,AS SPECIFIED ABOVE,OVER THE NOTIFY 48 HOURS IN ADVANCE. ALL APPLICABLE CODES SHALL TAKE PRECEDENCE OVER THESE PLANS. IT IS ME INSTALL ANY ABOVE GROUND PIPE AS OLP.OR GALVANIZED PIPE. NOP OF TIE PIPE BEFORE NE TRENCH IS WIILPL-LOADED. CONTRACTOR'S RESPONSIBILITY TO COMPLY MTH ALL APPUCABLE CODES. PIPE FITTINGS COVERAGE TEST-NOTIFY b HOURS IN ADVANCE. THE KE E LANDSCAPE ARCHITECT RESERVES THE RIGHT TO MAMINOR FIELD CHANGES. FOR MAIN UNE PVC PIPE FITTINGS USE MARCO D.I.P.GASKETED PUSH-ON FINAL INSPECTION-NOTIFY 48 HOURS IN ADVANCE. FITTINGS AND USE THREADED FITTINGS FOR CONNECTION TO VALVES. GROUND THE CONTROLLER TO A GROUNDING ELEMENT PER LOCAL COVERAGE TESTS-CONDUCT SPRINKLER COVERAGE TESTS UNDER NORMAL FOR PVC ZONE PIPE.USE SCHEDULE W0,SOLVENT WELD FITTINGS, ELECTRICAL CODES AND A MINIMUM OF 10 OHMS RESISTENCE.. OPERATING PRESSURE CONDITIONS BEFORE ANY GROUND COVER OR TURF IS MANUFACTURED FROM R.12454-B COMPOUND AND TESTED IN PLANTED. CORRECT AND FIELD AOM15T SPRINKLER ORIENTATION TO ACCORDANCE MN ASTM DROW,EXCEPT FOR THREADED FITTINGS.FOR USE A"CADNELD"CONNECTOR TO CONNECT THE WIRING TO THE GROUNDING PROVIDE UNIFORM PRECIPITATION OVER THE IRRIGATED AREA AND THREADED APPLICATIONS USE SCHEDULE BO FITONGS MANUFACTURED FROM ELEMENT. MINIMIZE OVER SPRAY ONTO PAVED SURFACES AND BUILDINGS. PVC 12454-B COMPOUND AND TESTED IN ACCORDANCE WITH ANN 02467. BACK FEL CONNECT ALL POLY%PE'AND RISER ASSEMBLIES TO THE IRRIGATION SUBMITTALS PIPELINE MTH A SCHEDULE 80 TEE.AS DESCRIBED ABOVE. PROVIDE INITIAL BACK FILL MATERIAL THAT IS THE-GRAINED MATERIAL NE CONTRACTOR SHALL PROVIDE SUBMITTALS FOR EACI OF THE FOLLOWING FREE FROM COMPACTED EARN GREATER THAN TWD INCHES IN DO NOT USE MALE ADAPTERS FOR ANY APPLICATIONS. INSTEAD,USE A DIAMETER,ROCKS OR STONES. POINT OF CONNECTION ASSEMBLY ITEMS,INCLUDING BFP "TOE'NIPPLE GLUED INTO A SCHEDULE 40 COUPLER. VALVES SEE DETAILS FOR SPRINKLER TO RIPE CONNECTIONS. NO"FLEX PVL COMPACT ORALLY AROUND E TAMP THE BACK FILL IN LAYERS NOT TO EXCEED SIX INCHES. LIFT AND FLOW SENSOR PIPE AND UP TO AT LEAST SIX INCHES SOLVENT CEMENT AND PRIMER ABOVE NE TOP O ME PIPE. SUFFICIENTLY MOISTEN THE BACK FILL TO GATE VALVES PERMIT THOROUGH COMPACTION UNDER AND ON EACH SIDE OF THE PIPE TO EACH TYPE OF ELECTRIC VALVE USE A MEDIUM OR HEAVY BODY CRAY SOLVENT CEMENT MANUFACTURED IN PROVIDE SUPPORT FREE FROM VOIDS. AVOID DEFORMING,DISPLACING,OR OUCK COUPUNU VALVE ACCORDANCE MM ASIY 02561 AND PRIMER MMNUFACMREO IN ACCORDANCE DANAGNG PIPE WRING MIS PHASE OF ME OPERATION. SSURE NAT WHEN WICK COUPLING KEY AND HOSE SWIVEL ASSEMBLY WITH ASTM F856. FINISHED.ME SOL CWPACTION EQUALS ME ORIgNgL CONDITION. ISOLATION BALL VALVE MAIN LINE PIPING VALVE BOXES FITTING AND PIPE CONNECTIONS ZONE PIPING VES SQUARE CUT.CLEAN AND PRIME ALL JOINTS BEFORE CEMENTING. MLAIIN UNE FIlTNGS USE 12 X 18 VALVE BOXES FOR ALL APPLICATIONS. U ZONE PIPE FITTINGS FULLY ENGAGE ALL JOINTS MALE CEMENTING. ELECTRIC VALVES EACH SPRINKLER CONNECTION TYPE PVC FITTINGS-MAKE ALL SOLVENT WELD JOINTS IN ACCORDANCE MTH EACH SPRINKLER TYPE WIN RANT BIRO ELECTRIC VALVES MPRESSURE REGULATORS FOR ALL ANTS 02855. PRIME ALL FITTINGS WIN PURPLE PRIMER BEFORE MAKING BUB SPRINKLER NOZZLE APPLICATIONS. BUBBLERS SNE(I) WELD TO ET UP B ALLOW SOLVENT WINDED JOINTS Al LEAST GROUNDING ITEMS WEATHER STATION ONE(I)HOUR TO SET UP BEFORE MOVING OR HANDLING. FT NOT PERMIT CONTROLLER WOVE IN ME PIPE FOR AT LEAST TWENTY-FOUR HOURS RWR WANING A MEANER STATION INSTALL A WEATHER SHARON THAT ID USPS R C NE CONTROLLER AND SOLVENT VELD ON MAT PIPE ER. GIL RECOMMENDED D VWIFI IN NE NEAMER STATION MOUNTING(SHOP DRAWING) SENSES RAINFALL,TEMPERATURE AND USES UIS CODE BASSO WEATHER SOLVENT GEMENT EXCEPT SPRINKLER SEAL ALL THREAVAL PVC FITTINGS S FR CALCULATION ME WECF EA STATIN SHALL USE THE FROM THE FORMULARMATO SQUIG TEFLON EINST L SAL OF HEADS,EELECTRICTIONVALVE NCTIONS AND FOR EALWLATW Of THE PREgPITATON NECESSARY FROM ME INfORMATON SWING JOINTS. INSTALL ALL OF THESE EXCEPTIONS USING ONE INCH GATHERED. TEFLON TAPE - Q SPECIFICATIONS t� SCALE:N/A PROJECT: LA W T� L.A.OF RECORD BH 5 pnwnp T. Dem,Ac BRITTANY BAY PARK RENOVATION 464.6Y Bw 4 IRRIGATION SPECIFICATIONS CHECKER Q0 2 L-16 OFFICE OF CAPITAL IMPROVEMENT PROJECTS ADDRESS' wN.,A�.AP®I... �,o..FNM.N,YPM. 6444 INDIAN CREEK DRIVE,MIAMI BEACH,FL.33141 ( +' — 01ft/2011 ID SET FNNN,N�.......... .++.,("..)=.:,.+. SCALE AS INDICATED „,./4(e.,.u.w.. N0. DATE REVISION AND,BY ON 10/12120 NAA 42 of 4e BID SET BRITTANY BAY PARK LIVING SHORELINE , OVERLOOK & PARK P RENOVATION 6444 INDIAN CREEK DRIVE 0 MIAMI BEACH , FLORIDA 33141 PREPARED FOR J E CITY OF MIAMI BEACH CAPITAL IMPROVEMENT PROJECTS C PREPARED BY T BRINDLEY PIETERS & ASSOCIATES, INC. SUITE 200-11 M 815 NORTHWEST 57th AVENUE A MIAMI, FLORIDA 33126 305.266.1235 N ItI'AI Ekrixik -s.PA,1 .,a,as,n,zx s, A L Michael Harter P.E. FLORIDA P.E. NUMBER 81665 JANUARY 29, 2021 BPA PROJECT NO.471A-2 CITY OF MIAMI BEACH TABLE OF CONTENTS BRITTANY BAY PARK LIVING SHORELINE, OVERLOOK AND PARK RENOVATION TABLE OF CONTENTS SPECIFICATIONS 01010 Summary of work 01025 Measurement and Payment 01031 General Project Procedures 01045 Cutting and Patching 01050 Field Engineering 01060 Regulatory Requirements and Permits 01070 Abbreviations 01090 Reference Standards 01152 Applications for payment 01200 Project Meetings 01311 Schedules and Reports 01340 Shop Drawings, Product Data and Samples 01380 Construction Photography 01400 Quality Control 01410 Testing Laboratory Services 01505 Mobilization, Site preparation and Demobilization 01510 Temporary Utilities 01520 Construction Aids 01530 Protection of Existing Utilities 01550 Site Access and Storage 01560 Temporary Controls 01570 Traffic Regulation 01580 Project Identification Signs 01590 Contractor's Field Office 01600 Material and Equipment BRINDLEY PIETERS &ASSOCIATES 012100-2 January 29, 2021 CITY OF MIAMI BEACH TABLE OF CONTENTS BRITTANY BAY PARK LIVING SHORELINE, OVERLOOK AND PARK RENOVATION 01660 Equipment Testing and Startup 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Guarantees and Bonds 02002 FDOT Standard Specifications for Road and Bridge Constructions 129300 Site Furnishings 329300 Plants INDEX OF DRAWINGS Civil G-01 COVER SHEET & INDEX OF DRAWINGS G-02 NOTES AND LUMP SUM PROJECT COMPONENTS G-03 DRB 16-0101 BRITTANY BAY PARK G-04 DRB 16-0101 BRITTANY BAY PARK V-01-V-03 BOUNDARY & TOPOGRAPHIC SURVEY C-01 DEMOLITION PLAN C-02 GEOMETRY SHEET C-03 GRADING PLAN C-04—C-05 LIVING SHORE SECTIONS C-06-C-09 CIVIL DETAILS C-10 COORDINATE POINT TABLES C-11 EROSION CONTROL PLAN C-12 EROSION AND SEDIMENT CONTROL DETAILS Survey V-01-V-03 BOUNDARY & TOPOGRAPHIC SURVEY Structural S-01 STRUCTURAL NOTES BRINDLEY PIETERS &ASSOCIATES 012100-3 January 29, 2021 CITY OF MIAMI BEACH TABLE OF CONTENTS BRITTANY BAY PARK LIVING SHORELINE, OVERLOOK AND PARK RENOVATION S-02-S-04 OVERLOOK DETAILS Landscape, Hardscape & Irrigation L-0 GENERAL NOTES & SYMBOLS L-1 TREE DISPOSITION PLAN L-2 TREE DISPOSITION TABLE L-3 LANDSCAPE PLAN L-4 LANSCAPE SCHEDULE AND DETAILS L-5 LIVING SHORLINE LANDSCAPE PLAN, SCHEDULE, AND DETAILS L-5.1-L-5.2 CROSS SECTIONS L-6 HARDSCARPE AND SITE FURNISHINGS PLAN L-7 SITE FURNISHINGS, FINISH SCHEDULE L-8-L-11 SITE FURNISHINGS DETAILS L-12 IRRIGATION PLAN L-13 IRRIGATION LEGEND L-14 IRRIGATION DETAILS AND NOTES L-15 IRRIGATION DETAILS L-16 IRRIGATION SPECIFICATIONS Electrical E-1.0 GENERAL NOTES AND SYMBOLS LEGEND E-2.0 ELECTRICAL SITE PLAN — DEMOLITION E-3.0 ELECTRICAL SITE PLAN — NEW WORK E-4.0 SITE PLAN —PHOTOMETRICS E-5.0 ELECTRICAL RISERS AND PANEL SCHEDULE E-6.0 ELECTRICAL DETAILS Appendix Permits Miami Dade County DERM Permit CL1-2014-0188 Miami Beach Design Review Board DRB16-0101 BRINDLEY PIETERS & ASSOCIATES 012100-4 January 29, 2021 CITY OF MIAMI BEACH TABLE OF CONTENTS BRITTANY BAY PARK LIVING SHORELINE, OVERLOOK AND PARK RENOVATION Geotechnical Report PSI - Report of Geotechnical Engineering Services BRINDLEY PIETERS &ASSOCIATES 012100-5 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. WORK to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power,water, and essential communications, and performing all WORK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the CITY. B. Wherever the term CONSULTANT is used in these documents, it shall be construed to mean the CONSULTANT, through the PROJECT MANAGER. The PROJECT MANAGER function on this project will be administered by the CITY's Representative. C. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises the construction of the infrastructure site work for Brittany Bay Park Living Shoreline, overlook and park renovation. The WORK will include but not be limited to site preparation, earthwork, storm drainage, pathways, lighting, planting, irrigation, living shoreline, overlook and site equipment. B. The general location of the WORK section is as follows: The project is located in 6444 Indian Creek Drive, Miami Beach, FL.33141. 1.03 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the latest editions of the following publications: 1. Miami-Dade County Public Works manual "Design and Construction Standards"; 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements; 3. The Florida Department of Transportation "Roadway and Traffic Design Standards"; 4. The Florida Department of Transportation "Structures Standards," and; BRINDLEY PIETERS &ASSOCIATES 012100-6 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION 5. Miami-Dade Water and Sewer Department "Design and Construction Standard Specification and Details". 1.04 SITE INVESTIGATION A. The CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the CONTRACTOR to completely or properly evaluate the site conditions shall not be grounds for additional compensation. B. Soil boring information may be furnished to the CONTRACTOR for its general information. Such data is not warranted to be correct; the CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the CONTRACTOR because of differences between actual conditions and those shown by the boring logs. 1.05 WORK BY OTHERS A. Concurrent work by Other CONTRACTORS. The CONTRACTOR'S attention is directed to the fact that WORK may be conducted at the site by other CONTRACTORS during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause little or no delay to work of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference With Work On Utilities. The CONTRACTOR shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.06 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water, sewerage, drainage structures, ditches and canals, gas, electric,television and telephone. Prior to commencing with the WORK, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities in accordance with the Section entitled "Protection of Existing Facilities"and shall have obtained all required permits and permissions. CONTRACTOR shall also deliver written notice to the CITY, PROJECT MANAGER and property occupants(private and public) of all planned disruption to roadway, driveways, and utilities 72 hours in advance of disruption. B. Because other projects will be connected to portions of WORK constructed as part of this project, it may be necessary to sequence portions of this project. CONTRACTOR shall BRINDLEY PIETERS & ASSOCIATES 012100-7 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION be responsible for coordinating construction activities and tie-ins with CONTRACTOR's of adjacent phases and sections as required. C. CONTRACTOR shall sequence the WORK so as to minimize impact on residents. CONTRACTOR shall notify schools, the City's Fire and Police Department, and the Post Office 14 days prior to disruption of roadways. D. In addition, the following restrictions shall be maintained: a. No two adjacent roadways may be under construction at the same time (i.e. construction shall be on alternating roadways, and every other roadway shall remain open for access). In no case shall more than 50 percent of all roadways in a section be under construction at one time. At least 50 percent of all roadways shall have an asphalt surface, either original or new asphalt, at all times. The CONTRACTOR shall make every effort to provide access to driveways at the end of the working day. If a driveway is not accessible, the homeowner should have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles, an area for parking shall be provided within one block of the furthest home affected. This condition is to be avoided whenever possible and shall last no longer than five (5) working days. The parking area location shall be coordinated by the CONTRACTOR, with the CITY's approval. The CONTRACTOR shall lease the property from the land owner, and will provide a compacted, graded parking surface in compliance with all jurisdictional agency requirements. b. The CONTRACTOR shall not begin construction on subsequent roadways until the initial roadways under construction are substantially complete. A roadway shall be considered substantially complete when all work is complete except for the last lift of asphalt. All work on private property and landscaping must also be complete before a road is considered substantially complete. c. Construction within the right of way of affected roads shall be scheduled so that all improvements are completed at once, and the residents are only disrupted for one time period. This excludes water service plumbing work on private property which shall be scheduled after mains are tested and accepted for connection by individual services. d. All affected residents and property owners shall be notified in writing a minimum of two (2) weeks prior to any disruption to or construction in road right-of-ways adjacent to their homes. The notification shall also indicate any special parking or traffic conditions that will affect residents. Notification shall be in the form of certified letters. e. All affected residents shall be notified a minimum of forty eight (48) hours prior to a shut off of water supply. Any water supply interruptions shall be scheduled to be as short as possible and not exceed four(4) hours. Notification shall be in the form of certified letters. f. At any time, the entire length of two north-south Avenues and two east-west Streets shall remain unobstructed and open to through-traffic for each section. Access for emergency vehicles shall be maintained at all times to all homes or BRINDLEY PIETERS &ASSOCIATES 012100-8 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION businesses. Excavation must be back-filled or barricaded at the end of each work day to prevent hazardous conditions. If a trench, excavation or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each work day or when work will be suspended for more than eight (8) hours. g. Transportation provisions for handicapped or disabled residents shall be made by the CONTRACTOR if construction prevents access to homes. h. The CONTRACTOR shall also make provisions with local bus, school bus, garbage collection, mail delivery and other agencies for continuation of service. A traffic maintenance plan indicating proposed street closings, schedules, and alternate routes which has been approved by the applicable jurisdictional agency, should be submitted to all affected agencies for coordination and routing purposes. i. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipe and material shall not be strung out along installation routes. E. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within 270 calendar days of the Notice to Proceed. F. Final Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within 30 calendar days of the Notice-to-Proceed. 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual Traffic Control Plan at the Pre- Construction Conference. This preliminary plan shall identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic flows during each phase. The CONTRACTOR will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. B. The "Maintenance of Traffic" plan shall address pedestrian traffic as well as vehicular traffic. As a minimum, the plan shall address the following pedestrian requirements: a. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. CONTRACTOR shall not block bus access to schools during school hours. b. In the case that a designated crossing of any portion of the designated walk route can not be maintained,then the CONTRACTOR shall notify the applicable"School Safety Coordinator"a minimum of ten (10)working days prior to ceasing that route so that an alternate route can be established with the School and the Enforcing agency. c. It shall be the responsibility of the CONTRACTOR for any necessary Construction, Pavement Marking and Signage or any Pedestrian Signalization and/or Signal Modification to accommodate an alternate safe walk route. BRINDLEY PIETERS & ASSOCIATES 012100-9 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION B. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. C. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. D. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. E. Streets shall not be closed, the work must be conducted with the provision for a safe passageway for traffic at all times. The CONTRACTOR shall make all necessary arrangements with the jurisdictional agency concerning maintenance of traffic and selection of detours required. F. All existing stop signs shall be maintained. G. When permission has been granted by the City, pursuant to applicable City Codes and Standards to close an existing roadway, the CONTRACTOR shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The CONTRACTOR shall furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional agency may direct. Signage shall be affected one week before closure. H. The CONTRACTOR shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shut down of the work until the CONTRACTOR provides the necessary protection. I. Any time traffic is diverted for a period of time that will exceed one work day, temporary pavement markings will be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated. Painting over existing pavement markings (black out) shall not be permitted. J. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. The jurisdictional agency must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the base bid price. 1.08 TRAFFIC IMPACT PLAN A. The CONTRACTOR shall submit a weekly Traffic Impact Plan to the CITY and PROJECT MANAGER by Wednesday of each week to allow for notification of anticipated road closures to public entities located in and doing business in the project area. The Traffic BRINDLEY PIETERS &ASSOCIATES 012100-10 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. 1.09 TEMPORARY STRIPING A. CONTRACTOR shall install temporary paint striping after the first and second lifts of asphalt, and maintain until the permanent thermoplastic striping is installed. 1.10 WORK SCHEDULE A. Time is of the essence in completing this project. Because time is of the essence, the CONTRACTOR shall commit the necessary resources to this project to complete it in a timely manner. Note that a typical workday will be based on hours between 8:30 am and 6:00 pm, Monday through Friday, excluding holidays. If the CONTRACTOR wishes to work longer hours than those specified herein, it shall request so, in writing, by Friday of each week. Work completed other that regular working hours should be easily observable by CITY and/or PROJECT MANAGER staff on the subsequent day. If the CONTRACTOR proposes to complete work that will be"covered up"after normal working hours, it shall reimburse CITY for costs associated with the observation of such work. The Construction progress will be measured with the construction schedule submitted by the CONTRACTOR. If the PROJECT MANAGER determines that the CONTRACTOR does not meet the CPM as specified in the Section entitled "Schedules and Reports", the CONTRACTOR will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in timely manner will be borne by the CONTRACTOR. B. SCHEDULE 1. CONTRACTOR shall submit scheduling information for the WORK as required in the Section entitled "Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.11 COMPUTATION OF CONTRACT TIME A. It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to the PROJECT MANAGER as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. CONTRACTOR is obligated to provide documentation to the PROJECT MANAGER if additional elements of WORK affects the critical path of the project. If WORK set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the CONTRACTOR may be granted time to suspend WORK operations for vacations or holidays, contract time will not be suspended. During suspensions, CONTRACTOR shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. In addition, CONTRACTOR shall comply with timely notice requirements as specified in the General Conditions. BRINDLEY PIETERS &ASSOCIATES 01 21 00-1 1 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR's use of the project site shall be limited to its construction operations. Storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the PROJECT MANAGER. Note that staging areas on the project site are limited to the CITY's right-of-way. Other areas required for material storage must be arranged and paid for by the CONTRACTOR, as a part of its base bid. 1.13 PRE-CONSTRUCTION CONFERENCE A. After the award of Contract and Notice to Proceed, a Pre-construction Conference will be held between the CONTRACTOR, the PROJECT MANAGER, CONSULTANT, CITY, other interested Agencies, representatives of Utility Companies and others affected by the WORK. The time and place of this conference will be set by the PROJECT MANAGER. The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the PROJECT MANAGER, the City and CONSULTANT. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.14 UTILITY LOCATIONS A. To the extent possible, all existing utility lines in the project area have been shown on the plans. However, neither the CITY, PROJECT MANAGER and/or CONSULTANT guarantee that all lines are shown, or that said lines are in their true location. It shall be the CONTRACTOR'S responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof of lines shown on the plans. Compensation for items not drawn on the plans shall comply with Change Order Provision as specified in the General Conditions. B. The CONTRACTOR shall notify each utility company involved at least ninety (90) 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 for by the CONTRACTOR. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the CONTRACTOR and the utility company involved. C. The CONTRACTOR shall schedule and coordinate its WORK in such a manner that it is not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the CONTRACTOR for any loss of time or delay. D. All overhead, surface or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties BRINDLEY PIETERS & ASSOCIATES 012100-12 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION to make repairs at the expense of the CONTRACTOR. All repairs made by the CONTRACTOR are to be made to the satisfaction of the utility Owner and shall be inspected by a representative of the utility Owner and the CITY. E. The CONTRACTOR should be aware that the CITY provides a free locating service for City-owned utilities for CONTRACTORS and excavators: Within forty-eight (48) hours before excavating, the CONTRACTOR should call the CITY, and a locator will be dispatched to the WORK location. CONTRACTOR shall reasonably notify other utility companies not included in the CITY location service, these include Florida Power and Light, cable, gas, etc. 1.15 LINE AND GRADE A. The CONSULTANT has provided vertical and horizontal control for layout of the WORK in the form of bench marks and reference points located adjacent to the WORK. From these controls provided,the CONTRACTOR shall develop and make all detailed surveys needed for construction and shall establish all working points, lines and elevations necessary to perform the WORK. This surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida. 1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The CONTRACTOR shall carefully protect from disturbance all survey monuments, stakes and bench marks, whether or not established by it, and shall not remove or destroy any surveying point until it has been properly witnessed by a representative of the CITY. All major survey monuments that have been damaged by the CONTRACTOR such as section corners, 1/4 section corners, property corners or block control points, shall be replaced at the CONTRACTOR'S expense with markers of a size and type approved by the CONSULTANT. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The CONTRACTOR shall document survey monuments prior to construction and submit the location and type of all markers to the CITY. 1.17 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class WORKing condition. 1.18 STORAGE SITES A. The CONTRACTOR shall furnish, at its expense, properly zoned areas suitable for field office, material storage and equipment service and storage. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. The CONTRACTOR shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.19 OWNERSHIP OF EXISTING MATERIALS A. All materials removed or excavated from the job site shall remain the property of the CITY until released by the PROJECT MANAGER, at which time it shall become the property BRINDLEY PIETERS & ASSOCIATES 012100-13 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION of the CONTRACTOR, who shall dispose of it in a manner, complying with all applicable jurisdictional requirements. 1.20 EXCESS MATERIAL A. All vegetation, debris, concrete or other unsuitable materials shall be disposed of off-site in approved areas provided by the CONTRACTOR. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. Any excess material desired to be retained by the CITY shall be delivered by the CONTRACTOR to a designated area within a 5 mile radius of the project, at no extra cost to the CITY. 1.21 AUDIO-VISUAL PRECONSTRUCTION RECORD A. General: 1. The CONTRACTOR shall engage the services of a professional electrographer. The color audio-video recordings shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio video recording documentation. The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio-video recording i.e., manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer are the names and addresses of two references that the electrographer has performed color audio-video recording for on projects of a similar nature within the last 12 months. 2. Prior to beginning the WORK, the CONTRACTOR shall have a continuous color audio-video recording taken along the entire length of the project to serve as a record of preconstruction conditions. No construction shall begin prior to review and approval of the audio-video recording covering the construction area by the CONSULTANT. The CONSULTANT shall have the authority to reject all or any portion of the audio-video recording not conforming to the specifications and order that it be redone at no additional charge. The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified. The CONSULTANT shall designate those areas, if any, to be omitted from or added to the audio-video coverage. B. Audio-Video DVD(s): 1. Audio-Video DVD(s) shall be new. Reprocessed DVD(s) will not be acceptable. The DVD(s) shall be of the one-time recordable type (R), not the re-writable (RW) type. They shall be interchangeable with the video DVD player and shall be compatible for playback with a standard player-receiver, DVD format with MPEG2 compatibility. 2. CONTRACTOR shall provide the PROJECT MANAGER two complete sets of DVD's for each of the project areas. Each DVD shall be maintained and delivered in a jewel case. BRINDLEY PIETERS &ASSOCIATES 012100-14 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Audio-Video Tapes or other media not specifically mentioned in these specifications will not be accepted. C. Equipment: 1. All equipment, accessories, materials and labor to perform this service shall be furnished by the CONTRACTOR. 2. The total audio-video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 3. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve feet. In some instances audio-video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the CONSULTANT. 4. The color video camera used in the recording system shall have MPEG2 format video recording capability with a minimum resolution of 720 x 480, clear, focused, and relatively free from roll, static or other image distortion that would prevent the reviewer from evaluating the existing conditions,and of good visual quality capable of slow motion and pausing without significant reduction of visual quality, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot-candles. D. Recorded Information -Audio: 1. Each tape shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. E. Recorded Information -Video 1. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual transparent digital information to include the date and time of recording, and station numbers as shown on the drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, name of street, house address, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. BRINDLEY PIETERS & ASSOCIATES 012100-15 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION 2. All recording shall be done during times of good visibility. No recording shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 3. The rate of speed of the vehicle used during taping shall not exceed 10 miles per hour. Panning, zoom-in and zoom-out rates shall be sufficiently controlled to maintain a clear view of the object. 4. Recording coverage shall include all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs and headwalls within the area covered. Particular attention should be paid to those items outside or adjacent to the work limits that may become damaged during construction. F. Payment: Compensation for the audio-video preconstruction record shall be included in the lump sum bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the CONTRACTOR'S responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, to meet all final grades, unless otherwise instructed by the CONSULTANT or the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the Contract Plans does not relieve the CONTRACTOR from making such adjustments as may be deemed necessary. Cost for such work shall be inputted in the Contractor's Base Bid. 1.23 CONFLICT STRUCTURES A. The CONTRACTOR shall abide by the following criteria concerning conflicts between new drainage, water, or sewer construction and existing utilities. 1. The CONTRACTOR shall verify the location of all utilities suspected of being potential conflicts prior to ordering drainage or sewer structures for these locations and inform the CONSULTANT as to its findings. 2. The CONSULTANT shall have full authority to direct the placement of conflict structures, the relocation of structures shown in the plans, and the addition, deletion, or relocation of any pipe shown in the plans to facilitate construction, expedite completion and avoid conflicts with existing utilities. 3. Where an existing utility is to pass through a conflict structure, the CONTRACTOR shall protect the utility from damage by whatever means the utility owner and the CONSULTANT deem necessary. BRINDLEY PIETERS &ASSOCIATES 012100-16 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION 4. In no case shall there be less than 0.3 feet between any two (2) pipe lines within the structure or between pipe lines and the structure. 1.24 ENVIRONMENTAL PROTECTION A. The CONTRACTOR shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the Design ENGINEER. Silt screens shall not be removed until the turbidity of the affected waters is equal to or lower than the ambient turbidity of undisturbed segments of adjacent surface waters. C. All protection requirements covered by this subsection shall be in compliance with all applicable jurisdictional agency requirements. 1.25 BASIS OF PAYMENT A. The CONTRACTOR'S Professional Land Surveyor will measure all "As-built" quantities for payment. In the event of disputes as to quantity, the PROJECT MANAGER shall make the final determination; no additional compensation will be made for surveying services. This WORK shall be supervised by a Florida Licensed Registered Professional Land Surveyor. B. The CONTRACTOR shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by PROJECT MANAGER as complete without the following: 1. Certificate of payment to subcontractors. 2. Updated Construction Schedule 1.26 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. Application for payment for stored materials shall comply with requirements set forth in the General Conditions. 1.27 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of BRINDLEY PIETERS &ASSOCIATES 012100-17 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION utility trenches and subgrade of roadways only. If approved in writing by the Design ENGINEER, larger vibratory compaction equipment may be allowed if operated in a static mode only. The CONTRACTOR shall be responsible for all damages/claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.28 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the PROJECT MANAGER informed of any damage claims made against the CONTRACTOR during the construction period. All claims for automobile damage, property damage and/or bodily injury will be reported to the PROJECT MANAGER within 24 hours of receipt of notice. CONTRACTOR will conduct a timely investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and provide periodic updates, each quarter, until final disposition of claims. CONTRACTOR will advise the PROJECT MANAGER in writing of its decision/referral to carrier. 1.29 PERMITS A. It shall be the CONTRACTOR's responsibility to secure all permits of every description required to initiate and complete the work under this Contract, except for permits obtained by the CITY. B. Permits that have been obtained by the CITY or its authorized representative (copies are available to the CONTRACTOR and to the CONSULTANT), include the following: Florida Department of Environmental Protection—Environmental Resource Permit Army Corps of Engineers Permit Miami-Dade County Class I Permit City of Miami Beach Building Permit City of Miami Beach Tree Permit C. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. D. The CONTRACTOR shall furnish to the PROJECT MANAGER and CONSULTANT copies of all permits prior to commencement of work requiring permits. 1.30 SITE CONDITIONS A. The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied itself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages,tides,water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that it has satisfied itself as to the character, quality and quantity of surface and subsurface materials or obstacles to BRINDLEY PIETERS & ASSOCIATES 012100-18 January 29, 2021 CITY OF MIAMI BEACH SUMMARY OF WORK BRITTANY BAY PARK LIVING SECTION 01010 SHORELINE, OVERLOOK AND PARK RENOVATION be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to it prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The CITY assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the CITY. 1.31 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the CONTRACTOR shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) BRINDLEY PIETERS &ASSOCIATES 012100-19 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor operations and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with requirements of the Contract Documents, including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenance items of work. B. Payment for the various items of the Bid Schedule shall constitute full compensation for CONTRACTOR's superintendent at the job site full-time during construction, for furnishing and installing all pipe and structures complete in place including but not limited to bends, tees, outlets, fittings, blind flanges and specials, including connections to existing pipelines shown on the Drawings; including surveying both horizontal and vertical control for construction of the roadways, structures, pipeline and appurtenances; including all earthwork, trench excavation as shown on the Drawings, removal and disposal of waste, unsuitable and excess material, furnishing and installing pipe bedding material, all backfill and compaction of native material, and dewatering as required; including potholing to verify locations of existing utilities; the restoration of interfering portions of existing service and utility lines that are not included in other bid items and shown on the Drawings, including replacement of sewer lines with ductile iron pipe where the minimum vertical clearances are not met for the sewer line shown; restraint of pipe shown on the Drawings and grouting of pipe joints; including providing the water for pressure testing, cleaning the pipe and disinfection, and disposal of the water as required when completed; furnishing, installation, and removal of test heads, cleanup; and restoration of all improvements incidental to construction for which there are no other bid items; including but not limited to, sprinkler systems, drainage systems, guardrails, landscaping, fences, curbs and gutters, and all other work not included in other bid items. C. No separate payment for pavement restoration will be made unless specifically shown on the plans or directed by the PROJECT MANAGER and/or CONSULTANT. All bid items shall include pavement restoration. D. The CONTRACTOR's attention is called to the fact that the quotations provided for the various bid items on the Bid Schedule are intended to establish a total price for completing the Work in its entirety. Should the CONTRACTOR feel that the cost for any item of Work has not been established by the Schedule of Payment Items in this Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the Work in its entirety. BRINDLEY PIETERS & ASSOCIATES 012500-1 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.02 BONDS AND INSURANCE A. Payment for bonds and insurance will be made at the lump sum price named in the Bid Schedule. The CONTRACTOR may request payment for this bid item after the 2nd Notice to Proceed has been issued. B. Bonds and Insurance are limited to 2.5% of the Total Bid Price. Any amount in excess of 2.5% will be moved to Line Item No. 2, Page 01505-1, Mobilization. However, the total bid amount will not change. The 2.5% ceiling on Bonds and Insurance is not responsiveness, just an instruction on the amount the CITY will pay for Bonds and Insurance. 1.03 MOBILIZATION A. See the Section entitled, "Mobilization". B. Payment for mobilization will be made at the lump sum price named in the Bid Schedule. Payment for mobilization will be made in equal monthly amounts during the duration of the contract time. 1.04 MAINTENANCE OF TRAFFIC A. See the Sections entitled "Traffic Regulation" and the Section entitled "Summary of Work". B. Payment for maintenance of traffic will be made at the lump sum price named in the Bid Schedule. Payment for maintenance of traffic will be made in equal monthly amounts during the duration of the contract time. 1.05 SHEETING AND DEWATERING A. Measurement for payment for sheeting and dewatering will be at the lump sum price named in the Bid Schedule all in accordance with the requirements of the Contract Documents and dewatering permits. Payment for sheeting and dewatering will be made in equal monthly amounts during the original duration of the contract time. B. Payment for sheeting and dewatering shall constitute full compensation for providing all necessary efforts to secure permits, equipment to adequately sheet and dewater, in accordance with dewatering permits / approval from the South Florida Water Management District, Water Use Section and Miami-Dade Department of Environmental Resources Management for proper installation of utilities. C. All efforts necessary to secure permits/approval would be compensated under this line item. These efforts include: hiring the services of a Professional Environmental Services Company to prepare a complete Engineering Report as described in paragraph D; preparing profile view of the excavation details (typical), showing land surface elevation, average dry season water level elevation, final control elevation, maximum depth of excavation, and maximum depth of dewatering, and the location of dewatering sock drain/wellpoints; per F.A.C. Table B Description of Surface Water Pumps; preparing an operational plan which describes how stormwater will be handled during dewatering operations; preparing a site sampling plan; flow testing; depth to water measurements; inventory of dewatering phases; and collecting and submitting daily turbidity test per BRINDLEY PIETERS & ASSOCIATES 012500-2 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION dewatering permit requirements. Preventive measures shall include sedimentation tanks and turbidity curtains. D. The Contractor shall hire the services of Professional Services Company to prepare a complete Engineering Report to help secure dewatering permits. The cost of this report will be compensated under the Permit Allowance. At a minimum, the report shall include Radius of Influence (ROI) calculations and exhibits; recommendations to handle expected contaminated soil conditions; contingency plan during dewatering operations; and testing requirements during dewatering operations. E. Any costs associated with implementing the recommendations for providing dewatering operations will be compensated under this pay item. 1.06 FURNISH AND INSTALL DRAINAGE PIPE A. Measurement for payment for furnishing and installing drainage pipe and/or box culvert will be based upon the number of linear feet of such pipe actually constructed as determined by measurement along the centerline of the pipe in place, not including through structures, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing drainage pipe will be made at the unit price per linear foot of pipe named in the Bid Schedule. C. Payment for furnishing and installing drainage pipe will constitute full compensation for the complete installation of the drainage pipe including but not limited to pipe, excavation of asphalt, limerock, subgrade and suitable material, backfill and trench restoration with suitable material to the bottom of the subgrade or sod, compaction, testing, preparation for testing and CCTV Report. 1.07 FURNISH AND INSTALL EXFILTRATION TRENCH A. Measurement for payment for furnishing and installing exfiltration trench will be based upon the number of linear feet of such pipe actually constructed as determined by measurement along the centerline of the pipe in place, not including through structures, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing exfiltration trench will be made at the unit price per linear foot of pipe named in the Bid Schedule. C. Payment for furnishing and installing exfiltration trench will constitute full compensation for the complete installation of the perforated drainage pipe, excavation of asphalt, limerock, subgrade and suitable material, backfill and trench restoration with ballast rock and suitable material as required, compaction, testing, preparation for testing, flooding of the trench and filter fabric. 1.08 FURNISH AND INSTALL DRAINAGE STRUCTURES, MAINTENANCE ACCESS STRUCTURES AND PLUGS A. Measurement for payment to furnish and install drainage structures, maintenance access structures (a.k.a. manholes) or plugs will be based upon the actual quantity, each, of such structures constructed, all in accordance with the requirements of the Contract Documents. BRINDLEY PIETERS & ASSOCIATES 012500-3 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION B. Payment for furnishing and installing drainage structures, maintenance access structures or plugs will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the structure including but not limited to excavation, dewatering, backfill, compaction, construction and installation of the reinforced concrete structure. C. Conflict manholes will include pipe sleeve and appurtenances, as required. 1.09 FURNISH AND INSTALL BAFFLES A. Measurement for payment to furnish and install baffles will be based upon the actual number, each, or such baffles installed all in accordance with the Contract Documents. B. Payment for furnishing and installing baffle will be made at the unit price named in the Bid Schedule which price shall constitute full compensation for the complete installation, including baffle and restoration as required for a complete and functional installation. 1.10 REMOVE AND DISPOSE OF EXISTING DRAINAGE STRUCTURES A. Measurement for payment to remove and dispose of existing drainage structures will be based upon the actual number, each, of such structures removed all in accordance with the Contract Documents. B. Payment for removal and disposal of existing drainage structures will be made at the unit price, each named in the Bid Schedule which price shall constitute full compensation for the removal and disposal of each catch basin backfill of excavation and all restoration work to complete and match existing conditions. 1.11 REMOVE AND DISPOSE OF EXISTING DRAINAGE PIPE A. Measurement for payment to remove and dispose of existing drainage pipe will be based upon the actual number of linear feet of such pipe actually removed all in accordance with the Contract Documents. B. Payment for removal and disposal existing drainage pipe will be made at the unit price per linear foot of pipe named in the Bid Schedule which price shall constitute full compensation for the removal and disposal of such drainage pipe including but not limited to excavation of asphalt, limerock, subgrade and suitable material, backfill and trench restoration with suitable material, compaction, testing and preparation for testing. 1.12 CONSTRUCT CONCRETE COLLAR A. Measurement for payment to construct concrete collar will be based upon the actual quantity, each, of such structures constructed, all in accordance with the requirements of the Contract Documents. B. Payment for the item Construct Concrete Collar will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the structure including but not limited to excavation, dewatering, backfill and compaction, and construction of the concrete collar, and all else necessary for a complete and functional installation. BRINDLEY PIETERS & ASSOCIATES 012500-4 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.13 CONNECT TO EXISTING CATCH BASINS A. Measurement for payment for the item connect to existing catch basin will be based upon the actual quantity, each, of such connections, all in accordance with the requirements of the Contract Documents. B. Payment for the item connect to existing catch basin will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the connection including but not limited to excavation, dewatering, backfill and compaction, core drilling, saw cutting, grouting, construction of the connection, and restoration, and all else necessary for a complete and functional installation to match existing conditions. 1.14 CONNECT TO EXISTING STORM DRAINPIPE A. Measurement for payment for the item connect to existing storm drainpipe will be based upon the actual quantity, each, of such connections constructed, all in accordance with the requirements of the Contract Documents. B. Payment for the item connect to existing storm drain pipe will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the connection including but not limited to excavation, dewatering, backfilled compaction, construction of the connection, and restoration and all else necessary for a complete and functional installation to match existing conditions. 1.15 MODIFY EXISTING DRAINAGE STRUCTURES A. Measurement for payment to modify existing drainage structures will be based upon the actual number of such structures modified all in accordance with the Contract Documents. B. Payment for modifying drainage structures will be made at the unit price, each named in the Bid Schedule which price shall constitute full compensation for the removal and disposal of existing drainage structure top as needed, including frame/ring &grate/cover, replace with new top slab, frame/ring and grate/cover, plugging and grouting pipe(s), backfill of excavation and all restoration work to complete and match existing conditions. 1.16 ADJUST EXISTING FRAME AND GRATE OR LID A. Measurement for payment to adjust existing frame and grate or lid will be based upon the actual number of such frame and grate or lid adjusted all in accordance with the Contract Documents. B. Payment for adjusting existing frame and grate or lid will be made at the unit price, each named in the Bid Schedule which price shall constitute full compensation for the adjustment of frame and grate or lid to match grade, including brick, mortar, backfill of excavation and all restoration work to complete and match existing conditions. BRINDLEY PIETERS & ASSOCIATES 012500-5 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.17 CORE DRILL EXISTING SEAWALL AND CONNECT DRAINAGE PIPE A. Measurement for payment for the item core drill existing seawall and connect drainage pipe will be based on the actual quantity, each, of such connections constructed, all in accordance with the requirements of the Contract Documents. B. Payment for the item core drill existing seawall and connect drainage pipe will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the connection including but not limited to excavation, dewatering, backfill, compaction, construction of the connection, restoration, and all else necessary for a complete and functional installation. 1.18 REHABILITATE EXISTING OUTFALLS A. Measurement for payment to rehabilitate existing outfalls will be upon the number of linear feet of such rehabilitation method named in the Bid Schedule. B. Payment for rehabilitating existing outfalls will be made based on the linear feet of such rehabilitation method named in the Bid Schedule and upon the completion of each outfall rehabilitation which price shall constitute full compensation for the complete installation at each outfall, including mobilization to each outfall, including water access via barge or vessel, complete set-up, furnishing and installation of manatee grate, materials, labor, restoration as required for a complete and functional installation of each outfall as described on the plans. Work to include trenchless methods of rehabilitation, removal of blockages, slip lining, cured-in-place pipe lining, or static pipe bursting. 1.19 FURNISH AND INSTALL DUCTILE IRON PIPE AND FITTINGS A. Measurement for payment for furnishing and installing ductile iron pipe will be based upon the number of linear feet of such pipe actually constructed as determined by measurement along the centerline of the pipe in place, inclusive of valve structures, vaults, casings and fittings, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing ductile iron pipe will be made at the unit price per linear foot of pipe named in the Bid Schedule C. Payment for furnishing and installing ductile iron,pipe will constitute full compensation for the complete installation of the ductile iron pipe including but not limited to pipe, excavation of asphalt, limerock, subgrade and suitable material, backfill and trench restoration with suitable material up to the bottom of the subgrade or sod, compaction, flushing, chlorinating, pressure testing and preparation for pressure testing. 1.20 CONNECT TO EXISTING WATER MAIN A. Measurement for payment for the item connect to existing water main will be based on the actual quantity, each, of such connections constructed, all in accordance with the requirements of the Contract Documents. B. Payment for the item connect to existing water main will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the connection including but not limited to excavation, BRINDLEY PIETERS &ASSOCIATES 012500-6 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION dewatering, backfill, compaction, construction of the connection, restoration, and all else necessary for a complete and functional installation. 1.21 FURNISH AND INSTALL FIRE HYDRANT ASSEMBLY A. Measurement for payment to furnish and install fire hydrant assemblies shall be at the unit bid price per each fire hydrant assemblies furnished in accordance with the Contract Documents. B. Payment for furnishing and installing fire hydrant assemblies shall be at the unit bid price per each and shall include furnishing, storing, and transporting. Fire hydrant assemblies shall include the complete fire hydrant, fire hydrant extensions, bollards and other fittings. Pipe and valves shall not be included in this pay item. 1.22 REMOVE FIRE HYDRANT ASSEMBLY A. Measurement for payment to remove and salvage existing fire hydrant assemblies will be based upon the actual quantity, each, of such fire hydrant assemblies actually removed and salvaged, all in accordance with the Contract Documents. B. Payment to remove existing fire hydrant assemblies will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the plugging of the existing main, delivery or disposal of the fire hydrant assembly as directed by the CITY and all restoration work. 1.23 FURNISH AND INSTALL VALVE A. Measurement for payment to furnish and install valves will be based upon actual quantity, each, of such valves furnished and installed, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing valves will be made at the unit price each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the valve, concrete collar, including valve box and extension/riser. 1.24 CUT AND CAP EXISTING WATER MAINS A. Measurement for payment to cut and cap existing water main will be based upon the actual quantity, each, of existing water mains actually cut and capped, all in accordance with the Contract Documents. B. Payment for cutting and capping of existing water mains will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the excavating,cutting and capping of the pipe, including backfilling trench and all restoration work and all else necessary for a complete and functional installation to match existing conditions. BRINDLEY PIETERS & ASSOCIATES 012500-7 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.25 REMOVE AND REPLACE EXISTING WATER SERVICE CONNECTION WITH METER BOX A. Measurement for payment for furnishing and installing water service connection will be based upon the actual number, each of such water service removed, and installed and connected, all in accordance with requirements of the Contract Documents. B. Payment for furnishing and installing water service connection will be made at the unit price each, named in the Bid Schedule which price shall constitute full compensation for the in-place abandonment of the existing water service by plugging the end of the existing water service, complete removal of the existing meter box, and installation of the water service from the water main to the meter at the property line, including fittings, iron casings, corporation stop, stainless steel saddles, relocation of water meter, water meter box and iron sleeves; and installation of the fire service from the water main to the vicinity of the backflow preventer (BFP) at the property line, including fittings, capping existing fire service, connecting to existing fire service line servicing the structure. C. Water services shall be installed with 200 psi polyethylene tubing, for small service lines, matching the size found in the field and with compression couplings and adapters. Meter box shall be included as indicated on the drawing. This pay item shall also include reading and recording of water readings prior to and upon completion of relocation of meters. 1.26 REPAIR EXISTING SANITARY MAINS AND LATERAL SERVICE A. Measurement for payment for the repair of existing sanitary main and lateral services will be based upon the actual quantity, each of sanitary main and lateral services repaired, all in accordance with the requirements of the Contract Documents. B. Payment for repairing existing sanitary main and lateral services will be made at the unit price each, named in the Bid Schedule, which price shall constitute full compensation for the cutting and reconnection of the main and lateral services including all excavation, backfill, compaction, connections, new lateral pipes, clamps, fittings and restoration as required for a complete and functional installation. 1.27 SAMPLE POINT A. Measurement for payment for sample points will be based upon the actual number, each, of such sample points furnished and installed, all in accordance with requirements of the Contract documents. B. Payment for sample points will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the complete installation of sample point, 2-day passing bacteriological test results, removal and disposal after sampling is complete. BRINDLEY PIETERS & ASSOCIATES 012500-8 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.28 FURNISH AND INSTALL AIR VACUUM/AIR RELEASE VALVE MAINTENANCE HOLE - COMPLETE A. Measurement for payment to furnish and install an air vacuum/air release valve maintenance hole will be based upon the actual number, each, or such air/vacuum air release valve maintenance hole installed all in accordance with the Contract Documents. B. Payment for furnishing and installing an air vacuum/air release valve maintenance holes will be made at the unit price named in the Bid Schedule which price shall constitute full compensation for the construction of air vacuum/air release valve maintenance holes, complete, including valves. 1.29 FURNISH AND PLACE ASPHALT CONCRETE PAVEMENT A. Measurement for payment of asphalt concrete pavement will be based upon the number of square yards of such asphalt concrete pavement actually constructed, as detailed in the drawings, all in accordance with the requirements of the Contract Documents. B. Payment for placement of asphalt concrete pavement and the thickness indicated will be made at the unit price per square yard for such placement as named and at the thickness indicated in the Bid Schedule which price will constitute full compensation for applying a tack coat and furnishing, placing and compacting all asphalt surface, complete in place to the cross section and thickness shown on the drawings; including restoration of traffic loop detectors, temporary pavement markings, milling and saw cutting of all pavement and all cleanup of the area disturbed by this construction. 1.30 FURNISH AND PLACE TEMPORARY ASPHALT CONCRETE PAVEMENT A. Measurement for payment of temporary asphalt concrete pavement will be based upon the actual square yards of such pavement stated on the bid proposal, all in accordance with the requirement of the Contract Documents. B. Payment for temporary asphalt concrete pavement will be made based on the actual square yards of such pavement stated in the Bid Schedule which price will constitute full compensation for furnishing, placing and compacting all limerock base course(12-inches minimum and 18-inches maximum), applying a prime coat and furnishing, placing and compacting all asphalt surface (1-inch minimum) complete in place to the cross section and thickness shown on the drawings. C. Temporary asphalt concrete pavement will be placed as directed by the Design ENGINEER. 1.31 RESTORATION OF DRIVEWAYS A. Measurement for payment for restoration of driveways will be based upon the actual number of square yards of such driveways restored as shown in the drawings and restored as warranted to install concrete valley gutter and provide positive stormwater runoff, all in accordance with the requirements of the Contract Documents. B. Payment for restoration of driveways will be made at the unit price per square yard named in the Bid Schedule which price shall constitute full compensation for completing said work, including all earthwork, removal of existing material, construction of the BRINDLEY PIETERS & ASSOCIATES 012500-9 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION driveway to the same depth and material as the existing one, furnishing and setting for expansion joint material, removal and disposal of existing driveway regardless of thickness, disposal of excess material, and the appurtenant items for which separate payment is not specifically included in the Bid Schedule. The policy with respect to driveway apron reconstruction is as follows: Existing Apron Material: Proposed Apron Material: Gravel Gravel Grass Grass Concrete (Grey) Concrete (Grey) Stamped /Colored Concrete Stamped / Colored Concrete where feasible Otherwise, Concrete (Grey) Pavers/tile mosaic (mortar set) Pavers/tile mosaic (mortar set) where feasible Otherwise, Concrete (Grey) Brick Pavers (sand set) Re-utilized Brick Pavers Tumbled Stone (sand set) Re-utilized Tumbled Stone Feasibility for installation of the proposed apron material will be based on the adjacent property owner's ability to obtain a source for procurement of the matching material and/or subcontractor for the work required. It shall be the CONTTRACTOR's responsibility to coordinate with the adjacent property owner and provide documentation showing that procurement of the materials and/or subcontractor for the work is not feasible. C. No payment will be made for restoration of driveways outside the limits shown on the drawings or not approved by the CONSULTANT. 1.32 FURNISH AND PLACE LIMEROCK BASE MATERIAL A. Measurement for payment for furnishing and placing lime rock base material will be based upon the actual square yards of such material compacted in place at the depth indicated on the bid proposal, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and placing of lime rock base material will be made based upon the actual square yards of such material compacted in place at the depth indicated and in the Bid Schedule, which price shall constitute full compensation for applying prime coat and furnishing all such material, in place, including all transportation, handling, cleaning, positioning and compacting of said bedding and disposal of waste or unsuitable material, removing and disposing suitable or unsuitable material to the bottom of the limerock base along intersection returns. 1.33 FURNISH AND INSTALL GEOSYNTHETIC GEOGRID A. Measurement for payment for furnishing and the geotextile or geogrid will be based upon the number of square yards of such geotextile or geogrid actually installed below the limerock base and to the extent detailed in the drawings, all in accordance with the requirements of the Contract Documents. BRINDLEY PIETERS & ASSOCIATES 012500-10 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION B. Payment for the furnishing and installing the geotextile or geogrid will be made on a square yard basis for the area covered. No additional payment will be made for required overlaps, repairs, drainage trenches or cutoff trenches. Area covered shall be from edge of valley gutter to edge of opposite valley gutter. Payment shall be considered full compensation for all labor, materials, equipment and other items necessary and incidental to completion of the work. 1.34 COMPACTION/STABILIZATION OF SUBGRADE A. Measurement for payment for compaction/stabilization of subgrade will be based upon the actual square yards of such material compacted in place at the depth indicated on the bid proposal, all in accordance with the requirements of the Contract Documents. B. Payment for compacting/stabilizing of subgrade will be based upon the actual square yards of such material compacted in place at the depth indicated in the Bid Schedule, which price shall constitute full compensation for handling, cleaning, positioning and compacting of said bedding to a LBR of 40, importing fill material and disposal of excess waste or unsuitable material. 1.35 REMOVE AND REPLACE UNSUITABLE SOIL A. Measurement for payment for removing and replacing unsuitable soil will be based upon the actual cubic yards of unsuitable material removed and replaced stated on the bid proposal, all in accordance with requirements of the Contract Documents. B. Payment for removing and replacing unsuitable soil will be made based upon the actual cubic yards of unsuitable material removed and replaced stated in the Bid Schedule which price shall constitute full compensation for the complete removal, disposal, handling, backfill and compaction, regrading and clean-up. 1.36 FURNISH AND INSTALL CURB, CURB AND GUTTER AND/OR VALLEY GUTTER A. Measurement for payment for furnishing and installing curb, curb and gutter and/or valley gutter will be based upon the number of linear feet of such curb, curb and gutter and/or valley gutter actually constructed as determined by measurement along the centerline of the curb, curb and gutter and/or valley gutter in place, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing curb, curb and gutter and/or valley gutter will be made at the unit price per linear foot of curb, curb and gutter and/or valley gutter named in the Bid Schedule, which shall constitute full compensation for complete installation including, grading, forming, limerock LBR100 base, saw cutting and cleanup of all areas disturbed by this construction. 1.37 FURNISH & PLACE 1" ASPHALT OVERLAY AND MILL A. Measure and pay for asphalt overlay will be based upon the actual number of SY actually milled and overlaid as shown in the drawings, all in accordance with the contract documents. BRINDLEY PIETERS & ASSOCIATES 012500-11 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION B. Payment for asphalt overlay shall be made at the price per SY named in the Bid Schedule which price shall constitute full compensation for milling the existing pavement to place a 1" type S-III overlay and shall include removal of RPM's and existing thermoplastic striping, curb milling and valve adjustment. 1.38 REWORK EXISTING LIMEROCK BASE A. Measurement for payment for reworking the existing lime rock base material will be based upon the number of square yards of such work performed actually compacted in place to the grades indicated, all in accordance with the requirements of the Contract Documents. B. Payment for reworking the existing lime rock base material will be made at the unit price per square yard to the grades indicted and named in the Bid Schedule, which price shall constitute full compensation for scarifying the existing limerock base, adding additional limerock as required, removing and disposing suitable or unsuitable material to the bottom of the limerock base along intersection returns, adjusting cover, lids, frames, and grates, applying prime coat and furnishing all such material, in place, including all transportation, handling, cleaning, positioning and compacting of said bedding and disposal of waste or unsuitable material. 1.39 FURNISH AND INSTALL SIDEWALKS A. Measurement for payment for furnishing and installing sidewalks will be based upon the actual number of square yards of such sidewalks constructed as shown in the drawings, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing sidewalks will be made at the unit price per square yard named in the Bid Schedule which price shall constitute full compensation for completing said work, including all earthwork, clearing compaction of subgrade, backfilling of sidewalk, construction of the sidewalk, furnishing and setting for expansion joint material, disposal of excess material, and the appurtenant items for which separate payment is not specifically included in the Bid Schedule. 1.40 ENCROACHMENT REMOVAL—CURBING A. Measurement for payment to curbing within the existing swales will be based the quantity, per linear foot of misc. curbing removed, in accordance with the requirements of the Contract Documents. B. Payment for removing curbing will be at the linear foot price named in the Bid Schedule and shall constitute full compensation for the complete removal of the curbing full depth, disposing of the material and regrading the ground in the area where the curbing was removed such that the area is even with the surrounding undisturbed ground. The CONTRACTOR will supply topsoil, if required, to bring the area of removal up to the required finished grade.The area will be tamped thoroughly and will be sodded or paved as directed by the CONSULTANT or as shown on the plans. Sodding and paving will be paid for separately. C. The quantities represented in the Bid Schedule are an estimate of the curbing the CITY wishes to remove in order to eliminate encroachments into the CITY'S right-of-way. The actual quantity of curbing removed will be determined by the CITY during construction. BRINDLEY PIETERS & ASSOCIATES 012500-12 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION The CONTRACTOR shall not remove any curbing between the new valley gutter and the existing sidewalk without obtaining written authorization from the CITY or the CONSULTANT to do so. 1.41 CLEAR AND GRADE RIGHT-OF-WAY AREA A. Measurement for payment for clearing and grading swale will be based upon the number of square yards of swale actually cleared and graded from front of walk to edge of pavement, except where sidewalk does not exist, in which case, payment shall be from right-of-way to edge of pavement, not including driveways and/or paved areas all in accordance with the requirements of the Contract Documents. B. Payment for clearing and grading will be made at the unit price per square yard of clearing and grading named in the Bid Schedule which price shall constitute full compensation, including earthwork, importing of fill material, disposal of excess material and protection of trees to remain. 1.42 IRRIGATION SYSTEM RESTORATION A. Measurement for payment for irrigation system restoration will be based upon the actual number, each lot,of such irrigation systems repaired, all in accordance with requirements of the Contract Documents. B. Irrigation systems shall be installed with material matching the existing irrigation system being repaired. All work shall meet the approval of the CONSULTANT. 1.43 REMOVE AND DISPOSE OF EXISTING SIDEWALK A. Measurement for payment to remove and dispose of existing sidewalk will be based upon the actual number of square yards of sidewalk actually removed. B. Payment for removal and disposal of existing sidewalk will be made at the unit price per square yard named in the Bid Schedule which price shall constitute full compensation for the removal and disposal of all sidewalk complete. 1.44 REMOVE AND DISPOSE OF EXISTING PAVEMENT A. Measurement for payment to remove and dispose of existing pavement will be based upon the actual number of square yards of such pavement actually removed, all in accordance with the Contract Documents. B. Payment for removal and disposal of existing pavement regardless of thickness will be made at the unit price per square yard of pavement named in the Bid Schedule which price shall constitute full compensation for the removal and disposal of such pavement. 1.45 ENCROACHMENT REMOVAL- EXISTING TREE A. Measurement for payment for removing existing trees will be based upon the actual number of each tree removed all in accordance with requirements of the Contract Documents. Measurement to determine the applicable bid item will be the diameter of the tree trunk as measured at a point, (Diameter at Breast Height measured at 4 1/2 feet above ground), above the surrounding ground surface. BRINDLEY PIETERS & ASSOCIATES 012500-13 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION B. Payment for removing existing trees will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for complete removal, including removing and disposing of the tree, removal of any tree roots to a depth of not less than 1 foot below proposed finished grade and regrading the ground in the area where the tree was removed such that the area is even with the surrounding undisturbed ground. The CONTRACTOR will supply topsoil, if required, to bring the area of removal up to the required finished grade. The area will be tamped thoroughly and will be sodded or paved as directed by the CONSULTANT or as shown on the plans. Sodding and paving will be paid for separately. C. The quantities represented in the Bid Schedule are an estimate of the trees the CITY wishes to remove in order to eliminate encroachments into the CITY'S right-of-way. The actual number of trees removed will be determined by the CITY during construction. The CONTRACTOR shall not remove any trees without obtaining written authorization from the CITY or the CONSULTANT to do so. 1.46 ENCROACHMENT REMOVAL- EXISTING PALMS A. Measurement for payment for removing existing palms will be based upon the actual number of each palm removed all in accordance with requirements of the Contract Documents. Measurement to determine the applicable bid item will be from the top of the surrounding soil to the top of the trunk (grey wood). B. Payment for removing existing palms will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for complete removal, including removing and disposing of the palm, removal of any tree roots to a depth of not less than 1 foot below proposed finished grade and regrading the ground in the area where the tree was removed such that the area is even with the surrounding undisturbed ground. The CONTRACTOR will supply topsoil, if required, to bring the area of removal up to the required finished grade. The area will be tamped thoroughly and will be sodded or paved as directed by the CONSULTANT or as shown on the plans. Sodding and paving will be paid for separately. C. The quantities represented in the Bid Schedule are an estimate of the trees the CITY wishes to remove in order to eliminate encroachments into the CITY'S right-of-way. The actual number of trees removed will be determined by the CITY during construction. The CONTRACTOR shall not remove any trees without obtaining written authorization from the CITY or the CONSULTANT to do so. 1.47 ENCROACHMENT REMOVAL— HEDGES & SHRUBS A. Measurement for payment for removing existing hedges and shrubs will be based upon the actual quantity, per square foot, of hedges and shrubs removed, in accordance with requirements of the Contract Documents. B. Measurement to determine the area removed will be determined by measuring the area of foliage at the top of the hedge or shrub. Payment for removing hedges and Shrubs will be made at the square foot price named in the Bid Schedule and shall constitute full compensation for the complete removal, including removing and disposing of the bush/shrub, removal of any roots to a depth of not less than 1 foot below proposed finished grade and regrading the ground in the area where the bush/shrub was removed such that the area is even with the surrounding undisturbed ground. The CONTRACTOR BRINDLEY PIETERS & ASSOCIATES 012500-14 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION will supply topsoil, if required, to bring the area of removal up to the required finished grade. The area will be tamped thoroughly and will be sodded or paved as directed by the CONSULTANT or as shown on the plans. C. Sodding and paving will be paid for separately. The quantities represented in the Bid Schedule are an estimate of the bush and shrubs the CITY wishes to remove in order to eliminate encroachments into the CITY'S right-of-way. The actual number of bushes and shrubs removed will be determined by the CITY during construction. The ONTRACTOR shall not remove any bushes or shrubs without obtaining written authorization from the CITY or the CONSULTANT to do so. 1.48 FURNISH AND PLACE PAVEMENT MARKING A. Measurement for payment for furnishing and placing pavement markings will be based upon the number of linear feet of such markings actually constructed as determined by measurement along the centerline of the pavement markings in place, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and placing pavement markings will be made at the unit price per linear foot of pavement markings named in the Bid Schedule. 1.49 FURNISH AND INSTALL REFLECTIVE PAVEMENT MARKERS A. Measurement for payment for furnishing and installing reflective pavement markers (RPM) will be based upon the actual number, each, of such RPM's installed, all in accordance with requirements of the Contract Documents. B. Payment for furnishing and installing RPM's will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the complete installation. 1.50 FURNISH AND INSTALL NEW SIGNAGE A. Measurement for payment to furnish and install signage will be based upon actual quantity, each, of such signs furnished and installed, all in accordance with the requirements of the Contract Documents. B. Payment for furnishing and installing signage will be made at the unit price each, named in the Bid Schedule which price shall constitute full compensation for the completed installation of the sign including sign post. 1.51 REMOVE EXISTING SIGN A. Measurement for payment to remove existing signs will be based on the actual quantity, each, of signs removed all in accordance with the requirements of the Contract Documents. B. Payment for removing existing signs will be made at the unit price each, named in the Bid Schedule which price shall constitute full compensation for the work of removing existing signs and all else necessary for a complete and functional installation. BRINDLEY PIETERS & ASSOCIATES 012500-15 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.52 FURNISH AND INSTALL TREES AND PLANTS A. Measurement for payment for furnishing and installing trees and plants will be based upon the actual number, of each tree or plant installed all in accordance with requirements of the Contract Documents. B. Payment for furnishing and installing trees and plants will be made at the unit price, each, named in the Bid Schedule which price shall constitute full compensation for the complete installation. C. Trees shall be guyed and protected as shown on the drawings. 1.53 FURNISH AND INSTALL SOD A. Measurement for payment for furnishing and installing sod will be based upon the number of square yards of sod actually installed, all in accordance with the requirements of the Contract Documents. B. Payment for sod will be made at the unit price per square yard of sod named in the Bid Schedule which price shall constitute full compensation for furnishing and installing the sod. 1.54 CONSIDERATION FOR INDEMNIFICATION (CITY) A. Measurement for payment for consideration for indemnification of the CITY will based upon the lump sum price named for such work, all in accordance with the requirements of the Contract Documents. B. Payment will be twenty-five dollars for consideration for indemnification named in the Bid Schedule and shall constitute full compensation for indemnifying the CITY, as specified on the Contract Documents. 1.55 PERMIT FEES BASE BID SCHEDULE A. Measurement for payment for permit fees will be based upon the actual permit fees required by the CONTRACTOR from the various agencies having jurisdiction for construction of the project, all in accordance with the Contract Documents. The allowance permit fee amount shown on the Bid Schedule is an estimate of permit fees required for the project and is cost pass through item. These permit fees are based on unit price per item and CITY will reconcile the actual cost with the CONTRACTOR by change order. The CONTRACTOR shall produce documentation upon request verifying actual cost. Only permit fees substantiated and approved by the Project Manager will be paid as part of this bid item. Amounts remaining unused in this allowance shall be credited back to CITY at project completion. B. Because payment for permit fees will be paid as part of this bid item, payment for permit fees will not be paid as part of mobilization as stipulated in the Section entitled "Mobilization". BRINDLEY PIETERS & ASSOCIATES 012500-16 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 1.56 SCHEDULE OF PAYMENT VALUES A. The CONTRACTOR shall submit a Schedule of Payment Values. The schedule shall contain the installed value of the component parts of Work for the purpose of making progress payments during the construction period. B. The schedule shall be given in sufficient detail for proper identification of Work accomplished. The Schedule of Payment Values shall directly correlate to each activity outlined in the construction progress schedule and the construction network analysis (specified in the Section entitled "Submittals") to accurately relate construction progress to the requested payment. Each item shall include its proportional share of all costs including the CONTRACTOR's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. C. If the CONTRACTOR anticipates the need for payment for materials stored on the project site or off-site in bonded warehouse, it shall also submit a separate list covering the cost of materials, delivered and unloaded with taxes paid. This list shall also include the installed value of the item with coded reference to the Work items in the Schedule of Payment Values. Similar procedures shall be employed for undelivered specifically manufactured equipment and materials as specified herein. Payment for stored materials shall comply with requirements of the General Conditions. D. The CONTRACTOR's Professional Land Surveyor will measure all"record"quantities for payment. In the event of disputes as to quantity, the PROJECT MANAGER shall make the final determination; no additional compensation will be made for surveying services. This work shall be supervised by a Florida Licensed Registered Professional Land Surveyor. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 012500-17 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall coordinate work of all trades and schedule elements of alterations and renovation work by procedure and methods to expedite completion of the work. B. In addition to demolition work specified in the section entitled "Demolition", the CONTRACTOR shall move and/or remove items necessary to provide access or to allow alterations and new work to proceed. Included in such items are: 1. Repair or removal of hazardous or unsanitary conditions. 2. Removal of abandoned items and items serving no useful purpose, such as abandoned piping, conduit and wiring, to the extent they interfere with new installations. 3. Removal of unsuitable or extraneous materials not marked for salvage, such as abandoned furnishings and equipment, and debris such as rotted wood, rusted metals and deteriorated concrete, to the extent they interfere with new installations. 4. Cleaning of surfaces, and removal of surface finished as needed to install new work and finishes. 5. Protection as required of existing trees to remain. 6. All existing underground utilities, to the extent they interfere with new installations. 7. Site storage for all existing benches, signals, light poles, fire hydrants, covers and grates to be relocated. C. The CONTRACTOR shall patch, repair and refinish existing items to remain, to the specified condition for each material,with a workmanlike transition to adjacent new items of construction. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of these Specifications. B. General Conditions. 1.03 ALTERATIONS, CUTTING AND PROTECTION A. The CONTRACTOR shall assign the work of moving, removal, cutting, patching and protection to trades qualified to perform the work in a manner to cause least damage to each type of work, and provide means of returning surfaces to appearance of new work. BRINDLEY PIETERS &ASSOCIATES 012500-18 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION B. The CONTRACTOR shall perform cutting and removal work to remove the minimum necessary, and in a manner as required, to avoid damage to adjacent work, including the cutting of finish surfaces such as paving, masonry, tile, plaster or metals, by methods to terminate surfaces in a straight line at a natural point of division. C. Perform cutting and patching as specified in the section entitled "Cutting and Patching". D. Protect existing finishes, equipment, and adjacent work which is scheduled to remain, from damage. E. If, in the opinion of the City, patch or repair will not result in a like and kind pre-existing condition, full replacement will be required by Contractor at no additional cost to the City. PART 2 - PRODUCTS 2.01 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING A. The CONTRACTOR shall comply with the following general requirements so that the work may be completed: 1. Provide the same products or types of construction as that in existing structure, as needed to patch, extend or match existing work. Generally the Contract Documents will not define products or standards of workmanship present in existing construction. Hence, the CONTRACTOR shall determine products and construction types in its inspection and any necessary testing, and workmanship by use of the existing as a sample of comparison. 2. Note that the presence of a product, finish, or type of construction, requires that the CONTRACTOR patch, extend or match as necessary to make the work complete and consistent with existing standards of quality. PART 3- EXECUTION 3.01 PERFORMANCE A. The CONTRACTOR shall patch and extend existing work using skilled workers capable of matching existing quality of workmanship. Quality of patched or extended work shall be not less than that specified for new work. 3.02 DAMAGED SURFACES A. The CONTRACTOR shall patch and replace any portion of an existing finished surface which is found to be damaged, lifted, discolored, or shows other imperfections, with matching material. 1. Provide adequate support of substrate prior to patching the finish. 2. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. 3. When existing surface finish cannot be matched, refinish entire surface to nearest intersections. BRINDLEY PIETERS & ASSOCIATES 012500-19 January 29, 2021 CITY OF MIAMI BEACH GENERAL PROJECT PROCEDURES BRITTANY BAY PARK LIVING SECTION 012500 SHORELINE, OVERLOOK AND PARK RENOVATION 3.03 TRANSITION FROM EXISTING TO NEW WORK A. When new work abuts or is finished flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance so that the patch of transition is invisible at a distance of five feet. B. When finished surfaces are cut in such a way that a smooth transition with new work is not possible,terminate existing surface in a neat manner along a straight line at a natural line of division, and provide trim appropriate to finished surface. 3.04 CLEANING A. Perform periodic and final cleaning as specified in the Section entitled "Cleaning". B. At completion of the work of each trade, clean area and make surfaces ready for work of successive trades. C. At completion of alterations work in each area, provide final cleaning and return space to a condition suitable for use. - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 012500-20 January 29, 2021 CITY OF MIAMI BEACH CUTTING AND PATCHING BRITTANY BAY PARK LIVING SECTION 01045 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTALS A. Submit a written request to PROJECT MANAGER or City well in advance of executing any cutting or alteration which affects: 1. Work of the CITY or any separate Contractor. 2. Structural value of integrity of any element of the project. 3. Integrity of effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. BRINDLEY PIETERS & ASSOCIATES 012600-1 January 29, 2021 CITY OF MIAMI BEACH CUTTING AND PATCHING BRITTANY BAY PARK LIVING SECTION 01045 SHORELINE, OVERLOOK AND PARK RENOVATION 4. Effect on work of CITY or any separate Contractor, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Written permission of any separate Contractor or property whose work will be affected. C. Should conditions of work or the schedule indicate a change of products from the original installation, CONTRACTOR shall submit request for substitution as specified in the General Conditions. D. Submit written notice to PROJECT MANAGER or City designating the date and time the work will be uncovered. PART 2 - PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3- EXECUTION 3.01 INSPECTION A. The CONTRACTOR shall inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, or performance of work. C. Report unsatisfactory or questionable conditions affecting installation of products, or performance of work, in advance of installation, or performance of work. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work. B. Provide devices and methods to protect other portions of project from damage. BRINDLEY PIETERS & ASSOCIATES 012600-2 January 29, 2021 CITY OF MIAMI BEACH CUTTING AND PATCHING BRITTANY BAY PARK LIVING SECTION 01045 SHORELINE, OVERLOOK AND PARK RENOVATION C. Provide protection from elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original Installer or Fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. F. Fit work airtight to pipes,sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the unit price bid of any item requiring cutting and patching, including pavement restoration. - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 012600-3 January 29, 2021 CITY OF MIAMI BEACH FIELD ENGNIEERING BRITTANY BAY PARK LIVING SECTION 01050 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and pay for field engineering and Survey services required for the project except as otherwise noted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or registered Professional Land Surveyor, acceptable to the CITY. 1.04 SURVEY REFERENCE POINTS A. The CONSULTANT has provided reference points with horizontal and vertical control, located as shown on the plans. B. The CONTRACTOR shall locate and protect control points prior to starting site construction work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written notice to Design ENGINEER. 2. Report to PROGRAM MANAGER when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. 3. The CONTRACTOR's surveyor shall replace project control points which may be lost or destroyed, based on the original survey control. 1.05 PROJECT SURVEY REQUIREMENTS A. CONTRACTOR's surveyor shall establish a minimum of two permanent benchmarks on site, referenced to data established by survey control points. B. CONTRACTOR shall establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: 1. Stakes for grading and fill placement. 2. Controlling lines and levels as required. C. From time to time, verify layouts by same methods. 1.06 RECORDS A. The CONTRACTOR shall maintain a complete, accurate log of all control and survey work as it progresses. BRINDLEY PIETERS & ASSOCIATES 012600-1 January 29, 2021 CITY OF MIAMI BEACH FIELD ENGNIEERING BRITTANY BAY PARK LIVING SECTION 01050 SHORELINE, OVERLOOK AND PARK RENOVATION B. On completion of construction work, prepare a certified survey showing all dimensions, locations and elevations of project. 1.07 SUBMITTALS A. Submit name and address of Professional Land Surveyor and Professional engineer to PROGRAM MANAGER. B. On request of PROGRAM MANAGER, submit documentation to verify accuracy of field engineering work. C. Submit certificate signed by Registered Engineer or Professional Land Surveyor certifying that elevation and locations of work are in conformance with Contract Documents. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 012600-2 January 29, 2021 CITY OF MIAMI BEACH REGULATORY REQUIREMENTS AND PERMITTS BRITTANY BAY PARK LIVING SECTION 01060 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with all Federal, State, and local {Miami-Dade County and City of Miami Beach} building codes, laws and/or ordinances appropriate to the project, including those of the: 1. National Electric Code. 2. Florida Building Code. 3. Chapter 556, Florida Statutes, Underground Facility Damage Prevention and Safety Act. 4. Others as noted in the Section entitled "Summary of Work". B. CONTRACTOR shall comply with these codes, laws, regulations, rules, directives of all agencies, boards, districts, and governmental bodies having jurisdiction. C. CONTRACTOR shall obtain and pay the cost of all building permits, fees, tie-in or connection charges associated with the project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 MEASUREMENT AND PAYMENT A. CONTRACTOR shall be reimbursed for permit fees as described in the Section entitled "Measurement and Payment". B. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum price bid for item 1 — mobilization, except as noted in Article 1.03 A above. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 013233-1 January 29, 2021 CITY OF MIAMI BEACH ABBREVIATIONS BRITTANY BAY PARK LIVING SECTION 01070 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 GENERAL 1.01 THE REQUIREMENTS A. Wherever in these Specifications references are made to the standards, specifications, or other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations which may appear in these Specifications shall have the meanings indicated herein. 1.02 ABBREVIATIONS AA Aluminum Association AAMA Architectural Aluminum Manufacturer's Association AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute ACOE Army Corps of Engineers AFBMA Anti-Friction Bearing Manufacturer's Association, Inc. AGA American Gas Association AGMA American Gear Manufacturers Association AHAM Association of Home Appliance Manufacturers Al The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANS American Nuclear Society ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute APWA American Public Works Association ASA American Standards Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASLE American Society of Lubricating Engineers ASME American Society of Mechanical Engineers ASQC American Society for Quality Control ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BRINDLEY PIETERS & ASSOCIATES 013300-1 January 29, 2021 CITY OF MIAMI BEACH ABBREVIATIONS BRITTANY BAY PARK LIVING SECTION 01070 SHORELINE, OVERLOOK AND PARK RENOVATION BBC Basic Building Code, Building Officials and Code Administrators International BHMA Builders Hardware Manufacturer's Association CBM Certified Ballast Manufacturers CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association CLFMI Chain Link Fence Manufacturer's Institute CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute DERM Department of Environmental Resource Management DIPRA Ductile Iron Pipe Research Association DOH Department of Health EIA Electronic Industries Association ETL Electrical Test Laboratories EPA Environmental Protection Agency FBC Florida Building Code, Miami-Dade Edition FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation FM Factory Mutual System FPL Florida Power& Light FS Federal Specifications HI Hydronics Institute HRS Department of Health and Rehabilitative Services IAPMO International Association of Plumbing and Mechanical Officials ICBG International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroleum (London) IPC Institute of Printed Circuits IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MDWASA Miami-Dade Water and Sewer Authority MPTA Mechanical Power Transmission Association MSS Manufacturers Standardization Society MTI Marine Testing Institute NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NBS National Bureau of Standards NCCLS National Committee for Clinical Laboratory Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association NFPA National Forest Products Association NLGI National Lubricating Grease Institute NMA National Microfilm Association NSF National Sanitation Foundation BRINDLEY PIETERS &ASSOCIATES 013300-2 January 29, 2021 CITY OF MIAMI BEACH ABBREVIATIONS BRITTANY BAY PARK LIVING SECTION 01070 SHORELINE, OVERLOOK AND PARK RENOVATION NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act RIS Redwood Inspection Service RVIA Recreational Vehicle Industry Association RWMA Resistance Welder Manufacturer's Association SAE Society of Automotive Engineers SAMA Scientific Apparatus Makers Association SB Southern Bell SFWMD South Florida Water Management District SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau SPR Simplified Practice Recommendation SSA Swedish Standards Association SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Society of Protective Coatings SSPWC Standard Specifications for Public Works Construction TAPPI Technical Association of the Pulp and Paper Industry TFI The Fertilizer Institute UBC Uniform Building Code UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WRI Wire Reinforcement Institute, Inc. WWPA Western Wood Products Association PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 013300-3 January 29, 2021 CITY OF MIAMI BEACH REFERENCE STANDARDS BRITTANY BAY PARK LIVING SECTION 01090 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 GENERAL 1.01 THE REQUIREMENT A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists,Assignments: In certain instances, specification text requires(or implies)that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of codes and similar regulations governing the work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the CONTRACTOR. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. B. References herein to "Building Code" shall mean "Florida Building Code". Reference to "Uniform Building Code" shall mean Uniform Building Code of the International Conference of Building Officials (ICBG). Similarly, references to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or"Uniform Plumbing Code," "Fire Code" or "Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials (ICBG). "Electric Code" or"National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. BRINDLEY PIETERS & ASSOCIATES 015000-1 January 29, 2021 CITY OF MIAMI BEACH REFERENCE STANDARDS BRITTANY BAY PARK LIVING SECTION 01090 SHORELINE, OVERLOOK AND PARK RENOVATION C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the PROJECT MANAGER for clarification and directions prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid to the most stringent requirements. D. The CONTRACTOR shall construct the work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. E. Applicable Standard Specifications: References in the Contract Documents to"Standard Specifications" or SSPWC shall mean the Standard Specifications for Public Works Construction, 1991 Edition. F. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. G. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. H. Reference the section entitled "Summary of Work" for additional requirements. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 015000-2 January 29, 2021 CITY OF MIAMI BEACH APPLICATIONS FOR PAYMENT BRITTANY BAY PARK LIVING SECTION 01152 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall submit Application for Payment to the PROJECT MANAGER in accordance with the schedule established by the General Conditions. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Conditions. B. All applicable sections of the Specifications. 1.03 FORMAT AND DATE REQUIRED A. Submit itemized applications in a Standard AIA Form G702 and G703, and the noted cover sheet. 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and scheduled dollar value for each item. 2. Fill in the value in each column for each scheduled line item when work has been performed. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the PROJECT MANAGER requires substantiating data, CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project. BRINDLEY PIETERS & ASSOCIATES 015000-1 January 29, 2021 CITY OF MIAMI BEACH APPLICATIONS FOR PAYMENT BRITTANY BAY PARK LIVING SECTION 01152 SHORELINE, OVERLOOK AND PARK RENOVATION 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products (if applicable): a. Item number and identification as shown on application. b. Description of specific material. 5. Other information as may be deemed necessary. B. Submit one copy of data and cover letter for each copy of application. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Section entitled "Contract Closeout". 1.07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to PROJECT MANAGER at the times stipulated in the General Conditions. B. Number: Two copies of each Application. C. When PROJECT MANAGER finds Application properly completed and correct, it will be transmitted to CITY for payment to the CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 015000-2 January 29, 2021 CITY OF MIAMI BEACH PROJECT MEETINGS BRITTANY BAY PARK LIVING SECTION 01200 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The PROJECT MANAGER shall schedule and administer preconstruction, weekly progress and speciality meetings throughout the progress of the WORK. As a part of its duties, the PROJECT MANAGER shall: 1. Prepare or have prepared agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record or have recorded the minutes; include significant proceedings and decisions. 5. Timely reproduce and distribute copies of minutes after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting, as deemed necessary. B. Representative of CONTRACTOR, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONSULTANT shall attend all meetings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 PRE-CONSTRUCTION MEETING A. Schedule at PROJECT MANAGER's direction. B. Location: A central site, convenient for all parties, designated by PROJECT MANAGER. C. Attendance: 1. The CONTRACTOR and its superintendent, major subcontractors and suppliers. 2. CONSULTANT and its professional consultants. 3. PROJECT MANAGER . 4. Representatives of the CITY. BRINDLEY PIETERS & ASSOCIATES 015000-1 January 29, 2021 CITY OF MIAMI BEACH PROJECT MEETINGS BRITTANY BAY PARK LIVING SECTION 01200 SHORELINE, OVERLOOK AND PARK RENOVATION 5. Others as requested by CONTRACTOR, CITY, PROJECT MANAGER and/or CONSULTANT. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers (by CONTRACTOR). b. Projected Construction Schedules (by CONTRACTOR). c. Shop drawings and other submittals (by CONTRACTOR). d. Traffic maintenance plan (by CONTRACTOR). e. Community Public Relations (by CITY & PROJECT MANAGER) 2. Critical work sequencing (by CONTRACTOR). 3. Procurement of major equipment and materials requiring a long lead time (by CONTRACTOR). 4. Project Coordination (ALL PARTIES) a. Designation of responsible personnel. 5. Procedures and processing of(by PROJECT MANAGER): a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment 6. Adequacy of distribution of Contract Documents (by PROJECT MANAGER) 7. Procedures for maintaining Record Documents (by PROJECT MANAGER) 8. Use of premises (by PROJECT MANAGER): a. Office, work and storage areas. b. CITY's requirements. 9. Construction facilities, controls and construction aids (by CONTRACTOR). 10. Temporary utilities (by PROJECT MANAGER). BRINDLEY PIETERS & ASSOCIATES 015000-2 January 29, 2021 CITY OF MIAMI BEACH PROJECT MEETINGS BRITTANY BAY PARK LIVING SECTION 01200 SHORELINE, OVERLOOK AND PARK RENOVATION 11. Safety procedures (by CONTRACTOR). 12. Security procedures (by CONTRACTOR). 13. Housekeeping procedures (by PROJECT MANAGER). 1.04 PROGRESS MEETINGS A. Attend regular weekly meetings on a day established by the PROJECT MANAGER, as required. B. Hold called meetings as required by progress of the WORK. C. Location of the meetings: At location determined by PROJECT MANAGER. D. Attendance 1. CONSULTANT and its professional consultants as needed. 2. CONTRACTOR and its subcontractors and suppliers, as required. 3. PROJECT MANAGER. 4. Governmental representatives as appropriate. 5. Others, as requested by CONTRACTOR, CITY, PROJECT MANAGER and/or CONSULTANT. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting (ALL PARTIES). 2. Review of work progress since previous meeting and two week look ahead schedule (by CONTRACTOR). 3. Field observations, problems, conflicts (ALL PARTIES) 4. Problems which impeded Construction Schedule (By CONTRACTOR, Resident Representative). 5. Corrective measures and procedures to regain projected schedule (by CONTRACTOR). 6. Review of off-site fabrication, delivery schedules (by CONTRACTOR). 7. Community Public Relations (ALL PARTIES) 8. Review submittal schedules; expedite as required (by PROJECT MANAGER). 9. Pending changes and substitutions (by PROJECT MANAGER, Design ENGINEER). BRINDLEY PIETERS & ASSOCIATES 015000-3 January 29, 2021 CITY OF MIAMI BEACH PROJECT MEETINGS BRITTANY BAY PARK LIVING SECTION 01200 SHORELINE, OVERLOOK AND PARK RENOVATION 10. Permit Status (ALL PARTIES). 11. Testing Status (by CONTRACTOR). 12. Payments to CONTRACTOR (PROJECT MANAGER). 13. Other business. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 015000-4 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall plan, schedule, execute, report and accomplish the work under this contract using the Critical Path Method (hereinafter referred to as CPM), in calendar days, unless otherwise specifically provided in the Contract Documents. All schedules shall be prepared using Primavera Project Planner version 3.0 software. B. The primary objectives of the CPM scheduling requirements are: (1) to insure adequate planning and execution of the WORK by CONTRACTOR; (2) to assist CITY and PROJECT MANAGER in evaluating progress of the WORK; (3) to provide for optimum coordination by CONTRACTOR of it's trades, subcontractors and Suppliers, and of its WORK with the WORK or services provided by any separate CONTRACTORs; (4) to permit the timely prediction or detection of events or occurrences which may affect the timely prosecution of the WORK; and (5) to provide a mechanism or tool for use by the CITY, PROJECT MANAGER and CONTRACTOR in determining and monitoring any actions of the CONTRACTOR which may be required in order to comply with the requirements of the Contract Documents relating to the completion of the various portions of the WORK by the Specific Dates specified in the Contract Documents. C. The CONTRACTOR is responsible for determining the sequence of activities, the time estimates of the detailed construction activities and the means, methods,techniques and procedures to be employed. The construction Schedule shall represent the CONTRACTOR's best judgment of how it will prosecute the WORK in compliance with the Contract requirements. CONTRACTOR shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated and revised as Project conditions and the Contract Documents may require. D. The CONTRACTOR shall consult with its principal subcontractors and Suppliers relating to the preparation of its construction plan and Construction Schedule. Principal subcontractors shall receive copies of those portions of CONTRACTOR's Construction Schedule which relate to their WORK and shall be continually advised of any updates or revisions to the Construction Schedule as the WORK progresses. When CONTRACTOR submits its Construction Schedule to the PROJECT MANAGER or makes any proposed updates or revisions to such Schedule, it will be assumed by CITY and PROJECT MANAGER that CONTRACTOR has consulted with and has the concurrence of its principal subcontractors and Suppliers. CONTRACTOR shall be solely responsible for ensuring that all subcontractors and Suppliers comply with the requirements of the Construction Schedule for their portions of the WORK. E. The CONTRACTOR shall provide the basic data relating to activities, durations and sequences to the PROJECT MANAGER as part of the CONTRACTOR's draft of the Construction Schedule. This data shall reflect the CONTRACTOR's actual construction plan for the Project, and shall fully comply with all requirements of the Contract Documents. BRINDLEY PIETERS & ASSOCIATES 016000-5 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION F. When there are separate CONTRACTORs working concurrently on the Project whose WORK must interface or be coordinated with the WORK of CONTRACTOR, CONTRACTOR shall coordinate its activities with the activities of the separate CONTRACTORs and shall, prior to the submission of its Construction Schedule to the PROJECT MANAGER, obtain written approval of its Construction Schedule by the separate CONTRACTORs. If CONTRACTOR is unable to obtain such written approval by the separate CONTRACTORs after its best efforts to do so, or if a conflict occurs that cannot be resolved by mutual agreement between CONTRACTOR and any separate CONTRACTOR, the PROJECT MANAGER shall make a determination of the schedule which shall be binding upon CONTRACTOR and the separate CONTRACTORs. G. It is understood and agreed that the Construction Schedule is to represent CONTRACTOR's best plan and estimate for the WORK; however, CONTRACTOR acknowledges that the Construction Schedule may have to be revised from time-to-time as progress proceeds. CONTRACTOR further acknowledges and agrees that the CITY and PROJECT MANAGER do not guarantee that: (1) CONTRACTOR can start WORK activities on the "early start" or "late start" dates or complete WORK activities on the "early finish" or"late finish" dates shown in the schedule, or as same may be updated or revised; (2) CONTRACTOR can proceed at all times in the sequence established by the utilization of only the resources and manpower it initially plans for the performance of the WORK; (3) CONTRACTOR's Construction Schedule will not have to be modified in order to obtain the agreement of any separate CONTRACTORs to the schedule; or (4) CONTRACTOR's Construction Schedule will not have to be modified or changed by direction of the PROJECT MANAGER. Any changes, modifications or adjustments made by CONTRACTOR to the Construction Schedule shall be in full compliance with all requirements of the Contract Documents. H. The CONTRACTOR acknowledges and agrees that its Construction Schedule must be flexible to accommodate and allow for its coordination with the operations of the CITY, residents and/or the WORK of separate CONTRACTORs relating to the Project. The PROJECT MANAGER will review the CONTRACTOR's Construction Schedule for compatibility with CITY operations and the WORK of separate contractors. CONTRACTOR agrees to hold meetings with the CITY, PROJECT MANAGER and separate CONTRACTORs to resolve any conflicts between CONTRACTOR's Construction Schedule and the operations of the CITY or WORK of separate contractors. CONTRACTOR agrees to fully cooperate with CITY and separate contractors to resolve such conflicts and to revise its Construction Schedule as reasonably required. I. To maintain the orderly progress of the WORK performed on the Project, the PROJECT MANAGER shall have the right to determine, in its sole discretion, the priority between the WORK performed by CONTRACTOR and the WORK of any separate CONTRACTORs or CITY's operations; this decision shall be final and binding upon CONTRACTOR and shall not be a cause for extra compensation or an extension of time, except where an extension of time is granted because of a delay for which CONTRACTOR is otherwise entitled to an extension under the Contract Documents. Provided, however, that this right shall not be exercised by the PROJECT MANAGER unless: (1) the determination is necessary, in the opinion of the PROJECT MANAGER, because of Project conditions; and (2) CONTRACTOR and any separate contractors cannot otherwise agree upon such priority of schedule construed as relieving the BRINDLEY PIETERS & ASSOCIATES 016000-6 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION CONTRACTOR of its obligation to cooperate with any separate contractors on the Project. J. If CONTRACTOR's Construction Schedule indicates that CITY or a separate CONTRACTOR is to complete an activity or perform certain preceding WORK by a particular date, or within a certain duration, CITY and PROJECT MANAGER, or any separate CONTRACTOR shall not be bound to said date or duration unless CITY expressly and specifically agrees in writing to same. The review and approval or acceptance by CITY, PROJECT MANAGER or CONSULTANT of the Construction Schedule or any other schedule or plan of construction of CONTRACTOR, does not constitute an agreement by CITY, PROJECT MANAGER or CONSULTANT of any start or finish date in the schedule or specific durations or sequences for activities of the CITY or any separate CONTRACTOR; provided, however, that nothing herein shall be construed as modifying or changing, or excusing the performance of CONTRACTOR of required portions of the WORK by the Specific Dates as set forth in the Contract Documents. K. The Specific Dates set forth in the Contract Documents represent only the major items of WORK and may include interface dates with the operations of the CITY, the WORK of separate contractors or others. Specific Dates are Contract requirements and are of the essence to this Contract and to the coordination of the WORK by CONTRACTOR. Specific Dates represent the latest allowable start or completion time for those portions of the WORK to which each Specific Date relates. The Specific Dates are not intended to be a complete listing of all WORK under this Contract or of all interfaces with WORK performed by other separate contractors, the CITY or others. CONTRACTOR shall determine the time requirements for all such interfaces and shall be responsible for planning, scheduling and coordinating the WORK in order to complete in accordance with those requirements. L. Acceptance by the CITY of the CONTRACTOR's Construction Schedule, or any revisions or updates thereto, is advisory only and shall not relieve the CONTRACTOR of the responsibility for accomplishing each portion of the WORK within each and every applicable Specific Date. Omissions and errors in the approved or accepted Construction Schedule, or any revisions or updates shall not excuse performance which is not in compliance with the Contract. Acceptance by the CITY in no way makes the CITY, PROJECT MANAGER or CONSULTANT an insurer of the reliability, accuracy or feasibility of the Construction Schedule nor liable for time or cost overruns flowing from such omissions or errors. It is understood and agreed that CONTRACTOR cannot rely upon any informal or constructive acquiescence or acceptance of the Construction Schedule by CITY or PROJECT MANAGER or CONSULTANT. M. Should CONTRACTOR intend or plan to complete the WORK, or any portion thereof, earlier than any applicable Specific Date or the Contract Time, CONTRACTOR shall give timely and reasonable notice of this fact to PROJECT MANAGER. CITY shall have the sole discretion to agree to or reject such early completion plan by CONTRACTOR. CITY, PROJECT MANAGER and CONSULTANT shall have no duty or obligation to agree to, or to cooperate with CONTRACTOR regarding any early completion plan or proposal by CONTRACTOR and shall not be liable for any damages of CONTRACTOR because of the rejection by CITY of said plan. BRINDLEY PIETERS & ASSOCIATES 016000-7 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION N. Unless otherwise specifically provided in the Contract Documents, CONTRACTOR acknowledges that CITY, PROJECT MANAGER and CONSULTANT have contemplated in their planning and initial scheduling of the Project, and in their budgeting for professional services, that the WORK will be performed on a 5-day WORK week basis, utilizing a single 8-hour shift per day. CITY and Construction PROJECT MANAGER shall have the sole discretion of approving or rejecting a variance in the WORK week, number of shifts, or shift length. Unless otherwise agreed by CITY or the Construction PROJECT MANAGER, CONTRACTOR shall bear the cost of, and pay the CITY, for additional staff and supervisory personnel, including but not limited to the services of PROJECT MANAGER and the CONSULTANT necessary to support any variance in the contemplated WORK week, number of shifts or shift length. 1.02 POST AWARD ACTIVITIES A. Upon receipt by CONTRACTOR of the Notice to Proceed, and until the Construction Schedule is approved by PROJECT MANAGER, CONTRACTOR shall proceed with its WORK in accordance with the Preliminary schedule which was presented at the Pre- Construction Conference B. Pre-Construction Conference: CONTRACTOR shall, upon notification from the PROJECT MANAGER, attend the Pre-Construction conference. One agenda item at this meet will be an orientation session relating to the Schedules and Reports requirements for this Project. This orientation meeting is designed to review Contract milestones and construction sequence restraints to assist the CONTRACTOR in planning its WORK and in developing its Construction Schedule. CONTRACTOR shall arrange for its project manager and Superintendent, major Subcontractors and Suppliers, and any scheduling engineers that it may employ to attend the orientation session. Among other things, the PROJECT MANAGER will review: the objectives of the Schedules and Reports requirements; the procedures and requirements for the preparation of the Construction Schedule and Schedule of Values by CONTRACTOR; how the requirements of the Contact Documents will be monitored and enforced by the PROJECT MANAGER; long-lead items and time requirements for WORK by Subcontractors will be identified. It is understood and agreed that the PROJECT MANAGER has no authority to waive any requirements of the Contract Documents at this orientation meeting, and all requirements of the Contract Documents remain applicable to CONTRACTOR's WORK whether or not discussed at this session. C. Should CONTRACTOR fail or refuse to attend the Pre-Construction Conference, CITY shall have the right to terminate CONTRACTOR for default pursuant to the provisions of the General Conditions. 1.03 DRAFT OF CONSTRUCTION SCHEDULE A. Within fifteen (15)days of the orientation session, (even though CONTRACTOR may not have completed subcontractor negotiations and executed subcontracts) the CONTRACTOR, in consultation with the PROJECT MANAGER, shall complete a draft of its time-scaled network graphic. BRINDLEY PIETERS & ASSOCIATES 016000-8 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Except for procurement requirements, CONTRACTOR shall differentiate activities of the Schedule so that no single activity shown has a duration longer than fourteen (14) calendar days, unless the PROJECT MANAGER, in its sole discretion, accepts a longer duration for certain activities. 2. The Construction Schedule shall represent the CONTRACTOR's best judgement and intended plan for completion of the WORK in compliance with Specific Dates listed in the Contract Documents and the Contract Time. The Construction Schedule shall take into account all foreseeable activities to be accomplished by any separate contractors, and interface dates with utility owners, the CITY's operations and others. The Construction Schedule shall anticipate all necessary manpower and resources to accomplish the activities within the durations set forth in the Construction Schedule. B. PROJECT MANAGER shall have the right to require the CONTRACTOR to modify any CONTRACTOR data or any portion of the CONTRACTOR's Construction Schedule, Schedule of Values or Recovery Schedule, as herein required, with CONTRACTOR bearing the expense thereof,which the PROJECT MANAGER reasonably determines to be: (1) impracticable; (2) based upon erroneous calculations or estimates; (3) unreasonable; (4) required to ensure proper coordination by CONTRACTOR of the WORK of its Subcontractors and with the WORK or services being provided by any separate CONTRACTORs; (5) necessary to avoid undue interference with the owner's operations or those of any utility owners or adjoining property owners; (6) necessary to ensure completion of the WORK by the Specific Dates set forth in the Contract Documents; (7) required for CONTRACTOR to comply with the requirements of the Contract Documents or (8) not in accordance with the CONTRACTOR's actual operations. 1.04 CONSTRUCTION SCHEDULE A. Within fourteen (14) days after receipt of the Construction Schedule draft, the CONTRACTOR shall provide the CITY and PROJECT MANAGER with a draft time- scaled graphic network of activities and computer listing of all activities included in the Construction Schedule. B. The Construction Schedule shall consist of a time-scaled, detailed network graphic representation of all activities which are part of the CONTRACTOR's construction plan and an accompanying computerized mathematical analysis of these activities. The graphic network shall include, but not be limited to, the following information: 1. Project Name 2. Activities of completed WORK ready for use by next trade, CITY, etc. 3. Activities relating to different areas of responsibility, such as subcontracted work which is distinctly separate from that being done by the CONTRACTOR directly; 4. Different categories of work as distinguished by craft or crew requirements; 5. Different categories of work as distinguished by equipment requirements; BRINDLEY PIETERS & ASSOCIATES 016000-9 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION 6. Different categories of work as distinguished by materials; 7. Distinct and identifiable subdivisions of work such as structural slabs, beams, columns; 8. Locations of work within the Project that necessitates different times or crews to perform; 9. Outage schedules for existing utility services that will be interrupted during the performance of the work; 10. Acquisition and installation of equipment and materials, supplies and/or installed by the CITY or separate contractors; 11. Material to be sorted on site; and 12. Specific Dates. C. For all major equipment and materials to be fabricated or supplied for the Project, the Construction Schedule shall show a sequence of activities including: 1. Preparation of Shop Drawings and sample submissions; 2. A reasonable time for review of Shop Drawings and samples or such time as specified in the Contract Documents: 3. Shop fabrication, delivery, and storage; 4. Erection or installation; and 5. Testing of equipment and materials. D. The Construction Schedule shall include late completion dates for the WORK that are no later than the required Specific Dates. The time-scaled graphic network shall be drawn based upon the early start dates of activities shown on the graphic. E. All activity durations shall be given in calendar days. 1.05 SCHEDULE OF VALUES A. Within ten (10) days after acceptance of the Construction Schedule by The CITY and PROJECT MANAGER, the CONTRACTOR shall submit a Schedule of Values, allocating a dollar value for the activities on the Construction Schedule. The dollar value for each activity shall be the cost of the WORK of the activity including labor, materials, and pro rata contribution of General Conditions requirements, overhead and profit. The sum of all activity costs shall equal the total Contract Sum. The CONTRACTOR shall revise the Schedule of Values as necessary to gain the acceptance of the construction PROJECT MANAGER and the CITY. BRINDLEY PIETERS & ASSOCIATES 016000-10 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION B. The activity cost for the Schedule of Values shall be coded with a cost code corresponding to the trade, subcontractor or Supplier performing the WORK so that subtotals for each division of the WORK can be prepared. C. The Schedule of Values shall, in the best judgement of the CONTRACTOR, represent a fair, reasonable and equitable dollar(cost)allocation for each activity on the Construction Schedule. 1.06 CONTRACTOR CERTIFICATION OF SCHEDULE A. The CONTRACTOR shall include the following certification with its accepted schedule submittals: "The undersigned CONTRACTOR certifies that the Construction Schedule which is comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is CONTRACTOR's Construction Schedule as required by the Contract document; and that said Schedule is a true and accurate representation of its plan of construction for the WORK and fully complies with the requirements of the contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this Schedule, subject to any change therein which are implemented in accordance with the contract documents; and the undersigned acknowledges that this Schedule shall be the instrument by which progress of the WORK shall be monitored, and together with the dollar value assigned to each activity, shall be the basis of monthly payments in accordance with the contract documents; and CONTRACTOR certifies that it has fully complied with all of the requirements of the contract documents relating to coordination of said Schedule with separate CONTRACTORs." 1.07 UPDATING OF CONSTRUCTION SCHEDULE/PROGRESS REPORTS A. On or about the dates specified, CONTRACTOR shall arrange for its project manager and superintendent to meet at Project Site with the PROJECT MANAGER to review CONTRACTOR's report of actual progress prepared by CONTRACTOR. Said report shall set forth up-to-date and accurate progress data, shall be based upon CONTRACTOR's best judgement and shall be prepared by CONTRACTOR in consultation with all principal Subcontractors and suppliers. B. The progress report of CONTRACTOR shall show the activities or portions of activities, completed during the reporting period,the actual start and finish dates for these activities, remaining durations and/or estimated completion dates for activities currently in progress. C. The CONTRACTOR shall produce a computerized update work sheet for completion as a part of this process. D. CONTRACTOR shall submit a narrative report with the updated progress analysis which shall include, but not be limited to a description of problem areas, current and anticipated delaying factors and their impact, explanations of corrective actions taken or planned, any newly planned activities or changes in sequence, and proposed logic for a Recovery Schedule, if required, as further described herein. The report shall also include: BRINDLEY PIETERS & ASSOCIATES 016000-11 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION 1. A narrative describing actual WORK accomplished during the reporting period; 2. A list of major construction equipment used on the WORK during the reporting period and any construction equipment idle during the reporting period; 3. The total number of men by craft actually engaged in the WORK during the reporting period, with such total stated separately as to office, supervisory, and field personnel; 4. A manpower and equipment forecast for the succeeding thirty (30) days, stating the total number of men by craft, and separately stating such total as to office, supervisory and field personnel; 5. A list of CONTRACTOR supplied materials and equipment, indicating current availability and anticipated jobsite delivery dates; 6. Changes or additions to supervisory personnel since the preceding progress report. E. The CONTRACTOR will provide computer reports and monthly reports thereafter, in accordance with the following: 1. Schedule Reports: Initial and subsequent Schedule Reports will contain the following minimum information for each activity: a. Activity number, description and estimated duration in days; b. Early and late finish dates; c. Percentage of each activity competed as of each report; d. Remaining float/days behind schedule; e. Responsibility for activity. Actual start and finish dates shall be indicated for each activity, as appropriate. Dummies and completed activities will be omitted from remaining Float and Late Start Sorts. 2. Cost Reports: Initial and subsequent Cost Reports will include the following information for each activity, sorted by trade activity: a. Activity number and description; b. Percentage of value of WORK in place against total value; c. Total cost of each activity; d. Value of WORK in place since last report; e. Value of WORK in place to date; f. Value of uncompleted WORK. BRINDLEY PIETERS & ASSOCIATES 016000-12 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION 3. As part of the updating process, The CONTRACTOR computer will calculate, based upon progress data, agreed to by the PROJECT MANAGER, the value of WORK done for each activity based on percentage complete for each activity less the amount previously paid for past percentages completed. Summation of all values of each activity less the appropriate percent of retainage shall be the amount payable to the CONTRACTOR, provided that CONTRACTOR has complied with all requirements of the contract documents. F. CONTRACTOR shall be solely responsible for expediting the delivery of all materials and equipment to be furnished so that the progress of construction shall be maintained according to the currently accepted Construction Schedule for the WORK. CONTRACTOR shall notify the PROJECT MANAGER in writing, and in a timely and reasonable manner, whenever CONTRACTOR determines or anticipates that the delivery date of any material or equipment to be furnished by CONTRACTOR will be later than the delivery date indicated by the Construction Schedule, or required consistent with the completion requirements of this Contract, subject to schedule updates as herein provided. G. CONTRACTOR shall ensure that the critical path runs through on-site activities and that off-site activities do not control the critical path of the Construction Schedule. 1.08 INITIAL PROGRESS PAYMENT A. The completed Construction Schedule, including the Schedule of Values,will be required for each Application for Payment. However, one initial provisional progress payment may be payable in the sole discretion of the PROJECT MANAGER if it determines the CONTRACTOR is complying with these Schedules and Reports provisions during the development of the Construction Schedule and Schedule of Values as required herein. However, no more than one Application for Payment will be approved until all of the requirements of these Schedules and Reports provisions have been met. 1.09 RECOVERY SCHEDULE A. Should the updated Construction Schedule show at any time during CONTRACTOR's performance, in the sole opinion of the PROJECT MANAGER, that the CONTRACTOR is fourteen (14)or more days behind schedule for any Specific Date, The CONTRACTOR shall prepare a Recovery Schedule at no additional cost to the CITY (unless the CITY is solely responsible for the event or occurrence which has caused the schedule slippage) explaining and displaying how CONTRACTOR intends to reschedule its WORK to regain compliance with the Construction Schedule during the immediate subsequent pay period. B. If the CONTRACTOR believes that all of the time can be recovered during the subsequent pay period the CONTRACTOR will be permitted to prepare a Recovery Schedule as set forth below. However, if the CONTRACTOR believes it will take more than thirty (30) days to recover all of the lost time, it shall prepare and submit a request for revision to the Construction Schedule and comply with all of the requirements for a Schedule Revision. 1. The CONTRACTOR shall prepare and submit to the PROJECT MANAGER a one- month maximum duration Recovery Schedule, incorporating best available BRINDLEY PIETERS &ASSOCIATES 016000-13 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION information from subcontractors and others which will permit return to Construction Schedule at the earliest possible time. The CONTRACTOR shall prepare a Recovery Schedule to the same level of detail as the Construction Schedule for a maximum duration of one month. This Recovery Schedule shall be prepared in coordination with other separate CONTRACTORs on the Project. 2. Within two (2) days after submission of Recovery Schedule to the PROJECT MANAGER, the CONTRACTOR shall participate in a conference with the Construction PROJECT MANAGER to review and evaluate the Recovery Schedule. Within two (2) days of conference, the CONTRACTOR shall submit the revisions necessitated by the review for the PROJECT MANAGER's review and acceptance. The CONTRACTOR shall use the approved Recovery Schedule as its plan for returning to the Construction Schedule. 3. CONTRACTOR shall confer continuously with the PROJECT MANAGER to assess the effectiveness of the Recovery Schedule. As a result of this conference, the PROJECT MANAGER may require the CONTRACTOR to pertain the following: a. If the PROJECT MANAGER determines the CONTRACTOR is still behind schedule the PROJECT MANAGER may direct the CONTRACTOR to prepare a Schedule Revision and comply with all of the requirements of a Schedule Revision as stated herein and the other requirements of the Contract Documents; provided, however,that nothing herein shall limit in any way the rights and remedies of the CITY and PROJECT MANAGER as provided elsewhere in the Contract Documents. b. If the Construction PROJECT MANAGER determines the CONTRACTOR has successfully complied with provisions of the Recovery Schedule, the PROJECT MANAGER may direct the CONTRACTOR to return to the use of the approved Construction Schedule. 1.10 SCHEDULE REVISIONS A. Should CONTRACTOR desire to or otherwise be required under the Contract Documents to make modifications or changes in its method of operation, its sequence of WORK or the duration of the activities in its Construction Schedule, it shall do so in accordance with the requirements of the Contract Documents. Revisions to the approved Construction Schedule must be approved in writing by the PROJECT MANAGER. B. CONTRACTOR shall submit requests for revisions to the Construction Schedule to the Construction PROJECT MANAGER, together with written rationale for revisions and description of logic for rescheduling WORK and maintaining the Specific Dates listed in the Contract Documents. Proposed revisions acceptable to the PROJECT MANAGER and CITY will be incorporated into the next update of Construction Schedule. CONTRACTOR shall pay the CITY for costs incurred by the PROJECT MANAGER for the revisions. C. If there are separate CONTRACTORs on the Project, prior to the submission by the CONTRACTOR of its proposed schedule revisions, it shall meet with and gain written BRINDLEY PIETERS &ASSOCIATES 016000-14 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION approval of the separate CONTRACTORs to make the revisions which shall be evidenced by the signatures of said separate CONTRACTORs on the proposed schedule revisions. If accepted by the Construction PROJECT MANAGER and CITY the revisions shall be binding upon CONTRACTOR and all separate CONTRACTORs on the Project. D. In submitting any proposed schedule revisions to the PROJECT MANAGER, CONTRACTOR shall submit therewith the following certification: "The undersigned CONTRACTOR certifies that the proposed schedule revision to the Construction Schedule which comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is CONTRACTOR's schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of its plan to complete the WORK, including all Change Orders that are in the CONTRACTOR's possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this schedule revision, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTORs, as evidenced by their signature thereon; and CONTRACTOR further certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTORs, as evidenced by their signature thereon; and CONTRACTOR further certifies it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with separate CONTRACTORs." 1.11 FLOAT TIME A. Float or slack time associated with one chain of activities is defined as amount of time between earliest start date and latest start date or between earliest finish date and latest finish date for such activities, as calculated as part of the Construction Schedule. Float or slack time shown on the Construction Schedule is not for exclusive use or benefit of the CITY. CONTRACTOR specifically agrees that float time is to be used by the CITY or PROJECT MANAGER in conjunction with their review activities or to resolve for any modification of the Specific Dates or an extension of the Contract Time or a claim for additional compensation as a result of any Project problem. B. At a minimum, the CONTRACTOR's schedule shall include a minimum of ten percent (10%) of the Project's calendar day duration of Float time, through the critical path throughout the Project duration. 1.12 CONTRACTOR'S ORGANIZATION A. CONTRACTOR shall maintain as part of its organization, or hire a subcontractor with, a competent staff of sufficient size who are knowledgeable in the use, application and implementation of CPM as required by the Contract Documents. It shall be the responsibility of this staff to prepare input information for the Construction Schedule, monitor progress, provide input for updating and revising logic diagrams when necessary and otherwise assist the CONTRACTOR in fulfilling its obligations hereunder. BRINDLEY PIETERS & ASSOCIATES 016000-15 January 29, 2021 CITY OF MIAMI BEACH SCHEDULES AND REPORTS BRITTANY BAY PARK LIVING SECTION 01311 SHORELINE, OVERLOOK AND PARK RENOVATION 1.13 DEFAULT A. Failure of the CONTRACTOR to substantially comply with the requirements of this Section shall constitute a default by CONTRACTOR of its obligations under this Contract sufficient for termination of CONTRACTOR under the General Conditions of this Contract. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 016000-16 January 29, 2021 CITY OF MIAMI BEACH SHOP DRAWINGS, PRODUCT DATA AND SAMPLES BRITTANY BAY PARK LIVING SECTION 01340 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals, whether their final destination is to the OWNER, CONSULTANT, or other representatives of the OWNER, shall be directed through the CONSULTANT. A general summary of the types of submittals and the number of copies required is as follows: Copies to ENGINEER Type of Submittal 8 Progress Schedule 8 Schedule of Payment Items 8 Shop Drawings 2 Certificates of Compliance 2 Warranties 2* Product Samples * Unless otherwise required in the specific Section where requested. 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the PROJECT MANAGER, clearly identifying the project CONTRACTOR, the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.04 PRODUCT DATA A. The CONTRACTOR shall prepare submittals as follows: 1. Clearly mark each copy to identify pertinent products or models. BRINDLEY PIETERS & ASSOCIATES 017300-1 January 29, 2021 CITY OF MIAMI BEACH SHOP DRAWINGS, PRODUCT DATA AND SAMPLES BRITTANY BAY PARK LIVING SECTION 01340 SHORELINE, OVERLOOK AND PARK RENOVATION 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. In the case where Manufacturer's standard schematic drawings and diagrams are submitted The CONTRACTOR shall: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.05 SAMPLES A. Where samples are required to be submitted for review at acceptance, these shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full range of color, texture and pattern. 1.06 CONTRACTOR RESPONSIBILITIES A. The CONTRACTOR shall Review Shop Drawings, Product Data and Samples prior to submission. Concurrence with the contents of the submittal shall be acknowledged by the CONTRACTOR as noted in Article 1.07 H. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the PROJECT MANAGER in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents. E. Begin no fabrication or work which requires submittals until return of submittals with the CONSULTANT's acceptance. BRINDLEY PIETERS & ASSOCIATES 017300-2 January 29, 2021 CITY OF MIAMI BEACH SHOP DRAWINGS, PRODUCT DATA AND SAMPLES BRITTANY BAY PARK LIVING SECTION 01340 SHORELINE, OVERLOOK AND PARK RENOVATION 1.07 SUBMISSION REQUIREMENTS A. CONTRACTOR shall furnish to the PROJECT MANAGER for review, eight copies of each submittal. The term "Shop Drawing" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. B. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the PROGRAM MANGER. C. Except as may otherwise be indicated herein,the PROJECT MANAGER will return prints of each submittal to the CONTRACTOR with its comments noted thereon, within twenty one (21) calendar days following their receipt by the PROJECT MANAGER. It is considered reasonable that the CONTRACTOR shall make a complete and acceptable submittal to the PROJECT MANAGER by the second submission of a submittal item. The CITY reserves the right to withhold monies due the CONTRACTOR to cover additional costs of the CONSULTANT's review beyond the second submittal. The CONSULTANT's maximum review period for each submittal, including all resubmittals, will be 21 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 63 calendar days. D. If 3 copies of a submittal are returned to the CONTRACTOR marked FURNISH AS SUBMITTED formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the CONTRACTOR marked FURNISH AS CORRECTED formal revision and resubmission of said submittal will not be required. F. If a submittal is returned to the CONTRACTOR marked "REVISE AND RESUBMIT,"the CONTRACTOR shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the PROJECT MANAGER. G. Fabrication of an item shall be commenced only after the CONSULTANT has reviewed the pertinent submittals and the returned copies to the CONTRACTOR are marked either "FURNISH AS SUBMITTED" or"FURNISH AS CORRECTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. If the CONTRACTOR chooses to proceed with fabrication and/or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. H. All CONTRACTOR shop drawing submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR, prior to submission to the PROJECT MANAGER. Each submittal shall be dated, signed, and certified by the CONTRACTOR, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so dated, signed, and certified. No consideration for review BRINDLEY PIETERS &ASSOCIATES 017300-3 January 29, 2021 CITY OF MIAMI BEACH SHOP DRAWINGS, PRODUCT DATA AND SAMPLES BRITTANY BAY PARK LIVING SECTION 01340 SHORELINE, OVERLOOK AND PARK RENOVATION by the Design ENGINEER of any CONTRACTOR submittals will be made for any items which have not been so certified by the CONTRACTOR. All non-certified submittals will be returned to the CONTRACTOR without action taken by the PROJECT MANAGER, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. I. The Design ENGINEER's review of CONTRACTOR shop drawing submittals shall not relieve the CONTRACTOR of the entire responsibility for the correctness of details and dimensions. The CONTRACTOR shall assume all responsibility and risk for any misfits due to any errors in CONTRACTOR submittals. The CONTRACTOR shall be responsible for the dimensions and the design of adequate connections and details. J. Shop Drawing Distribution: Shop drawings shall be reviewed by the Design ENGINEER and marked either as "FURNISH AS SUBMITTED, "FURNISH AS CORRECTED," or "REVISE AND RESUBMIT." The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "FURNISH AS SUBMITTED" or 'FURNISH AS CORRECTED". 3 copies returned to CONTRACTOR 2 copies transmitted to the CITY 1 copy to remain with the CONSULTANT 2 copies for the PROJECT MANAGER 2. Shop drawings marked or"REVISE AND RESUBMIT" 2 copies returned to CONTRACTOR 2 copies remain with the CONSULTANT 4 copies to be discarded L. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and Project number. 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer BRINDLEY PIETERS & ASSOCIATES 017300-4 January 29, 2021 CITY OF MIAMI BEACH SHOP DRAWINGS, PRODUCT DATA AND SAMPLES BRITTANY BAY PARK LIVING SECTION 01340 SHORELINE, OVERLOOK AND PARK RENOVATION 5. Identification of the product, with the specification section number and/or drawing. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8"x 3" blank space for CONTRACTOR and CONSULTANT's review stamps. 12. CONTRACTOR's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.08 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the CONSULTANT and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the CONSULTANT. C. Samples: Submit new samples as required for initial submittal. 1.09 DISTRIBUTION A. Distribute reproduction of Shop Drawings and copies of Product Data which carry the CONSULTANT's stamp of approval to: 1. Job site file. 2. Record Documents file. 3. Other affected contractors. 4. Subcontractors 5. Supplier or Fabricator. B. Distribute samples which carry the CONSULTANT's stamp of approval. BRINDLEY PIETERS & ASSOCIATES 017300-5 January 29, 2021 CITY OF MIAMI BEACH SHOP DRAWINGS, PRODUCT DATA AND SAMPLES BRITTANY BAY PARK LIVING SECTION 01340 SHORELINE, OVERLOOK AND PARK RENOVATION 1.10 CONSULTANT DUTIES A. Receive submittals from PROJECT MANAGER. B. Review submittals with reasonable promptness and in accord with schedule. C. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. D. Return submittals to PROJECT MANAGER for forwarding to CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017300-6 January 29, 2021 CITY OF MIAMI BEACH CONSTRUCTION PHOTOGRAPHY BRITTANY BAY PARK LIVING SECTION 01380 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall employ a competent photographer to take construction record photographs periodically, monthly at a minimum, during the course of the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Summary of Work. B. Project Record Documents. 1.03 PHOTOGRAPHY REQUIRED A. Provide photographs taken on cutoff date for each scheduled application for Payment. B. Provide photographs taken at each major stage of construction. C. Provide photographs taken of change order work. D. Provide five prints of each view. E. Negatives: 1. Remain property of photographer. 2. Require that photographer maintain negatives for a period of two years from Date of Substantial Completion of entire Project. 3. Photographer shall agree to furnish additional prints to CITY and the CONSULTANT at commercial rates applicable at time of purchase. 1.04 COSTS OF PHOTOGRAPHY A. CONTRACTOR shall pay costs for specified photography and prints the cost of which shall be included in the bid items of the Schedule of Price Bid. No separate payment will be made to the CONTRACTOR for construction photography. Parties requiring additional photography or prints will pay photographer directly. PART 2— PRODUCTS 2.01 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. BRINDLEY PIETERS & ASSOCIATES 017700-1 January 29, 2021 CITY OF MIAMI BEACH CONSTRUCTION PHOTOGRAPHY BRITTANY BAY PARK LIVING SECTION 01380 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. PART 3- EXECUTION 3.01 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness. 2. Maximum depth-of-field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Photograph from locations that adequately illustrate condition of construction and state of progress. B. Photographs shall include aerial photograph showing the entire construction area. 3.03 DELIVERY OF PRINTS A. Delivery of prints to the PROJECT MANAGER to accompany each Application for Payment. B. Distribution of prints, as soon as processed, is anticipated to be as follows: 1. CITY (one set). 2. PROJECT MANAGER (two sets). 3. CONTRACTOR (one set). 4. CONSULTANT (one set). BRINDLEY PIETERS & ASSOCIATES 017700-2 January 29, 2021 CITY OF MIAMI BEACH CONSTRUCTION PHOTOGRAPHY BRITTANY BAY PARK LIVING SECTION 01380 SHORELINE, OVERLOOK AND PARK RENOVATION 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum price bid for Item 1 - Mobilization. - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017700-3 January 29, 2021 CITY OF MIAMI BEACH QUALITY CONTROL BRITTANY BAY PARK LIVING SECTION 01400 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term"Quality Control" includes inspection, sampling and testing, and associated requirements. 1.02 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by a CITY Representative at the place of manufacture. B. The presence of the CITY Representative at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the CONSULTANT. 1.03 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the CITY reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the CONSULTANT will insure the CITY that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the CITY of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the CONSULTANT reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the CONSULTANT to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.04 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. BRINDLEY PIETERS & ASSOCIATES 017823-1 January 29, 2021 CITY OF MIAMI BEACH QUALITY CONTROL BRITTANY BAY PARK LIVING SECTION 01400 SHORELINE, OVERLOOK AND PARK RENOVATION B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the PROJECT MANAGER any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR, at its expense, within the scope of the Project. 1.05 OBSERVATION AND TESTING A. The CITY will employ and pay for the services of an independent testing laboratory for specified testing as specified by the CONSULTANT as noted in the Section entitled "Testing Laboratory Services". B. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of its obligations under the Contract. The laboratory testing work will include such observations and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the PROJECT MANAGER and CONSULTANT ample time and opportunity for field observation and testing materials and equipment to be used in the Work. The CONTRACTOR shall advise the PROJECT MANAGER promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for observation before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the CITY and its representatives, proper time for inspecting and testing materials, equipment, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materials and equipment being inspected and accepted for use. The CONTRACTOR shall furnish, at its own expense, all samples of materials required by the CONSULTANT for testing, and shall make its own arrangements for providing water, electric power, or fuel for the various observations and tests of structures and equipment. D. The CITY will bear the cost of all tests, observations, or investigations undertaken by the order of the CONSULTANT for the purpose of determining conformance with the Contract Documents if such tests, observations, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the CITY as a result of such tests, observations, or investigations, the CONTRACTOR shall bear the full cost of any additional tests and investigations,which are ordered by the CITY to ascertain subsequent conformance with the Contract Documents. 1.06 RIGHT OF REJECTION A. The PROJECT MANAGER, acting for the CITY, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the CITY or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to BRINDLEY PIETERS & ASSOCIATES 017823-2 January 29, 2021 CITY OF MIAMI BEACH QUALITY CONTROL BRITTANY BAY PARK LIVING SECTION 01400 SHORELINE, OVERLOOK AND PARK RENOVATION the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the CITY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. 1.07 OTHER CONSTRUCTION CONSIDERATIONS A. Cutting and Patching: The CONTRACTOR shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work as specified in the Section entitled "Cutting and Patching". B. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. If requested by PROJECT MANAGER, CONTRACTOR shall submit a preparedness plan for review and approval by PROJECT MANAGER. C. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION 3.01 INSTALLATION A. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. B. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017823-3 January 29, 2021 CITY OF MIAMI BEACH TESTING LABORATORY SERVICES BRITTANY BAY PARK LIVING SECTION 01410 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENTS A. CITY will employ and pay for the services of an Independent Testing laboratory to perform certain specified testing. All other required testing services under the Contract Documents shall be provided by the CONTRACTOR. B. CONTRACTOR shall cooperate with the CITY hired laboratory to facilitate the execution of its required services. C. Employment of the laboratory by the CITY for specific testing shall in no way relieve the CONTRACTOR's obligations to perform the work of the Contract as specified. D. CITY shall pay only for initial testing. The cost of any retesting necessitated by failure of materials or methods shall be deducted from the CONTRACTOR's monthly payment request. E. The following tests will be provided by the CITY, as it deems necessary. a. Density b. Proctor c. LBR d. Carbonate Content e. Gradation f. Plastic Index and Liquid Limit g. Organic Content h. Concrete Compressive Strength and Slump i. Asphalt Extraction F. CONTRACTOR shall pay for all other testing including bacteriological and pressure testing. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. BRINDLEY PIETERS & ASSOCIATES 017839-4 January 29, 2021 CITY OF MIAMI BEACH TESTING LABORATORY SERVICES BRITTANY BAY PARK LIVING SECTION 01410 SHORELINE, OVERLOOK AND PARK RENOVATION 1.03 QUALIFICATION OF LABORATORY A. Meet "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent Laboratories. B. Meet basic requirements of ASTM E-329. C. Authorized to operate in the State of Florida. D. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of Natural Bureau of Standards during the most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. E. Testing Equipment 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a. National Bureau of Standards. b. Accepted values of natural physical constants. 1.04 LABORATORY DUTIES A. Cooperate with PROJECT MANAGER and CONTRACTOR; provide qualified personnel after due notice. B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards. 2. Ascertain compliance of materials with requirements of Contract Documents. C. Promptly notify PROJECT MANAGER and CONTRACTOR of observed irregularities of deficiencies of work or products. D. Promptly submit written report of each test and inspection; two copies to the PROJECT MANAGER, CITY and one copy to the CONTRACTOR. Each report shall include: 1. Date issued. 2. Project title, number and Parcel number. 3. Testing laboratory name, address and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. BRINDLEY PIETERS & ASSOCIATES 017839-5 January 29, 2021 CITY OF MIAMI BEACH TESTING LABORATORY SERVICES BRITTANY BAY PARK LIVING SECTION 01410 SHORELINE, OVERLOOK AND PARK RENOVATION 7. Date of test. 8. Identification of fill product and specification section. 9. Location of sample or test in the project. 10. Type of inspection or test. 11. Results of tests and compliance with Contract Documents. 12. Interpretation of test results, when requested by PROJECT MANAGER. E. Perform additional tests as required by the PROJECT MANAGER. 1.05 LIMITATION OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the CONTRACTOR. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the Testing Laboratory. D. Furnish copies of Products test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage of test samples. F. Notify laboratory sufficiently, as agreed between PROJECT MANAGER and CONTRACTOR, in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. BRINDLEY PIETERS & ASSOCIATES 017839-6 January 29, 2021 CITY OF MIAMI BEACH TESTING LABORATORY SERVICES BRITTANY BAY PARK LIVING SECTION 01410 SHORELINE, OVERLOOK AND PARK RENOVATION 1. When tests or inspections cannot be performed after such notice, reimburse CITY for laboratory personnel and travel expenses incurred due to CONTRACTOR's negligence. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION — BRINDLEY PIETERS & ASSOCIATES 017839-7 January 29, 2021 CITY OF MIAMI BEACH MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION BRITTANY BAY PARK LIVING SECTION 01505 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consist of all Work necessary to move in personnel and equipment and prepare the site for construction, complete and to remove the same personnel and equipment from the site when construction is complete. B. Mobilization shall include the obtaining of all construction permits; moving onto the site of all equipment; temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items: 1. Moving on to the site of all CONTRACTOR's equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing construction water supply. 4. Providing field office trailers for the CONTRACTOR, complete with all specified furnishings and utility services including telephones, telephone appurtenances, and copying machine. 5. Providing all on-site communication facilities, including telephones and radio pagers. 6. Providing on-site sanitary facilities and potable water facilities. 7. Arranging for and erection of CONTRACTOR's work and storage yard. 8. Obtaining all required permits. 9. Having all OSHA required notices and establishment of safety programs. 10. Having the CONTRACTOR's superintendent at the job site full time. 11. Submitting initial submittals as indicated in the section entitled "Schedules and Reports". 12. Audio-Visual preconstruction record as described in the section entitled "Summary of Work". 1.02 PAYMENT FOR MOBILIZATION A. The CONTRACTOR's attention is directed to the condition that no payment for mobilization, or any part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. BRINDLEY PIETERS & ASSOCIATES 017839-9 January 29, 2021 CITY OF MIAMI BEACH MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION BRITTANY BAY PARK LIVING SECTION 01505 SHORELINE, OVERLOOK AND PARK RENOVATION PART 2 - PRODUCTS 2.01 TEMPORARY UTILITIES A. The CONTRACTOR shall provide all temporary facilities required for performing the Work as specified in Section entitled "Temporary Utilities". PART 3- EXECUTION 3.01 LAYOUT A. The CONTRACTOR shall set up construction facilities in a neat and orderly manner. It shall accomplish all required Work in accordance with applicable portions of these specifications and shall confine its operations to Work areas within the right-of-way, unless it makes provisions for otherwise, at its own expense. 3.02 DEMOBILIZATION A. At the completion of Work the CONTRACTOR shall remove its personnel, equipment, and temporary facilities from the site in a timely manner. The CONTRACTOR shall also be responsible for transporting all unused materials belonging to the CITY to a place of storage on site designated by the PROJECT MANAGER and for removing from the site and disposing of all other materials and debris resulting from the construction. It shall then return all areas used for its activities to, its pre-existing condition, or as otherwise agreed to in writing with PROJECT MANAGER. - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 017839-10 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY UTILITIES BRITTANY BAY PARK LIVING SECTION 01510 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 -- GENERAL 1.01 THE REQUIREMENT A. It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safely and efficiently performing the required Work, and shall be subject to review by the CITY's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Power: The CONTRACTOR shall provide all necessary power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. B. Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to ensure proper Work and to afford adequate facilities for inspection and safe working conditions. Temporary lighting shall be maintained during nonworking periods if the area is subject to access by the public or CITY's personnel. Such temporary lighting shall provide suitable illumination to match pre-construction conditions. C. Electrical Connections: All temporary connections for electricity shall be subject to review by the ENGINEER and the power company representative, and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. D. Separation of Circuits: Unless otherwise permitted by the CONSULTANT, circuits separate from lighting circuits shall be used for all power purposes. E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.03 WATER SUPPLY A. General: Except as noted otherwise, the CONTRACTOR shall make arrangements for and pay for all costs for all water used for construction, and testing. The CONTRACTOR shall provide and maintain all meters, piping, fittings, adapters, and valving required. B. Potable Water: All drinking water on the site during construction shall be furnished by the CONTRACTOR and shall be bottled water or water furnished in suitable dispensers. BRINDLEY PIETERS &ASSOCIATES 017839-11 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY UTILITIES BRITTANY BAY PARK LIVING SECTION 01510 SHORELINE, OVERLOOK AND PARK RENOVATION C. Water Connections: The CONTRACTOR shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the CITY shall first furnish and install to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. All costs to provide noted installation shall be the responsibility of the CONTRACTOR. D. Removal of Water Connections: Before final acceptance of the Work on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CONSULTANT and to the agency owning the affected utility. E. Fire Protection: The construction, and all other parts of the Work shall be connected with the CONTRACTOR's water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the Work, and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The CONTRACTOR's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction and all local Fire Department Requirements. 1.04 TEMPORARY SANITARY FACILITIES A. The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. Temporary holding tank with disposal service facilities and system maintenance shall be provided for the field offices furnished under this Contract in accordance with all local regulatory requirements. The CONTRACTOR shall have unit responsibility for the complete design, installation and operation of its temporary sanitary facilities and shall secure all necessary permits for same. At the completion of the project, the subject facilities shall be removed by the CONTRACTOR, subject to review and acceptance by the CITY. 1.05 CONFINED SPACES A. The CONTRACTOR shall provide and maintain a safe working environment in confined spaces. The CONTRACTOR shall follow the applicable requirements of the OSHA Standards for Construction and NIOSH Publications for working in confined spaces. 1.06 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases or vapors. BRINDLEY PIETERS & ASSOCIATES 017839-12 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY UTILITIES BRITTANY BAY PARK LIVING SECTION 01510 SHORELINE, OVERLOOK AND PARK RENOVATION PART 2 -- PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-13 January 29, 2021 CITY OF MIAMI BEACH CONSTRUTION AIDS BRITTANY BAY PARK LIVING SECTION 01520 SHORELINE, OVERLOOK AND PARK RENOVATION SECTION 01520- CONSTRUCTION AIDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain required construction aids and remove them upon completion of WORK. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General Conditions. PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 CONSTRUCTION AIDS A. The CONTRACTOR shall provide construction aids and equipment required by personnel and to facilitate execution of the WORK; sharings, scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first-class condition. PART 3- EXECUTION 3.01 PREPARATION A. The CONTRACTOR shall review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the WORK. 3.02 GENERAL A. Comply with applicable requirements at all divisions of these specifications as required. BRINDLEY PIETERS & ASSOCIATES 017839-14 January 29, 2021 CITY OF MIAMI BEACH CONSTRUTION AIDS BRITTANY BAY PARK LIVING SECTION 01520 SHORELINE, OVERLOOK AND PARK RENOVATION 3.03 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 2. At completion of project. B. Repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes, and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition. - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-15 January 29, 2021 CITY OF MIAMI BEACH PROTECTION OF EXISTING UTILITIES BRITTANY BAY PARK LIVING SECTION 01530 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal including, but not limited to, compliance with the requirements of Chapter 556, Florida Statutes (the Underground Facility Damage Prevention and Safety Act), as same may be amended from time to time, and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's WORK. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the PROJECT MANAGER. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS-OF-WAY A. The CONTRACTOR shall not do any WORK that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until having secured authority therefore from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin WORK, if required by said party, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, or structure or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that WORK on one contract may interfere with that on another, the CITY shall determine the sequence and order of the WORK. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the CITY to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the WORK in the General Conditions. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly BRINDLEY PIETERS & ASSOCIATES 017839-16 January 29, 2021 CITY OF MIAMI BEACH PROTECTION OF EXISTING UTILITIES BRITTANY BAY PARK LIVING SECTION 01530 SHORELINE, OVERLOOK AND PARK RENOVATION referenced. All survey markers or points disturbed by the CONTRACTOR shall be accurately restored after all street or roadway resurfacing has been completed. 1.04 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw,cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement as follows: 1. Pavement shall be restored at a minimum straight and parallel to the existing trench line along the length of the trench, at a minimum of two feet beyond the widest part of disturbed asphalt. 2. If final restored pavement falls within two feet of existing or proposed cuts, CONTRACTOR shall pave to the curb. 3. If disturbance is deemed by PROJECT MANAGER to be more than 75%, at PROJECT MANAGER's opinion, CONTRACTOR shall resurface the entire lane, including striping as necessary. D. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction,the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. General: The CONTRACTOR shall protect all Underground Utilities and other improvements which may be impaired during construction operations. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and BRINDLEY PIETERS & ASSOCIATES 017839-17 January 29, 2021 CITY OF MIAMI BEACH PROTECTION OF EXISTING UTILITIES BRITTANY BAY PARK LIVING SECTION 01530 SHORELINE, OVERLOOK AND PARK RENOVATION other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The CONTRACTOR shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. B. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the CONSULTANT and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. C. CITY's Right of Access: The right is reserved to the CITY and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. D. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR, at no additional cost to the CITY. E. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the PROJECT MANAGER. If directed by the CITY, repairs shall be made by the CONTRACTOR under the provisions for changes and extra work contained in the General Conditions. F. All costs of locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions of the General Conditions. G. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility and/or CITY and the ENGINEER before being concealed by backfill or other work. H. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the CITY BRINDLEY PIETERS & ASSOCIATES 017839-18 January 29, 2021 CITY OF MIAMI BEACH PROTECTION OF EXISTING UTILITIES BRITTANY BAY PARK LIVING SECTION 01530 SHORELINE, OVERLOOK AND PARK RENOVATION are made with the OWNER of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. I. Existing Water Services: CONTRACTOR shall protect and provide temporary support for existing water services. Any water service damaged by the CONTRACTOR, shall be replaced at the CONTRACTOR's expense, with a new water service complete with new water main tap. 1.06 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or CITY. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and/or the CITY. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. C. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and/or the CITY if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the CITY, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or CITY. 1.07 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the CONTRACTOR shall notify the Sunshine State One Call System and the City of Miami Beach, and shall provide notice in accordance with Chapter 556, Florida Statutes. BRINDLEY PIETERS & ASSOCIATES 017839-19 January 29, 2021 CITY OF MIAMI BEACH PROTECTION OF EXISTING UTILITIES BRITTANY BAY PARK LIVING SECTION 01530 SHORELINE, OVERLOOK AND PARK RENOVATION PART 2— PRODUCTS (NOT USED) PART 3- EXECUTION 3.01 GENERAL A Install facilities in a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by progress of construction. 3.02 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to WORK areas. B. Consult with CITY's Representative and remove agreed-on roots and branches which interfere with WORK. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. D. Carefully supervise all WORK to prevent damage. E. Replace trees and plants which are damaged or destroyed due to WORK operations under this contract. 3.03 REMOVAL A. Completely remove barricades, including foundations,when construction has progressed to the point that they are no longer needed, and when approved by CITY's Representative. B. Clean and repair damage caused by installation,fill and grade areas of the site to required elevations and slopes, and clean the area. - END OF SECTION — BRINDLEY PIETERS &ASSOCIATES 017839-20 January 29, 2021 CITY OF MIAMI BEACH SITE ACCESS AND STORAGE BRITTANY BAY PARK LIVING SECTION 01550 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 — GENERAL 1.01 HIGHWAY LIMITATIONS: A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations. 1.02 TEMPORARY CROSSINGS: A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The CONTRACTOR shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time, as previously agreed to with CITY. B. Temporary Bridges: Wherever necessary, the CONTRACTOR shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the PROJECT MANAGER prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the CITY and proper governmental authority. Where excavation is being performed in streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the CONSULTANT or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the CONTRACTOR shall provide, place, and maintain all necessary barricades,traffic cones, BRINDLEY PIETERS & ASSOCIATES 017839-21 January 29, 2021 CITY OF MIAMI BEACH SITE ACCESS AND STORAGE BRITTANY BAY PARK LIVING SECTION 01550 SHORELINE, OVERLOOK AND PARK RENOVATION warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). The CONTRACTOR shall take all necessary precautions for the protection of the WORK and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of the Florida Department of Transportation. The CONTRACTOR shall submit 3 copies of a traffic control plan to the jurisdictional agency for approval a minimum of 2 weeks prior to construction. Any changes required by the jurisdictional agency shall be implemented by the CONTRACTOR at no additional cost. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade, and make proper restoration pursuant to CITY requirements. Reference the section entitled, "Summary of Work" for additional traffic control requirements. E. Temporary Driveway Closure: The CONTRACTOR shall notify the CITY or occupant (if not CITY-occupied) of the closure of the driveways to be closed more than one eight- hour work day at least 3 working days prior to the closure. The CONTRACTOR shall minimize the inconvenience and minimize the time period that the driveways will be closed. The CONTRACTOR shall fully explain to the CITY/occupant how long the work will take and when closure is to start. F. Street Closure: If closure of any street is proposed by the CONTRACTOR during construction, a formal application for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required closure date. Closures shall be subject to CITY acceptance. 1.03 CONTRACTOR'S WORK AND STORAGE AREA: A. The CONTRACTOR shall make its own arrangements for any necessary off-site storage or shop areas necessary for the proper execution of the WORK. B. The CONTRACTOR shall coordinate with the CITY the use of the outfall right-of-ways for temporary storage of construction material. Upon completion of the project the CONTRACTOR shall restore the right-of-ways to the existing condition. The CONTRACTOR shall be responsible for documenting and photographing the existing conditions of the mentioned right-of-ways prior to beginning the project. 1.04 PARKING: A. All existing traffic and parking areas shall be maintained in a usable sound condition (to the extent possible), free of excavated material, construction equipment, mud, and BRINDLEY PIETERS & ASSOCIATES 017839-22 January 29, 2021 CITY OF MIAMI BEACH SITE ACCESS AND STORAGE BRITTANY BAY PARK LIVING SECTION 01550 SHORELINE, OVERLOOK AND PARK RENOVATION construction materials. The CONTRACTOR shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. 1.05 SECURITY A. The CONTRACTOR shall care for and protect against loss or damage of all materials to be incorporated in the construction for the duration of the project and shall repair or replace damaged or lost materials and damage to structures at no additional cost. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-23 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY CONTROLS BRITTANY BAY PARK LIVING SECTION 01560 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and maintain methods, equipment, and temporary construction, as necessary, to provide controls over environmental conditions at the construction site and related area under CONTRACTOR's control. In addition, the CONTRACTOR shall remove physical evidence of temporary facilities at the completion of WORK. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 NOISE CONTROL A. The CONTRACTOR shall provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local ordinances having jurisdiction on the work, including City of Miami Beach Ordinance No. 2006-3520. 2. Noise levels during nighttime hours shall not exceed 55 db measured at the property line of a residence. 1.04 DUST CONTROL A. The CONTRACTOR shall provide positive methods and apply dust control materials to minimize raising dust from construction operations, and provide positive means to prevent air-borne dust from dispersing into the atmosphere. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from it's operations. The dust abatement shall be continued until the CONTRACTOR is relieved of further responsibilities by the PROJECT MANAGER. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the CONTRACTOR's Bid Price(s). 1.05 WATER CONTROL A. The CONTRACTOR shall provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. These may include: control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. BRINDLEY PIETERS & ASSOCIATES 017839-24 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY CONTROLS BRITTANY BAY PARK LIVING SECTION 01560 SHORELINE, OVERLOOK AND PARK RENOVATION B. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface and water. C. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas. D. The CONTRACTOR shall be responsible for any and all permits associated with its Dewatering activities. The CONTRACTOR shall procure such permits at its expense and submit copies to the PROJECT MANAGER prior to commencing work in the affected area. CONTRACTOR shall be reimbursed from Permit Fee Draft Allowance account. 1.06 PEST CONTROL A. The CONTRACTOR shall provide pest control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to CITY with copies to the PROJECT MANAGER. Clearly indicate: a. the area or areas to be treated. b. the pesticide to be used, with a copy of the manufacturer's printed instructions. c. the pollution preventative measures to be employed. B. The use of any pesticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.07 RODENT CONTROL A. The CONTRACTOR shall provide rodent control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties 2. Should the use of rodenticide be considered necessary, submit an informational copy of the proposed program to CITY with copies to the PROJECT MANAGER and CONSULTANT. Clearly indicate: a. the area or areas to be treated. b. the rodenticide to be used, with a copy of the manufacturer's printed instructions. BRINDLEY PIETERS & ASSOCIATES 017839-25 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY CONTROLS BRITTANY BAY PARK LIVING SECTION 01560 SHORELINE, OVERLOOK AND PARK RENOVATION c. the pollution preventative measures to be employed. B. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.08 DEBRIS CONTROL A. The CONTRACTOR shall maintain all areas under CONTRACTOR's control free of extraneous debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking area, or along access roads and haul routes. 1. Provide containers for deposit of debris as specified in the Section entitled "Cleaning." 2. Prohibit overloading of trucks to prevent spillage on access and haul routes. a. Provide periodic inspection of traffic areas to enforce requirements. b. Provide cleaning at areas as required by CITY. C. Schedule periodic collections and disposal of debris as specified in Section 01710 - Cleaning. 1. Provide additional collections and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. 1.09 POLLUTION CONTROL A. The CONTRACTOR shall provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. CONTRACTOR shall conform to all applicable Federal, State, and local laws, including to those promulgated by Miami-Dade Department of Environmental Resource Management (DERM). B. Provide equipment and personnel, perform emergency measures required to contain any spillage, and to remove contaminated soils or liquids. 1. Excavate and dispose of any contaminated earth off-site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. BRINDLEY PIETERS & ASSOCIATES 017839-26 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY CONTROLS BRITTANY BAY PARK LIVING SECTION 01560 SHORELINE, OVERLOOK AND PARK RENOVATION 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. The CONTRACTOR shall plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas to prevent erosion and sedimentation. 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as berms, dikes and drains. 3. Provide silt screens as required to prevent surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will erode. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. 1.11 PRECAUTIONS DURING ADVERSE WEATHER A. During adverse weather, and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the Work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building paper shelters, or other acceptable means. The CONTRACTOR shall be responsible for all changes caused by adverse weather. B. The CITY may suspend construction operations at any time when, in its judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.12 HURRICANE AND STORM WARNINGS A. The CONTRACTOR shall take all precautions necessary to protect the job site during hurricane and storm watches and warnings. As required by PROJECT MANAGER, CONTRACTOR shall submit a hurricane preparedness plan for review. 1.13 PERIODIC CLEANUP AND BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind which results from its operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as ordered by the PROJECT MANAGER. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered BRINDLEY PIETERS & ASSOCIATES 017839-27 January 29, 2021 CITY OF MIAMI BEACH TEMPORARY CONTROLS BRITTANY BAY PARK LIVING SECTION 01560 SHORELINE, OVERLOOK AND PARK RENOVATION by the PROJECT MANAGER, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. C. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the PROJECT MANAGER's satisfaction, the PROJECT MANAGER may, upon five days prior written notice to the CONTRACTOR, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from amounts of money that it may be due. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-28 January 29, 2021 CITY OF MIAMI BEACH TRAFFIC REGULATIONS BRITTANY BAY PARK LIVING SECTION 01570 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall provide, operate and maintain equipment, services and personnel for traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on-site access roads, and parking areas. B. The CONTRACTOR shall remove temporary equipment and facilities when no longer required and restore grounds to their original or specified condition. C. There shall be no separate payment for work under this heading. All costs associated with such shall be included in the CONTRACTOR's Bid Price(s). 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions of the Contract. C. Summary of Work. D. Temporary Environmental Controls. 1.03 TRAFFIC SIGNALS BARRIERS AND SIGNS A. The CONTRACTOR shall provide and operate traffic control and directional signals, furnish all barriers and/or signs as required to direct and maintain an orderly flow of traffic in all areas under CONTRACTOR's control, or affected by CONTRACTOR's operations, as required by jurisdictional agencies. 1.04 FLAGPERSON A. The CONTRACTOR shall provide qualified and suitably equipped flagperson(s) when construction operations encroach on traffic lanes, as may be required by jurisdictional agencies. 1.05 FLARES AND LIGHTS A. The CONTRACTOR shall provide flares and lights during periods of low visibility (as required): 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flagperson in directing traffic. B. The CONTRACTOR shall provide illumination of critical traffic and parking areas (as required). BRINDLEY PIETERS &ASSOCIATES 017839-29 January 29, 2021 CITY OF MIAMI BEACH TRAFFIC REGULATIONS BRITTANY BAY PARK LIVING SECTION 01570 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 3. During periods when the operations have impacted the existing lighting systems. 1.06 MAINTENANCE AND PROTECTION OF TRAFFIC A. The CONTRACTOR shall provide all necessary traffic control devices to redirect, protect, warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1.07 HAUL ROUTES A. Consult with jurisdictional authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement and payment for work under the section, it shall be included in the CONTRACTOR's Bid Price(s). PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-30 January 29, 2021 CITY OF MIAMI BEACH PROJECT IDENTIFICATION SIGNS BRITTANY BAY PARK LIVING SECTION 01580 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain a project identification sign, as per the CITY'S requirements. B. The CONTRACTOR shall remove sign on completion of construction. C. The CONTRACTOR shall allow no other signs to be displayed, except as may otherwise by required by jurisdictional agencies. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 PROJECT IDENTIFICATION SIGN (Two signs required) A. One painted sign, with painted graphic content to include: 1. Title of project. 2. Name of CITY. 3. Names and titles of: a. CONSULTANT b. General CONTRACTOR 4. General CONTRACTOR. 5. Funding sources. 6. Project logo sample as provided by CITY on disk, to be added on sign by CONTRACTOR. B. Graphic design, style of lettering, and colors: As per CITY'S standards. The sign requires a two color process. The CITY prepares the language and graphics to be sent to the printer. C. Erect on the site at a location, as approved by CITY. 1.04 QUALITY ASSURANCE A. Sign Painter: Professional experience in type of work required. BRINDLEY PIETERS & ASSOCIATES 017839-31 January 29, 2021 CITY OF MIAMI BEACH PROJECT IDENTIFICATION SIGNS BRITTANY BAY PARK LIVING SECTION 01580 SHORELINE, OVERLOOK AND PARK RENOVATION B. Finishes, Painting: Adequate to resist weathering and fading for scheduled construction period. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: May be new or used, wood or metal, in sound condition structurally adequate to work and suitable for specified finish. B. Sign Surfaces: Exterior softwood plywood with medium density overlay, standard large sizes to minimize joints. C. Thickness: As required by standards to span framing members,to provide even, smooth surface without wave or buckles. D. Rough Hardware: Galvanized E Paint: Exterior quality. 1. Colors for structure,framing, sign surfaces and graphics:As per CITY'S standards. PART 3- EXECUTION 3.01 PROJECT IDENTIFICATION SIGN A. Paint exposed surfaces of supports, framing and surface material; one coat of primer and one coat of exterior paint. B. Paint graphics in styles, sizes and colors selected. 3.02 MAINTENANCE A. Maintain signs and supports in a neat, clean condition; repair damages to structure, framing or sign. 3.03 REMOVAL A. Remove signs, framing, supports and foundations at completion of project. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum price bid. - END OF SECTION — BRINDLEY PIETERS & ASSOCIATES 017839-32 January 29, 2021 CITY OF MIAMI BEACH CONSTRUCTION FIELD OFFICE BRITTANY BAY PARK LIVING SECTION 01590 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain temporary field offices during the entire construction period at a site secured by CONTRACTOR. If available, the CITY may, under a supplemental agreement with CONTRACTOR, provide a site for temporary field offices. Since staging area will not be available on the project site, CONTRACTOR shall contract office space in a remote location. CONTRACTOR shall make provisions for suitable housing of a full-time Consultant's RPR. B. The CONTRACTOR shall furnish, install and maintain storage containers needed for construction. C. At completion of WORK, remove field offices, storage containers and contents. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General conditions. 1.03 OTHER REQUIREMENTS A. Prior to installation of offices and storage containers CONTRACTOR shall obtain all necessary permits from the jurisdictional agencies. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with requirements of applicable Federal, State, and Local codes and regulations. 1.05 REQUIREMENTS FOR FACILITIES A. Construction 1. Structurally sound, weathertight, with floors raised above ground. 2. Temperature transmission resistance: Compatible with occupancy and storage requirements. 3. At CONTRACTOR's option, portable or mobile buildings may be used. a. Mobile homes, when used, shall be modified for office use. B. CONTRACTOR's Office and Facilities: 1. Size: As required for general use and to provide space for project meetings. 2. Lighting and temperature control. BRINDLEY PIETERS & ASSOCIATES 017839-33 January 29, 2021 CITY OF MIAMI BEACH CONSTRUCTION FIELD OFFICE BRITTANY BAY PARK LIVING SECTION 01590 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Telephone: One direct line instrument, minimum. 4. Furnishings in meeting area. a. Conference table and chairs for at least eight persons. b. Racks and files for project Record Documents in or adjacent to the meeting area. 5. Other furnishings: CONTRACTOR's option. 6. One ten inch outdoor-type thermometer. 1.06 USE OF EXISTING FACILITIES A. Existing facilities at the site shall not be used for field offices or for storage. 1.07 USE OF PERMANENT FACILITIES A. Permanent facilities shall not be used for field offices or for storage. PART 2- PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. May be new or used, but must be serviceable, adequate for required purpose, and must not violate applicable codes or regulations. PART 3— EXECUTION 3.01 PREPARATION A. Fill and grade sites for temporary structures to provide surface drainage. 3.02 INSTALLATION A. Construct temporary field office on proper foundations, provide connections for utility services. 1. Secure portable or mobile buildings in accordance with applicable Building Department requirements and obtain all required permits. 2. Provide steps and landings at entrance doors. B. Mount thermometer at convenient outside location, not in direct sunlight. 3.03 MAINTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. BRINDLEY PIETERS &ASSOCIATES 017839-34 January 29, 2021 CITY OF MIAMI BEACH CONSTRUCTION FIELD OFFICE BRITTANY BAY PARK LIVING SECTION 01590 SHORELINE, OVERLOOK AND PARK RENOVATION 3.04 REMOVAL A. Remove temporary field offices, contents and services at a time no longer needed. B. Remove foundations and debris; grade site to required elevations and clean the areas; and otherwise restore site to pre-existing condition. 3.05 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum price. - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-35 January 29, 2021 CITY OF MIAMI BEACH MATERIAL AND EQUIPMENT BRITTANY BAY PARK LIVING SECTION 01600 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall ensure that all material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the CONSULTANT. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions of the Contract. 1.03 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions,the CONTRACTOR shall obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the PROJECT MANAGER. In addition, the CONTRACTOR shall: maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. BRINDLEY PIETERS & ASSOCIATES 017839-36 January 29, 2021 CITY OF MIAMI BEACH MATERIAL AND EQUIPMENT BRITTANY BAY PARK LIVING SECTION 01600 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with CONSULTANT for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by the Contract Documents. 1.04 TRANSPORTATION AND HANDLING A. The CONTRACTOR shall arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on an "as needed" basis. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact with legible markings. 2. Immediately upon delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. 3. Pipe and materials shall not be strung out along installation routes for longer than two (2) weeks prior to installation. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. C. Coordinate deliveries to avoid conflict with Work and conditions at site: 1. Work of other contractors, or CITY. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. CITY's use of premises. D. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. BRINDLEY PIETERS & ASSOCIATES 017839-37 January 29, 2021 CITY OF MIAMI BEACH MATERIAL AND EQUIPMENT BRITTANY BAY PARK LIVING SECTION 01600 SHORELINE, OVERLOOK AND PARK RENOVATION 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those provided by CITY, by methods to prevent soiling or damage to products or packaging. H. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. 1.05 STORAGE A. The CONTRACTOR shall store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. B. Exterior Storage 1. Provide substantial platforms, blocking or skids to support fabricating products above ground, prevent soiling or staining. Cover products, subject to discoloration or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved areas, or provide plywood or sheet materials to prevent mixing with foreign matter. (a) Provide surface drainage to prevent flow or ponding of rainwater. (b) Prevent mixing of refuse or chemically injurious materials or liquids. C. Stored Products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the PROJECT MANAGER on request. D. The CONTRACTOR shall verify that storage facilities comply with supplier's product storage requirements, subject to CONSULTANT's review and acceptance. BRINDLEY PIETERS &ASSOCIATES 017839-38 January 29, 2021 CITY OF MIAMI BEACH MATERIAL AND EQUIPMENT BRITTANY BAY PARK LIVING SECTION 01600 SHORELINE, OVERLOOK AND PARK RENOVATION E. The CONTRACTOR shall verify that Supplier required environmental conditions are maintained continually. 1.06 MAINTENANCE OF STORAGE A. The CONTRACTOR shall maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. Any weathering of products, coatings and finishes is not acceptable under requirements of Contract Documents. B. Mechanical and electrical equipment which requires servicing during long term storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on exterior of package. 1.07 PROTECTION AFTER INSTALLATION A. The CONTRACTOR shall provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work. B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Cover projections, wall corners, and jambs, sills and soffits of openings, in areas used for traffic and for passage of products in subsequent work. 2. Protect finished floors and stairs from dirt and damage. (a) In areas subject to foot traffic, secure heavy paper, sheet goods, or other materials in place. (b) For movement of heavy products, lay planking or similar materials in place. (c) Cover wall and floor surfaces in the vicinity of construction personnel activities and all finished surfaces used by construction personnel. D. Waterproofed surfaces 1. Prohibit use of surfaces for traffic of any kind, and for storage of any products. BRINDLEY PIETERS & ASSOCIATES 017839-39 January 29, 2021 CITY OF MIAMI BEACH MATERIAL AND EQUIPMENT BRITTANY BAY PARK LIVING SECTION 01600 SHORELINE, OVERLOOK AND PARK RENOVATION 2. When some activity must take place in order to carry out the Contract, obtain recommendations of installer for protection of surface. (a) Install recommended protection, remove on completion of that activity. (b) Restrict use of adjacent unprotected areas. E. Lawns and landscaping: The CONTRACTOR shall prohibit traffic of any kind across planted lawn and landscaped areas. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 017839-40 January 29, 2021 CITY OF MIAMI BEACH EQUIPMENT TESTING AND STARTUP BRITTANY BAY PARK LIVING SECTION 01660 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. Where required, the CONTRACTOR shall perform equipment testing and startup. Note that this requirement is requisite to the satisfactory completion of the contract and, therefore, shall be completed within the contract time. 1.02 EQUIPMENT TESTING A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the manufacturer of each item of equipment requiring startup who shall visit the site of the WORK and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the CONTRACTOR shall arrange to have the manufacturer's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the Design ENGINEER. B. The CONTRACTOR shall require that each manufacturer's representative furnish to the ENGINEER a written report addressed to the PROJECT MANAGER certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been operated satisfactorily under full-load conditions. C. The CONTRACTOR shall be responsible for scheduling all Startup testing. The CONTRACTOR is advised that the Design ENGINEER and the CITY's operating personnel will likely witness operations testing and that the manufacturer's representative shall be required to instruct the operating personnel in correct operation and maintenance procedures. Such instruction shall be scheduled at a time arranged with the PROJECT MANAGER at least 2 weeks in advance and shall be provided while the respective manufacturer's equipment is fully operational. On-site instruction shall be given by qualified persons who have been made familiar in advance with the equipment. Prior to scheduling any operations testing, the CONTRACTOR shall have previously furnished the Operations Manuals specified elsewhere. D. The CONTRACTOR shall notify the PROJECT MANAGER at least 3 days in advance of each equipment test. E. The CONTRACTOR shall furnish all personnel required to conduct the testing and startup. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION — BRINDLEY PIETERS & ASSOCIATES 017839-41 January 29, 2021 CITY OF MIAMI BEACH CONTRACT CLOSEOUT BRITTANY BAY PARK LIVING SECTION 01700 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions 1.03 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers the work is substantially complete, it shall submit to the PROJECT MANAGER. 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the PROJECT MANAGER, CITY and CONSULTANT will make an inspection to determine the status of completion. C. Should PROJECT MANAGER, CITY and CONSULTANT determine that the work is not substantially complete: 1. PROJECT MANAGER, CITY and CONSULTANT will promptly notify the CONTRACTOR in writing, giving the reasons therefore. 2. CONTRACTOR shall remedy the deficiencies in the work, and send a second written notice of substantial completion to the PROJECT MANAGER. 3. PROJECT MANAGER, CITY and CONSULTANT will reinspect the work. D. When PROJECT MANAGER, CITY and CONSULTANT concur that the work is substantially complete, PROJECT MANAGER will: 1. Prepare a "Certificate of Substantial Completion" for execution by the CONSULTANT and the CITY accompanied by a list of items to be completed or corrected. 2. Submit the Certificate to the CONTRACTOR for its written acceptance of the responsibilities assigned therein. BRINDLEY PIETERS & ASSOCIATES 017839-42 January 29, 2021 CITY OF MIAMI BEACH CONTRACT CLOSEOUT BRITTANY BAY PARK LIVING SECTION 01700 SHORELINE, OVERLOOK AND PARK RENOVATION 1.04 FINAL INSPECTION A. When CONTRACTOR considers the work is complete, it shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the CITY Representative and are operational. 5. Work is completed and ready for final inspection. B. PROJECT MANAGER, CITY and CONSULTANT will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should PROJECT MANAGER, CITY and CONSULTANT consider that the work is incomplete and defective: 1. CITY Representative will promptly notify the CONTRACTOR, in writing, listing the incomplete or defective work. 2. CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to CITY Representative that the work is complete. 3. CITY Representative and CONSULTANT will reinspect the work. D. When the PROJECT MANAGER, CITY and CONSULTANT find that the work is acceptable under the Contract Documents, it shall request the CONTRACTOR to make closeout submittals. 1.05 REINSPECTION FEES A. Should CITY Representative perform reinspections due to failure of the work to comply with the claims of status of completion made by the CONTRACTOR: 1. CITY will compensate CITY Representative and CONSULTANT for such additional services. 2. CITY will deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.06 CONTRACTOR'S CLOSEOUT SUBMITTALS TO CITY'S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificate of Occupancy, if applicable. BRINDLEY PIETERS &ASSOCIATES 017839-43 January 29, 2021 CITY OF MIAMI BEACH CONTRACT CLOSEOUT BRITTANY BAY PARK LIVING SECTION 01700 SHORELINE, OVERLOOK AND PARK RENOVATION 2. Certificates of Inspection. (a) Mechanical (b) Electrical (c) Other, as may be required. B. Project Record Documents: To requirements of the Section entitled "Project Record Documents." C. Operating and Maintenance Data, Instructions to CITY's Personnel: To requirements of the Section entitled ,"Operating and Maintenance Data." D. Guarantees and Bonds: To requirements of the section entitled ,"Guarantees and Bonds." E. Evidence of Payment and Release of Liens: To requirements of General and Supplementary General Conditions. F. Certificate of Insurance for Products and Completed Operations. 1.07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to PROJECT MANAGER. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: (a) Previous Change Orders. (b) Allowances. (c) Unit Prices. (d) Deductions for uncorrected work. (e) Penalties and Bonuses. (f) Deductions for liquidated damages. (g) Deductions for reinspection payments. (h) Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. BRINDLEY PIETERS &ASSOCIATES 017839-44 January 29, 2021 CITY OF MIAMI BEACH CONTRACT CLOSEOUT BRITTANY BAY PARK LIVING SECTION 01700 SHORELINE, OVERLOOK AND PARK RENOVATION 5. Sum remaining due. C. PROJECT MANAGER will prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders, to be executed by the PROJECT MANAGER, CITY and CONSULTANT. 1.08 FINAL APPLICATION FOR PAYMENT A. CONTRACTOR shall submit the Final Application for Payment in accordance with procedures and requirements stated in the General Conditions. B. The PROJECT MANAGER will prepare a "Final Certificate of Payment" to be executed by the PROJECT MANAGER, CITY and CONSULTANT. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-45 January 29, 2021 CITY OF MIAMI BEACH CLEANING BRITTANY BAY PARK LIVING SECTION 01710 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall execute cleaning, during progress of the Work, and at completion of the Work, as required by the General Conditions and these specifications. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 DISPOSAL REQUIREMENTS A. The CONTRACTOR shall conduct its cleaning and disposal operations to comply with all applicable codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. The CONTRACTOR shall use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. PART 3- EXECUTION 3.01 DURING CONSTRUCTION A. The Contractor shall execute periodic cleaning to keep the WORK, the site and adjacent properties free from accumulation of waste material, rubbish and windblown debris, resulting from Construction Work. B. The Contractor shall provide on-site containers for the collection of waste materials, debris and rubbish. C. The Contractor shall remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 3.02 FINAL CLEANING A. The Contractor shall employ skilled workmen for final cleaning. B. The Contractor shall remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed surfaces. C. The Contractor shall polish glossy surfaces to a clear shine. BRINDLEY PIETERS &ASSOCIATES 017839-46 January 29, 2021 CITY OF MIAMI BEACH CLEANING BRITTANY BAY PARK LIVING SECTION 01710 SHORELINE, OVERLOOK AND PARK RENOVATION D. The Contractor shall broom clean exterior paved surfaces; rake clean other surfaces of the grounds. E. Prior to final completion, CONTRACTOR shall conduct an inspection of sight-exposed interior and exterior surfaces, and all WORK areas, to verify the entire WORK is clean. F. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 017839-47 January 29, 2021 CITY OF MIAMI BEACH PROJECT RECORD DOCUMENTS BRITTANY BAY PARK LIVING SECTION 01720 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall at all times maintain at the site of the project a record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications to the Contract. 5. Approved Shop Drawings, Product Data and Samples. 6. Field Test Records. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by CITY's Representatives. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the following color code designation: • Red — Corrections • Yellow— Deletions BRINDLEY PIETERS & ASSOCIATES 017839-48 January 29, 2021 CITY OF MIAMI BEACH PROJECT RECORD DOCUMENTS BRITTANY BAY PARK LIVING SECTION 01720 SHORELINE, OVERLOOK AND PARK RENOVATION • Green —Comments Changes to the color code designation must be approved by the PROJECT MANAGER. 1.05 RECORDING A. The CONTRACTOR shall label each document, "PROJECT RECORD" in neat large printed letters, or by rubber stamp. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 3. Field changes of dimension and detail. 4. Changes made by Field Order or by Change Order. 5. Details not on original Contract Drawings. 6. The Record Drawing set shall show benchmark positions and their vertical values. Benchmarks are optional for Plan Views, but required for Profile Views. D. Specifications and Addenda; Legibly mark each Section to record: 1. Manufacturer,trade name, catalog number, and supplier of each produce and item of equipment actually installed. 2. Changes made by field order or by Change Order. 1.06 RECORD DRAWINGS A. The CONTRACTOR shall maintain full size(22"X34")field drawings to reflect the"record" items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of drawings on full-size, reproducible material and an electronic file in .DWG format (AutoCADD, Version 14.0). One set of full size design drawings on reproducible material will be furnished to the CONTRACTOR by the CONSULTANT for this purpose and electronic file of the design drawings on compact disk. B. At a minimum the record drawings shall be reviewed on the 2091 working day of every third month, or more often, as deemed necessary by PROJECT MANAGER, after the month in which the final Notice-to Proceed is given as well as on completion of WORK. Failure to maintain the record drawings up-to-date shall be grounds for witholding BRINDLEY PIETERS & ASSOCIATES 017839-49 January 29, 2021 CITY OF MIAMI BEACH PROJECT RECORD DOCUMENTS BRITTANY BAY PARK LIVING SECTION 01720 SHORELINE, OVERLOOK AND PARK RENOVATION monthly progress payments until such time as the record drawings are brought up-to- date. C. Record drawings shall be accessible to the CITY at all times during construction period. D. The cost of maintaining record changes, and preparation of the Record Drawings shall be included in the unit prices bid for the affected items. Upon completion of the WORK, the CONTRACTOR shall furnish the PROJECT MANAGER the reproducible recent Drawings and electronic files. Pay request quantities must match as-builts. The completed Record drawings shall be delivered to the PROJECT MANAGER at least 48 hours prior to final inspection of the work. The Final Inspection will not be`conducted unless the Record Drawings are in the possession of the PROJECT MANGER. E. The completed (or final) record drawings shall be certified by a Professional Land Surveyor registered in the State of Florida. This certification shall consist of the surveyor's embossed seal bearing the surveyor's registration number, signature and date on each sheet of the drawing set. In addition, the key sheet, cover sheet or first sheet of the plans set shall list the business address and telephone number of the surveyor. F. Representative items of work that should be shown on the record drawings as verified, changed or added are shown below: 1. Plans: a. Structure types, location with grade of rim and flow-line elevations. b. Sewer type, length, size and elevations. c. Utility type, length, size and elevation in conflict structures. d. All maintenance access structures, valves and hydrants within right-of-way. e. Spot (critical) elevations at plateaued intersections. f. Sewer laterals shall be stationed between maintenance access structures. 2. Pavement Marking and Signing Plans: Sign location where installed if different from plans. 3. Water and Sewer Plans: Location (horizontal and vertical) of all pipelines, structures, fittings, valves and appurtenances. a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest surface landmark (i.e., centerline of intersection, seawall corner, maintenance access structure, face of a building extended or some other similar landmark that is unlikely to "move" or be buried). BRINDLEY PIETERS & ASSOCIATES 017839-50 January 29, 2021 CITY OF MIAMI BEACH PROJECT RECORD DOCUMENTS BRITTANY BAY PARK LIVING SECTION 01720 SHORELINE, OVERLOOK AND PARK RENOVATION b. Every maintenance access structure, valve, tee, bend, fire hydrant, beginning and ending of deflections, etc. locations shall be indicated by state plane coordinates, in the Florida East Zone/NAD 83-90 State Plane Coordinate System. Coordinates shall be indicated to the nearest 0.1 foot. The coordinate northings/eastings may be presented in a table format, providing it is readily decipherable what each coordinate refers to. For instance, the Consultant may "number" every tee, valve, maintenance access structure, etc. in the plan view and provide a separate plan sheet for the coordinate table. c. In addition to dimensioning and state plane coordinates for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 4. As-builts of water lines shall include the following information: a. Top of pipe elevations and horizontal location every 100 If. b. Locations and elevations of all fittings including bends, tees, gate valves, double detector check valves, fire hydrants, etc. c. All tie-ins to existing lines shall be as-built. d. The ends of all water services at the buildings or homes shall be as-built or where the water service terminates. e. Water services with meter boxes and sanitary sewer laterals with cleanouts at the property line shall be located with a dimension to the nearest landmark. Services/laterals may also be located from each other provided a minimum of five (5) services/laterals are tied together (e.g., a water service meter box is located from a maintenance access structure at the intersection of a street. The next 4 meter boxes can be dimensioned from each other, provided they are all in the same horizontal alignment). f. If there are water services that do not have meter boxes and/or sanitary sewer laterals that do not have cleanouts at the property line (or are not readily visible/accessible), they shall be located by the state plane coordinate system. 5. As-builts of all gravity sanitary sewer lines shall include the following information: a. Rims, inverts and length of piping between structures as well as slopes. b. The stub ends of all sewer laterals shall be located and if there are any cleanouts installed on the sewer laterals then the invert elevation of these cleanouts need to be obtained. 6. Profile Views — The following are minimum Record Drawing data that is to be annotated on the Profile Plans: BRINDLEY PIETERS & ASSOCIATES 017839-51 January 29, 2021 CITY OF MIAMI BEACH PROJECT RECORD DOCUMENTS BRITTANY BAY PARK LIVING SECTION 01720 SHORELINE, OVERLOOK AND PARK RENOVATION a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest landmark (i.e., centerline of intersection, seawall corner, maintenance access structure or some other similar landmark that is unlikely to "move" or be buried). b. In addition to dimensioning for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 7. Force main as-builts shall be prepared the same as the water line as-builts. 8. As-builts of all drainage lines shall include the following information: a. Rims, inverts and length of piping between structures and weir elevations if applicable. b. The size of the piping shall be verified by the survey crew at the time of as- built. 9. All rock as-builts for parking lot, roadways and swales areas shall consist of the following: a. Rock elevations at all high and low points, and at enough intermediate points to confirm slope consistency and every 50' for roadways. b. Rock as-builts shall be taken at all locations where there is a finish grade elevation shown on the design plans. c. All catch basin and manhole rim elevations shall be shown. d. Elevations around island areas will also be required. e. As-builts shall be taken on all paved and unpaved swales prior to placement of asphalt and/or topsoil/sod, at enough intermediate points to confirm slope consistency and conformance to the plan details. 10. Lake and canal bank as-builts shall include a key sheet of the lake for the location of cross sections. Lake and canal bank cross sections shall be plotted at a minimum of every 100 If, unless otherwise specified. As-builts shall consist of the location and elevation of the top of bank, edge of water and the deep cut line, with the distance between each shown on the drawing. 11. Retention area as-built elevations shall be taken at the bottom of the retention area and at the top of bank. If there are contours indicated on the design plans, then they shall be as-built as well. 12. If a change is made via field order or deviation to any structure, pipeline, etc., a new location shall be noted on the as-builts. The PROJECT MANAGER may request additional as-built information to verify horizontal or vertical locations. BRINDLEY PIETERS &ASSOCIATES 017839-52 January 29, 2021 CITY OF MIAMI BEACH PROJECT RECORD DOCUMENTS BRITTANY BAY PARK LIVING SECTION 01720 SHORELINE, OVERLOOK AND PARK RENOVATION 13. Every utility (gas, telephone, power, water, forcemain, etc.) encountered and/or crossing drainage, water or sanitary sewer facilities (whether it is a conflict or has sufficient clearances) shall be located, both horizontally and vertically. The clearance between the facilities horizontal and vertical, shall be noted. For instance, if a 2-inch gas main crosses over the top of a 6-inch potable water main, the bottom elevation of the gas main shall be noted and the top of the watermain shall be noted. The difference between the two facilities will be the clearance between the two facilities. Parallel mains shall note the clearance between the outside of the mains. It shall be the CONTRACTOR's responsibility to note these crossings on a daily basis and insure that this information is reflected on the Record Drawing plan set. Crossings will not require state plane coordinates. 14. Pipelines that are "dead" or have been abandoned shall be located during construction and shall be annotated on the Record Drawing Plans. 15. As-built survey drawings shall meet applicable minimum technical standards for land surveys as outlined in Section 61G17 of the Florida Administrative Code. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS & ASSOCIATES 017839-53 January 29, 2021 CITY OF MIAMI BEACH OPERATING AND MAINTENANCE DATA BRITTANY BAY PARK LIVING SECTION 01730 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall compile product data and related information appropriate for CITY's maintenance and operation of products furnished under Contract, as applicable. B. The CONTRACTOR shall instruct CITY personnel in maintenance of products and in operation of equipment and systems, as applicable. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALITY ASSURANCE A. The CONTRACTOR shall ensure that preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by CITY's personnel. B. Format: 1. Size: 8-1/2 in. x 11 in. 2. Paper: Manufacturer's original printed data, or neatly typewritten. 3. Drawings: 22-inch to 34-inch Blueprints a. Provide reinforced punched binder tabs, bind in with text. b. Fold larger drawings to size of text pages. 4. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. BRINDLEY PIETERS & ASSOCIATES 017839-54 January 29, 2021 CITY OF MIAMI BEACH OPERATING AND MAINTENANCE DATA BRITTANY BAY PARK LIVING SECTION 01730 SHORELINE, OVERLOOK AND PARK RENOVATION b. Provide indexed tabs. 5. Cover: Identifying each volume with typed or printed title: "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. Maximum ring size: 1 inch. 3. When multiple binders are used, correlate the data into related consistent groupings. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a. SubCONTRACTOR or installer. b. Maintenance CONTRACTOR, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. BRINDLEY PIETERS & ASSOCIATES 017839-55 January 29, 2021 CITY OF MIAMI BEACH OPERATING AND MAINTENANCE DATA BRITTANY BAY PARK LIVING SECTION 01730 SHORELINE, OVERLOOK AND PARK RENOVATION c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Product Record Documents to assure correct illustration of completed installation. a. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate heading for different procedures. 2. Provide logical sequence of instructions for each procedure. E. Copy of each guarantee, bond and service contract issued. 1. Provide information sheet for CITY's personnel, give: a. Proper procedures in event of failure. b. Instances which might affect validity of guarantee or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of complete manual in final form. B. Content, for architectural products, applied materials and finishes: 1. Manufacturers data, giving full information on products. a. Catalog number, size, composition. b. Color and texture designations. c. Information required for re-ordering special manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendations for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are detrimental to product. c. Recommended schedule for cleaning and maintenance. BRINDLEY PIETERS &ASSOCIATES 017839-56 January 29, 2021 CITY OF MIAMI BEACH OPERATING AND MAINTENANCE DATA BRITTANY BAY PARK LIVING SECTION 01730 SHORELINE, OVERLOOK AND PARK RENOVATION C. Content, for moisture-protection and weather-exposed products: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance, and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate. 1. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "Trouble-shooting." c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule. a. List of lubricants required. BRINDLEY PIETERS &ASSOCIATES 017839-57 January 29, 2021 CITY OF MIAMI BEACH OPERATING AND MAINTENANCE DATA BRITTANY BAY PARK LIVING SECTION 01730 SHORELINE, OVERLOOK AND PARK RENOVATION 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As-installed control diagrams by controls manufacturer. 9. Each CONTRACTOR's coordination drawings. a. As-installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. BRINDLEY PIETERS & ASSOCIATES 017839-58 January 29, 2021 CITY OF MIAMI BEACH OPERATING AND MAINTENANCE DATA BRITTANY BAY PARK LIVING SECTION 01730 SHORELINE, OVERLOOK AND PARK RENOVATION b. Guide to "Trouble-Shooting". c. Disassembly, repair, and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturers current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of CITY's personnel. E. Additional requirements for operating and maintenance data: Respective section of Specifications. 1.08 SUBMITTAL SCHEDULE A. Submit two copies of preliminary draft of proposed formats and outlines of contents prior to start of work. 1. CONSULTANT will review draft and return one copy with comments. B. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments. C. Submit specified number of copies of approved data in final form 10 days after final inspection or acceptance. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct CITY's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 017839-59 January 29, 2021 CITY OF MIAMI BEACH GUARANTEES AND BONDS BRITTANY BAY PARK LIVING SECTION 01740 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall: a. Compile specified guarantees and bonds. b. Compile specified services and maintenance contracts. c. Review submittals to verify compliance with Contract Documents. d. Submit to PROJECT MANAGER Representative for CONSULTANT review and transmittal to CITY. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTAL REQUIREMENTS A. Assemble guarantees, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and Subcontractors. B. Number of original signed copies required: Three each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for CITY personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. CONTRACTOR, name of responsible principal, address and telephone number. BRINDLEY PIETERS &ASSOCIATES 017839-60 January 29, 2021 CITY OF MIAMI BEACH GUARANTEES AND BONDS BRITTANY BAY PARK LIVING SECTION 01740 SHORELINE, OVERLOOK AND PARK RENOVATION 1.04 FORM OF SUBMITTALS A. Prepare in triplicate packets. B. Format: 1. Size 8-1/2 in. x 11 in., punch sheets for standard 3-ring binder. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "GUARANTEES AND BONDS". List: a. Title of Project. b. Name of CONTRACTOR. C. Binders: Commercial quality, three-ring, with durable and cleanable plastic covers. 1.05 TIME OF SUBMITTALS A. Make submittals within ten days after Date of Substantial Completion, prior to final request for payment. B. For items of work, where acceptance is delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of guarantee period. 1.06 SUBMITTALS REQUIRED A. Submit guarantees, bonds, service and maintenance contracts for periods other than one year as specified in respective specific sections of the Specifications, (if applicable). B. The General CONTRACTOR shall submit on the entire Project the one year guarantee as per AIA, Document A-201 General Conditions, (except for certain portions of the work, where longer periods of time are specified in the specific applicable sections of the Specifications). PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) - END OF SECTION - BRINDLEY PIETERS &ASSOCIATES 017839-61 January 29, 2021 CITY OF MIAMI BEACH FDOT SPECIFICATIONS FOR ROAD BRITTANY BAY PARK LIVING AND BRIDGE CONSTRUCTION SHORELINE, OVERLOOK AND SECTION 02002 PARK RENOVATION PART 1 - DESCRIPTION 2002 - 1.1 FDOT STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION A. When compliance with FDOT Specifications is specified on the Drawings or in the Contract Documents, the Contractor shall comply with all the requirements defined in the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2017 edition (FDOT Specifications), except as specifically modified in this Section or other Sections of the Contract Documents. B. When compliance with FDOT Design Standards is specified on the Drawings or in the Contract Documents, the Contractor shall comply with all the requirements of the Florida Department of Transportation (FDOT) Design Standards, 2017 edition (FDOT Standards), except as specifically modified in this Section or other Sections of the Contract Documents. C. When compliance with FDOT Specifications is specified on the Drawings and a Pay Item is identified by an FDOT Pay Item Number, measurement and payment shall be made in accordance with the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2017 edition (FDOT Specifications) and FDOT Basis of Estimates, 2017 edition, except as specifically modified by this Section or other Sections of the Contract Documents. D. Specific areas of construction to meet the requirements of the FDOT Specifications, and Design Standards are as follows: 1. Prevention, Control, and Abatement of Erosion and Water Pollution shall comply with the requirements of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2017 edition (FDOT Specifications), and the Florida Department of Transportation (FDOT) Design Standards, 2017 edition (FDOT Standards) except as specifically modified by this Section or other Sections of the Contract Documents. The Contractor's unit prices shall include labor and materials required to install and maintain all erosion and sediment control measures. 2. All Drainage (drainage structures, drainage piping, inlets, gutters, flumes and all other drainage related construction, labor and materials) shall be constructed in accordance with the requirements of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2017 edition (FDOT Specifications), and the Florida Department of Transportation (FDOT) Design Standards, 2017 edition (FDOT Standards) except as specifically modified by this Section or other Sections of the Contract Documents. 2002 - 1.2 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Specifications Sections, apply to this Section. PART 2—GENERAL 2002 -2.1 RELATED DOCUMENTS A. MODIFICATION OF TERMS USED IN THE FDOT SPECIFICATIONS. The terms defined in Division 0 and 1 of the Contract Documents may be different from the terms used in the BRINDLEY PIETERS & ASSOCIATES 02002-1 January 29, 2021 CITY OF MIAMI BEACH FDOT SPECIFICATIONS FOR ROAD BRITTANY BAY PARK LIVING AND BRIDGE CONSTRUCTION SHORELINE, OVERLOOK AND SECTION 02002 PARK RENOVATION FDOT Division 1 Specifications. The following paragraphs redefine the FDOT terms to be consistent with the Contract Documents. B. The Term "Consultant" as used in the FDOT Specifications shall mean the same party as the term "Designer" as defined in the Contract Documents. C. The term "Department" as used in the FDOT Specifications shall mean the same as the term "City of Miami Beach" as defined in the Contract Documents. D. The term "Engineer"as used in the FDOT Specifications shall mean the same as the term "City of Miami Beach Project Manager" as defined in the Contract Documents. E. The term "Engineer of Record" as used in the FDOT Specifications shall mean the same as the term "Designer" as defined in the Contract Documents. F. The term "Inspector as used in the FDOT specifications shall mean the same as the term "City of Miami Beach Project Manager" as defined in the Contract Documents. G. The term "Proposal Form" as used in the FDOT Specifications shall mean the same as the term "Bid Form" as used in the Contract Documents. H. The term "Proposal Guaranty" as used in the FDOT Specifications shall mean the same as the term "Bid Bond" in the Contract Documents I. The term "Right of Way" as used in the FDOT Specifications shall include all areas of the project site and shall not be limited to roadway areas only. J. The term"Secretary"as used in the FDOT Specifications shall mean the same as the term "City of Miami Beach" as defined in the Contract Documents. K. The term "Special Provisions" as used in the FDOT Specifications shall mean the same as the term "Contract Documents" as defined in the Contract Documents. L. The term "Specialty Engineer" as used in the FDOT specifications shall mean the same as the term "Designer" as defined in the Contract Documents. M The term"Specifications" as used in the FDOT Specifications shall mean the same as the term "Contract Documents" as defined in the Contract Documents. N. The term "Superintendent" as used in the FDOT Specifications shall mean the same as the term "City of Miami Beach Project Manager" as defined in the Contract Documents. O. The "Supplemental Agreement," "Supplemental Specifications," and "Technical Specifications" as used in the FDOT Specifications shall mean the same as the term "Contract Documents" as defined in the Contract Documents. P. The term "Specifications Package" as used in the FDOT Specifications shall mean the same as the term "Project Manual" as defined in the Contract Documents. Q. The terms "Architect," "Architect of Record," and "Designer of Record" as used in the FDOT Specifications shall mean the same as the term "Designer" as defined in the Contract Documents. R. The terms "State Bituminous Engineer" and "District Bituminous Engineer" shall mean the same as the term "City of Miami Beach Project Manager" as defined in the Contract Documents. BRINDLEY PIETERS & ASSOCIATES 02002-2 January 29, 2021 CITY OF MIAMI BEACH FDOT SPECIFICATIONS FOR ROAD BRITTANY BAY PARK LIVING AND BRIDGE CONSTRUCTION SHORELINE, OVERLOOK AND SECTION 02002 PARK RENOVATION S. The term "District Materials Engineer" shall mean the same as the term "City of Miami Beach Project Manager" as defined in the contract documents. PART 3—METHOD OF MEASUREMENT 2002 -3.1 PAY ITEMS The FDOT Specifications define specific pay items, methods of measurement and basis of payment for particular types of work. Payment for all items under this Agreement shall be consistent with the bid items defined on the Bid Form, and if applicable, with the Schedule of Values. Bid Items identified on the Summary of Quantities sheet as FDOT Pay Items shall be measured and paid for as defined in the FDOT Standard Specifications for Road and Bridge Construction, unless specifically modified on the Summary of Quantities sheet, on the Bid Form, or in the Contract Documents. PART 4—BASIS OF PAYMENT Payment will be made at the contract unit price for each item installed and approved by the City of Miami Beach Project Manager. END OF SECTION 2002 BRINDLEY PIETERS & ASSOCIATES 02002-3 January 29, 2021 CITY OF MIAMI BEACH SITE FURNISHINGS BRITTANY BAY PARK LIVING SECTION 129300 SHORELINE, OVERLOOK AND PARK RENOVATION PART 1 - GENERAL 129300-1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 129300-1.2 RELATED SECTIONS A. All applicable sections. 129300-1.3 WORK INCLUDED A. Provide all labor, materials, necessary equipment, and services to complete the Site Furnishings work, as indicated on the drawings, as specified herein, or both, except for items specifically indicated as "NIC ITEMS". 129300-1.4 QUALITY ASSURANCE A. Carefully read the manufacture's recommendations for installation of the specified improvements, and immediately notify the Owner's representative of any discrepancy between such recommendations and drawings and specifications. It is the Contractor's responsibility to properly install all improvements. 129300-1.5 SUBMITTALS A. Submit to the Owner's representative, before delivery of materials of this section, copies of the manufacturer's literature for all products proposed to be furnished and installed under this portion of work, stating manufacture's name, product name and model number, and applicable colors, finishes, materials and other information required to verify that the correct product has been ordered. B. Accompany manufacture's literature with a detail or description of the manufacture's current recommend method of installation for each item. These recommendations, after review by the Owner's representative, shall form the basis for acceptable or rejection of the installed work. C. Complete shop drawings for all items of work under this section indicating all details of fabrication and installation, including sizes, shapes, finishes, colors, thickness, material quality, and all other related work applicable to the items of this section. PART 2— PRODUCTS 129300-2.1 MATERIALS A. Provide the products as specified on the drawings. PART 3— EXECUTION 129300-3.1 EXISITING CONDITIONS A. Inspection: prior to installing improvements of this section carefully inspect installed work of other trades and verify that all such work is complete to point where installation may properly begin. S&ME INC. 129300-1 January 29, 2021 CITY OF MIAMI BEACH SITE FURNISHINGS BRITTANY BAY PARK LIVING SECTION 129300 SHORELINE, OVERLOOK AND PARK RENOVATION B. Examine areas and conditions, with Installer present, for compliance with requirements for correct and level finished grade, mounting surfaces, installation tolerances, and other conditions affecting performance. C. Proceed with installation only after unsatisfactory conditions have been corrected. 129300-3.2 INSTALLATION A. Review the proposed location(s) of all improvements with Owner's representative prior to installation. Failure to do so many results in the relocation of improvements and the repair of any damage caused by the incorrect installation. B. The Contractor shall coordinate with Owner's Representative the delivery of site furnishings and shall be completely responsible for shipping, unpacking, removing packaging, disregarding pallets and packaging materials, and all handling of site furnishings after delivery to place in locations as designated on the plans. C. Install all improvements in accordance with the manufacturer's recommendation, and as shown on the drawings. Improperly installed items will be rejected, and the Contractor will be required to replace and/or reinstall the item to the Owner's satisfaction, and repair any damage caused by the incorrect installation. D. All site furnishings shall be guaranteed by the Contractor free of defects, cracks, chips, stains, and shall be completely clean and free of damage upon final placement and approval. 129300-3.3 CLEAN UP A. Remove all packaging and excess materials from the site upon completion of installation. Clean and protect installed site improvements as necessary until the Owner has accepted them. 129300-3.4 ACCEPTANCE A. A substantial completion inspection shall be conducted with all deficiencies noted and given to the Contractor as a punch list of items to be corrected. Substantial completion acceptance will not be issued until all punch items have been completed and a re- inspection by the Owner's Representative is finished. B. Once the inspection for compliance with the punch list requirements has been conducted and barring any new deficiencies being noted during the re-inspection, written acceptance and will be given for all work of this Section, exclusive of possible replacement of items subject to warranty. 1. If any deficiencies of requirements exist, they will be noted in writing. C. Upon written substantial completion acceptance being given, the Owner will assume all responsibilities for maintenance of the site furnishings. The Contractor is responsible for all maintenance as specified in this section up to this point. 129300-3.5 GUARANTEE AND REPLACEMENT A. The Contractors shall warrant in writing the site furnishings to be free of defects for a period of one (1) year from the date of substantial completion. S&ME INC. 129300-2 January 29, 2021 CITY OF MIAMI BEACH SITE FURNISHINGS BRITTANY BAY PARK LIVING SECTION 129300 SHORELINE, OVERLOOK AND PARK RENOVATION END OF SECTION 129300 S&ME INC. 129300-3 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION SECTION 329300 - PLANTS PART 1 - GENERAL 329300-1.1 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division General Requirements shall govern the work under this section. 329300-1.2 RELATED WORK A. All applicable sections. 329300-1.3 WORK INCLUDED A. Provide all labor, materials, plant materials, soil additives, equipment, services, and facilities required to complete all landscape planting and related work indicated on the Drawings and as specified. 329300-1.4 QUALITY ASSURANCE A. Contractor Qualifications: The Contractor shall have experience in successfully transplanting the trees shown on the construction documents. The Contractor shall also have experience and demonstrate experience in similar shoreline landscapes and understand the soils required for successful growth. 1. Contractor's Field Supervision Maintain an experienced full-time supervisor on project site when exterior planting is in progress. B. At the Contractor's expense, a certified Agricultural Soils Testing Laboratory shall be required to perform soil testing services from selected areas that are to be planted to investigate physical properties, diagnose problems, and program amendments to promote optimum plant growth. C. Required Laboratory Services 1. The Contractor shall provide two (2) Soil Test Reports of existing soil conditions at selected locations within the project area at test sites approved by the Owner. Soil Test Reports shall also be supplied to the Owner. 2. Provide a chemical analysis report of each individual sample to cover the following: 1. Percentage of organic matter 2. Percentage of sand, silt, and clay content. 3. Salinity. 4. pH. 5. Mineral nutrients, including concentrations of nitrogen, phosphorus, potassium, calcium, and magnesium. 6. Furnish data on potential hazards or impediments to plant growth from salinity, sodium, boron, or impaired soil structure. 7. Percolation rate. S&ME INC. 329300-1 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Provide recommendations for organic materials, fertilizers, and other materials found necessary to amend the specified planting mix for optimum plant growth. 4. Prescribe a backfill mix or mixes, as appropriate to shoreline restoration projects, to be employed in the planting of all plants for the project if soils test reports indicate inadequacies in the specified planting mix. 5. If so, directed by the Owner, provide laboratory testing and evaluations of stockpiles of prepared backfill, and make recommendations for corrective measures. 6. Provide periodic sampling and laboratory testing of prepared landscape planting areas to assure compliance with recommendations and requirements of the Contract Documents may be requested. Areas of testing and quantity of tests shall be as directed by the Owner. 7. The Soil Test Reports with the dates and test site locations clearly marked shall be submitted to the Owners Representative prior to any planting. D. Deviation from control mix: Not more than twenty percent (20%). Should a higher degree of variation be found, make correction as directed by Owner, with conformance tests repeated until the mix meets specifications for pit backfill and soil preparation. E. Provide quality, size, genus, species, and variety of exterior plants indicated, complying with applicable requirements. F. Tree and Shrub Measurements: Measure according to "ANSI Z60.1" and "Grades and Standards" with branches and canes in their normal position. G. Inspection: The Owner reserves the right to inspect trees and shrubs either at place of growth or at the site prior to planting to ascertain compliance with requirements for name, variety, size, and quality; however, final approval shall be based upon the in-place inspection. H. Coordinate with the Owner in monitoring and approval of all items and areas of work required. I. Regulatory Requirements: Applicable federal, state, or other governing laws and standards as specified hereafter, or as may otherwise apply. J. Pre-installation Conference: Conduct conference at project site with the Owner prior to commencing work. K. Source Quality Control: 1. Ship all landscape materials to the job with appropriate Florida State Department of Agriculture Bureau of Plant Industry Certificates of Inspection. 2. Provide trees and shrubs grown in a recognized nursery in accordance with good horticultural practice. 3. Prior to delivery of topsoil, submit written statements indicating: 1. Location of properties from which topsoil is to be obtained. 2. Names and addresses of owners. S&ME INC. 329300-2 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Depth to be stripped. 4. Crops grown on property during past two (2) years. 329300-1.5 SUBMITTALS A. Installation Schedule: 1. Submit for approval a Planting Installation Schedule showing dates for starting each type of planting in each area of the site. B. Product Data: Submit product sheets and samples for all manufactured items specified. 1. Plant Samples: Submit three plants of each shrub, groundcover, or vine 7 gallons or less as specified for approval by the Owner and to be used as representative size, specification, and plant type for all plant materials to be installed. Any plant materials that do not conform to the plans, specifications, or approved plant samples shall be rejected. 2. Sample plants shall be delivered and maintained on site for comparison. Any plants not equal to samples shall be rejected C. Warranties, Certificates, and Inspection Tags: 1. Submit warranties, certificates, and inspection tags for all products and materials as defined under Paragraph 1.6 -"Product Delivery and Handling". 2. Submit certificates of inspection for all materials and products subject to state or federal governmental inspection. D. Plant Photographs: Contractor shall provide representative photographs of all plant materials specified over 7 gallons in size with a measuring rod included in the photograph. At Owner's option, Contractor may be required to coordinate with Owner tagging trips to view all larger plant materials. E. Certificates, Reports and Samples Submittals 1. All certificates, reports, and samples shall be submitted by the Contractor to the Owner a minimum of two weeks prior to the installation of any of the materials. Contractor shall not begin work until all submittals have been approved by the Owner. Submittals required but not limited to the following: 1. Existing soil analysis and sample 2. Prepared soil analysis and sample 3. Mulch sample 4. Erosion control fabric sample and product sheet 5. Pre- and post-emergent herbicide 6. Week eradication treatment for lawn grass 7. Foliar spray fertilizer(s) 8. Plant samples and/or photographs 9. Drainage gravel sample 10. List of Personnel, qualifications, and schedule 11. Guying methodologies 12. Leaf anti-desiccant spray 13. Maintenance manual S&ME INC. 329300-3 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 14. Soil Separator sample and product sheet 15. ADS pipe product cut sheets 16. Fluid applied membrane waterproofing for landscape pots 329300-1.6 REFERENCES A. Florida Department of Agriculture and Consumer Services, "Grades and Standards for Nursery Plants", hereafter referred to as "Grades and Standards". B. American Nursery and Landscape Association (formerly American Association of Nurserymen) ANSI Z60.1, "American Standard for Nursery Stock", hereafter referred to as "ANSI Z60.1". 329300-1.7 SUBSTITUTIONS A. If the specified or detailed landscape materials are not obtainable, submit proof of non- availability and a proposal for use of equivalent material. 329300-1.8 DELIVERY, STORAGE AND HANDLING A. Plant Materials: 1. Do not prune trees and shrubs before delivery, except as approved by the Owner. Protect bark, branches, and root systems from sun scald, drying, whipping, and other handling and tying damage. Do not bend or bind-tie trees or shrubs in such a manner as to destroy their natural shape. Provide protective covering of exterior plants during delivery. Do not drop exterior plants during delivery. 2. Handle planting stock by root ball. 3. Deliver exterior plants after preparations for planting have been completed and install immediately. If planting is delayed for more than six hours after delivery, set trees and shrubs in shade, protect from weather and mechanical damage, and keep roots moist. Water root systems of plants stored on-site with a fine-mist sprayer. Water as often as necessary to maintain root systems in a moist condition. B. Packaged Materials: 1. Deliver packaged materials in containers in good condition showing: 1. Weight 2. Analysis 3. Name of manufacturer 4. Trade name or trademark 5. Protect from deterioration, contamination, adverse weather, and other damage. C. Plant Materials: 1. Protect plants upon arrival on-site. 2. Thoroughly water and properly maintain until planting. 3. Do not allow plants to remain unprotected for a period exceeding twenty-four (24) hours. S&ME INC. 329300-4 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 4. Exercise workmanlike methods customary in good horticultural practice. 5. Do not prune plants prior to delivery, except as directed. In no case, are trees to be topped before delivery. 6. Prior to delivery to site, spray all trees for insects, fungus, and with a foliar anti-transpirant. Deliver with foliage, limbs, trunk, and roots free of disease and pests. 7. Remove from the site all plants that are not approved and replace with plants that are in accord with specifications. 329300-1.9 PROJECT CONDITIONS A. Existing Conditions: 1. Examine the project site, verify elevations, observe the conditions under which the work is to be done, and notify the Owner of any unsatisfactory conditions. 2. Do not proceed with work on this Section until conditions have been corrected satisfactorily. 3. Verify that the Contractor has installed an irrigation system for the shoreline planting area and a tree irrigation system for the transplanted trees. The irrigation system shall be consistent with City, County and Water Management District requirements. 4. Utilities: 1. Determine location of underground utilities. 2. Numerous underground utilities exist within the project area. The Contractor shall exercise care in digging and other work to not damage existing work including underground cables and pipes. Excavation of plant pits within five feet(5)of utilities shall be performed by hand. 3. Should such underground obstructions be encountered which interfere with his work, the Owner shall be notified at once. 4. The Contractor shall be responsible for the immediate repair of any damage caused by his work and shall be responsible for any disruption of service caused by this damage. Patching and replacing damaged work shall be accomplished by the Owner's designated Contractor and the cost of this will be paid by the Contractor. 5. Maintain grade stakes set by others until removal is approved by all parties concerned. 6. Excavations: 1. When conditions detrimental to plant growth are encountered such as rubble fill, adverse drainage conditions, or obstructions, notify the Owner prior to planting. 2. Contractor shall conduct percolation tests in all planting areas prior to planting. B. Protection: Protect and maintain, as part of the work of this Section, all existing plant materials to remain. S&ME INC. 329300-5 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 329300-1.10 COORDINATION A. Sequencing and Coordination 1. Coordinate the work of this Section with related work of other disciplines and inform the Owner of any scheduling or other discrepancies relating to work to be performed. 2. Prior to the starting of planting, verify that the underground sprinkler system and finish grading have been approved. Unless specified otherwise, do not commence planting until: 3. Site grading, soil import, and preparation has been completed and approved. 1. Substantial provision for irrigation has been provided to maintain plant materials. 4. Proceed with and complete the landscape planting work as rapidly as portions of the site become available, or as otherwise directed. 5. Coordination with Lawns: Plant trees and shrubs after final grades are established and prior to planting of lawns, unless approved otherwise. 1. When planting of trees and shrubs does occur after lawn work, protect lawn areas, and promptly repair damage to lawns resulting from planting operations. B. Fertilizer 1. Affix to each bag of fertilizer, used in connection with this work, the manufacturer's certified analysis tag or label. 2. Fertilizer analysis shall be: 1. No less than minimum requirements of specifications. 2. As guaranteed by requirements of the Florida State Fertilizer Law. C. Peat/Humus 1. Certify in writing that the peat/humus used meets all requirements and criteria of the specifications. 329300-1.11 WARRANTY A. Warrant all plant materials, for a period of one year from the date the Owner certifies the final construction completion review punch list is complete, against defects including death and unsatisfactory growth, except for defects resulting from neglect by Owner, or as a result of malpractice carried out by the Owner, abuse or damage by others, or unusual phenomena and incidents which are beyond the Contractor's control. B. Remove and replace dead plants immediately. C. Remove and replace plants that are more than 25% dead or in an unhealthy condition at the end of the warranty period. 329300-1.12 MAINTENANCE A. Until the date the Owner certifies the final construction completion review punch list is S&ME INC. 329300-6 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION complete, maintain by pruning, cultivating,watering,weeding, fertilizing, restoring planting saucers, tightening and repairing stakes and guys, and resetting to proper grades or vertical position, as required to establish healthy, viable plantings. Spray as required to keep trees and shrubs free of insects and disease. Do not prune except as directed by the Owner. PART 2 - PRODUCTS 329300-2.1 PLANT MATERIALS A. Name and Variety: 1. As designated on the Plant List on the Drawings. 2. Provide all plant materials complying with the latest editions of "ANSI Z60.1" and "Grades and Standards." 3. Provide plant materials symmetrical and typical of their species or variety. 4. Attach appropriate identification tags to each plant for all varieties specified as "patented", "registered", or"trade marked". 1. Do not remove tags until inspected and approved. B. Quality: 1. Where plants are specified on the Plant List as "Specimen" or"Florida Fancy", provide plants that meet or exceed the "Florida Fancy" standard in accordance with "Grades and Standards". 2. For all plant material not otherwise specified to be "Specimen" or "Florida Fancy", provide plants that meet or exceed the "Florida No. 1" standard in accordance with "Grades and Standards". 3. Plants judged not in accordance with specified standards will be rejected. 4. Provide plant materials: 1. With normal habit of growth. 2. Healthy with well-developed root systems filling their containers, but not to the point of being root bound. 3. Free of disease, insects, pests, and their eggs. 4. Sound, free of mechanical or cultural injury by dents, and free of noticeable aftereffects of insects and borers. 5. In the event that it becomes apparent that any nursery supplying plants for this work has knowingly and consistently represented the grade of plants as being higher than the actual grade, as determined under the provisions of this Section, all plants already delivered from such source shall be removed from the job at the Contractor's expense, and no further plants will be accepted from such nursery until written evidence is submitted and confirmed that all material for delivery has been inspected and approved by inspectors of the State Plant Board as being of the grade as represented. C. Dimensions: S&ME INC. 329300-7 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Measure height and spread of all plants with branches in their normal position. Height and spread dimensions specified refer to main body of plant and not extreme branch tip to tip. The measurements specified are the minimum size acceptable and are the measurements after pruning, where pruning is required. 2. When dimensions of plant materials are omitted from the plant list, provide plants of normal stock for type listed. 3. The caliper of tree trunks is to be taken six inches (6") above the ground if 4" caliper or less, and one foot (1') above the ground if greater than 4" caliper. 4. Trees shall conform to the measurements specified or indicated in the Plant List on the Drawings and shall not vary from the size specified more than ten percent (10%) or have a caliper size which varies more than one-fourth inch (1/4"). Where a trunk is specified as single or standard, the plant shall have a single-straight trunk for a height of not less than specified on the plant list. 5. Container and caliper sizes noted on the Plant List are minimums. Increase container and/or caliper as necessary to conform to specified height and spread. D. Trees: 1. Provide healthy, vigorous stock grown under climatic conditions like conditions in the locality of the project and free of disease, insects, eggs, larvae, and defects such as knots, sun-scald, injuries, abrasions, or disfigurement. 2. Provide trees and shrubs of the sizes shown or specified. Trees and shrubs of larger size may be used if sizes of roots or balls are increased proportionately and if approved acceptable. 3. All trees specified as container-grown shall have been grown in a rigid container(grow bags are unacceptable) for a minimum of two (2) years prior to installation. E. Shrubs and Ground Covers: 1. Plants shall have been grown in containers for a minimum of six (6) months and a maximum of two (2) years and shall have sufficient roots to hold earth together after removal from containers. 2. Plants which have become pot-bound, or for which the top system is too large for the size of the container, will not be accepted. 3. Plants shall not be removed from the container until immediately before planting. F. Ball and Burlapped Plants and Wired-Balled and Burlapped Plants: (Only with Prior Approval by Owner) 1. No plant shall be accepted when the ball of earth surrounding its roots has been cracked or broken or which shows evidence of being "made". 2. The diameter of the ball must be sufficient to encompass the fibrous and feeding-root systems necessary for the maximum development of the plant and shall conform to sizes and ratios in the table of minimum-ball sizes as set forth in "ANSI Z60.1" and "Grades and Standards". S&ME INC. 329300-8 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Root pruning shall have been done at the minimum of four (4) weeks before planting at the job, and, such fact, be certified on accompanying invoices. Where, in the opinion of the Owner, following his inspecting the grower's stock, adequate root pruning is being obtained by the grower's general cultivating practices, he may consider such fact as meeting this requirement, and, such fact, shall be certified accompanying invoices. Copy of invoices shall also be supplied to the Owner. 4. Balls shall be firmly wrapped with burlap or approved strong cloth. The root balls of these plants shall be properly protected until planting. 329300-2.2 MISCELLANEOUS MATERIALS A. Topsoil: 1. Provide topsoil that is: 1. Natural surface soil from well-drained areas, fertile, friable, and free of weeds, typical of productive, cultivated topsoils of the locality. 2. Not excessively acid or alkaline (pH 5.5 to 7.0), nor containing toxic substances. 3. Without admixture of sub-soil and reasonably free of clay, stones, stumps, roots, or other similar substances one inch (1") or more in diameter or any other object which may be a hindrance to the finish-grading operation. 4. Acceptable topsoil from the site and any imported soil used on the project shall be a natural, fertile, friable soil possessing characteristics representative of a well-drained area in Florida. Soil containing muck or poorly-drained soils shall not be used. 5. Acceptable soil from the site may be substituted for topsoil and/or sand, based upon the results of the laboratory analysis. B. Prepared Planting Mix: 1. Soil used for planting shall be free from sticks, roots, stones, or other extraneous material detrimental or injurious to plants. Care should be taken to remove pieces of mortar, cement, wood, and other similar remains of construction from all planting areas. 2. Soil used for planting mix shall be of a sand/clay mix consistent with Biscayne Bay and Intercoastal restoration projects. Material mixing of the backfill mix will be out of the pit or bed by approved mechanical methods.The resultant shall be an even mixture which will be hand-shoveled into place. C. At the Contractor's expense, samples of existing on-site soils will be submitted to a certified testing laboratory as required under paragraph 3.4, Field Quality Control, for analysis as to the suitability of the planting mix specified in Item B above to obtain a pH of 5.5 to 6.5. The findings, together with any recommendations for amending the specified planting mix shall be reviewed and approved by the Owner prior to delivery and installation of plant materials at the job. 1. At the Contractor's expense, soil amendments shall be added to any soil used for S&ME INC. 329300-9 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION planting and in planting beds and plant pits in the amount and manner prescribed by a soil analysis. Results from soil analysis and a list of the prescribed amendments shall be presented to the Owner prior to incorporating into the soil. 2. The Contractor shall be responsible for providing adequate acceptable soil to prepare the planting mixture. The Contractor is responsible for supplying and mixing soil amendments and moving the planting mixture to the plant pits and beds. D. Fertilizer: 1. Provide a complete commercial fertilizer mixture complying with the laws of manufacture regulating the sale and manufacture of fertilizer in the State of Florida. 2. Agriform Tablets - Agriform tablets shall be Agriform twenty-one (21 —gram tablets, slow release, 20-10-5 analysis, or an approved equal One tablet for 1-gallon container and larger. 3. Provide as specified by the Agricultural Soils Testing Laboratory. 4. Granular fertilized shall not be used due to tidal conditions within the living shoreline. E. Peat/Humus: Provide peat/humus consisting of: 1. Peat shall consist of ninety-percent (90%) organic peat and shall be suitable for horticultural purposes. 2. Peat shall be brown in color, clean, low in content of mineral and woody material, pH 4 to 5, and shall be shredded into particles not larger than one-half inch (1/2") in diameter. 3. Peat shall contain no more than thirty-five-percent (35%) moisture and the ash content does not exceed ten percent (10%) and free from weedy grasses, sedges, rushes, or mineral matter harmful to plant growth. F. Mulch for Planting Areas: As Designated on the Drawings G. Dolomitic Limestone: 1. Ground limestone containing not less than eighty-five percent(85%)of total carbonate and ground to such a size that fifty percent(50%)will pass through a 1 00-mesh sieve and ninety percent (90%) will pass through a 200-mesh sieve. 2. Coarser materials will be acceptable, provided the specified rates of application are increased proportionately on the basis of quantities passing the 100-mesh sieve. H. Aluminum Sulfate: Shall be a recognized manufacturer's standard commercial grade. I. Anti-Desiccant: "Wilt-Pruf', "Dowwax", "Foilgard", or Owner-approved equivalent delivered in manufacturer's containers. J. Stakes for Guying Trees: As detailed on the drawings. K. Tree Wrapping: First-quality, heavy-waterproof crepe paper manufactured for tree wrapping. S&ME INC. 329300-10 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION PART 3 - EXECUTION 329300-3.1 INSPECTION A. All scaled dimensions are approximate. Before proceeding with any work, carefully check and verify all dimensions and quantities, and immediately inform the Owner of any discrepancies between the Drawings, Specifications, and actual conditions. Do not do work in any area where there is a significant discrepancy until approval to proceed has been received from the Owner. B. Verify that fine grading has been completed and there are not errors which will result in poor application or cause latent defects in fine grading and sodding. C. Accept job site elevations at plus or minus two/tenths (±0.2) of a foot from finish-grade elevations. 329300-3.2 PREPARATION A. Preparation for Planting: 1. Weeding: Dig-out all weeds and grasses by the roots and dispose of off-site. Grasses not of the perennial type less than two and one-half inches (2-1/2") high and not bearing seeds, may be turned under. Perennial weeds and grasses are to be removed. Also, remove other noxious or invasive weeds encountered on the site. 2. Loosen rough-graded material by roto-tilling to a depth of four inches (4") and regrade to maintain proper elevation. 3. Remove all stones over two inches (2") in size, rubbish, and all other extraneous matter. B. Layout and Spacing: 1. Layout areas for multiple plantings and stake locations for individual trees and shrubs. 1. In the event that underground utilities or other obstructions are encountered during planting, relocate and replant materials at alternate locations as directed. 2. Obtain approval for all locations, spacing, and orientation prior to planting and make adjustments as directed, if necessary, to achieve project-design objectives. 1. When plant material is spaced in rows, verify total dimension and space plants equally within the designated areas. Adjust quantities as required. Rows shall be parallel to curbs. 2. Where plant material is indicated in a "loose" pattern, space the material as indicated, maintaining the spacing constant with proper consideration for trees, sprinkler irrigation patterns, light standards, and other features. 3. Space ground cover material triangularly in straight rows at the spacing indicated. 4. Set shrubs, that are to be located adjacent to walks or sod edges, back from edges the "on center" dimension of the individual shrub. 5. When specimen trees are to be planted prior to construction of finish grades, use a surveyor to locate position and finish-grade relationship to top of root ball. C. Fine Grading Verification: S&ME INC. 329300-11 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Verify that all lawn and planting areas have been graded to a smooth, even, and uniform plane with no abrupt change of surface. 2. Verify that lawn and planting areas have been graded to provide positive surface drainage in all areas. 1. Do not work soil when moisture content is so great that excessive compaction will occur nor when it is so dry, dust will form in the air. 2. Apply water, if necessary, to provide ideal moisture for filling and for planting, as herein specified. 3. Properly grade low spots and pockets to drain to established drainage structures. 3. The Contractor shall be required to re-establish any grades impacted as a result of his work. 4. The Contractor shall be provided with a complete copy of the Civil Construction Documents for his use in reviewing existing grading and to use in restoring the areas impacted by his work. 5. The Contractor shall re-establish grade levels where settlement, erosion, or other grade changes occur from the point in time when the respective area is turned over to the Contractor. This Contractor shall adjust grades, as necessary, to provide positive drainage. D. Fertilizing: 1. Remove or redistribute excess soil before application of fertilizer. Make allowances when establishing finish grades for earth excavated from planting pits and mulch. 2. Provide fertilizing applications as prescribed by Agricultural Soils Laboratory tests and recommendations. 3. For all shrubs and trees, place Agriform fertilizer tablets (at specified rates) in the root zones, six to eight inches (6-8") below the finish grade of the soil, no greater than four inches (4") away from the root ball. Verification of tablet placement will be required during final review. E. Liming: 1. Immediately following or simultaneously with the incorporation of the fertilizer, distribute lime uniformly at a rate determined by tests and incorporate into the soil to a depth of at least one inch (1 ") by disking, harrowing, or other accepted methods. 2. Do not apply lime under trees. F. Pre-Emergent/Post-Emergent Herbicide: For weed and grass control, apply an approved pre- and post-emergent herbicides to all shrub, ground cover, and mulch beds. 329300-3.3 PLANTING A. General: 1. All plant material shall be reviewed and receive initial approval from the Owner prior to its delivery to the job site, as deemed necessary, by the Owner. S&ME INC. 329300-12 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 1. The approval methods shall be by nursery site visits or by photographs submitted by the Contractor to the Owner as required under paragraph 1.5 Submittals. All photographs of plant material shall include an appropriate scale element adjacent to the individual plant. In the case of large quantities of trees or shrubs, photographs should be of representative specimens of each plant species and size. 2. All photographs shall be in color and taken with a 35mm camera. Each picture shall have the date electronically imprinted. Two (2) sets of photographs for each plant submittal shall be delivered to the Owner. 3. Approval of plant materials at this stage will not constitute final approval. Final approval for all materials will be given only at the time of final acceptance by the Owner. 2. Do not do any planting until all operations involved with the installation of the irrigation system have been completed, final grades have been established, and the planting areas have been properly graded and approved. 3. THE RELATIVE POSITION OF EACH TREE AND PLANT IS SUBJECT TO APPROVAL BY THE OWNERS REPRESENTATIVE, AND SHALL, IF NECESSARY, TO ACHIEVE PROJECT DESIGN OBJECTIVES, BE RELOCATED AS DIRECTED AND AT NO ADDITIONAL COST TO THE OWNER. 4. Remove each plant from its container and plant in such a manner that when settled, it will bear the same relation to the constructed finished grade as it bore to the grade in the container before being transplanted. 1. Filling will not be permitted around trunks and stems. 2. Cut and remove all wire and nylon rope used on root ball. 5. Backfill procedure 1. Tamp firm, prepared plant mix placed into plant pits. 2. Form a shallow basin around plants to hold enough water to saturate the root ball and prepared plant mix. 3. Maintain tree saucers until substantial completion. 6. Thoroughly water plants using a slow-soak technique immediately after planting. Rake all basins around trees away from root ball before sodding or mulching. 7. Prune at the time of planting with due regard to the natural forms and growth characteristics of each species and paint all cuts over three-fourths-inch (3/4") -diameter with an approved tree-wound dressing. 8. Pruning shall be done in a manner complying with standard horticultural practices and shall be limited to the minimum necessary to remove injured twigs and branches and to compensate for the loss of roots during transplanting. Pruning shall not result in the removal of one-third (1/3) of the branching structure or more, nor shall pruning result in alterations to the basic plant structure. Broken or damaged roots shall be cut off smoothly. 9. Hand watering: S&ME INC. 329300-13 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Contractor shall be responsible for supplemental hand watering of trees and shrubs irrigated by rotor irrigation heads and trees irrigated by spray heads on an as-needed basis, but not less than three(3)times weekly, until the end of the ninety (90) day plant establishment period. Each time plants are watered, they shall be watered completely using a slow-soak technique, saturating the root ball to its full depth. 10. Place mulch between and around specified trees and all shrubs within five (5) days after any planting. 1. For individual trees outside of planting beds, spread mulch to cover the saucer area. 2. When in place, water mulch thoroughly. B. Planting Trees: 1. Maintain plants in nursery containers, or properly heeled-in, until time for transplanting. 2. Handle all plants by earth ball or container only. Handling the plant by itself will be cause for rejection. 3. Layout areas and set stakes for trees at locations indicated on Drawings. Secure approval from Owner before excavating pits. Make necessary adjustments as directed. 1. Specimen trees to be planted prior to construction of finish grade shall be located by surveyor for position and relationship of top of root ball to finish grade. 2. Dig each plant pit twice the diameter and the exact depth of the tree root ball.When hardpan or muck is encountered, break through to clean sand and backfill with prepared backfill as directed. Loosen compacted soil at sides and bottom by scarifying, or other approved method. Set tree to finish grade and fill the pit with prepared soil, progressively settling the soil about the root ball by water jetting and flooding to remove voids. 3. Excavation of plant pits located within five feet(5')of utility lines shall be performed by hand. 4. Set trees in center of pits in a vertical position so that crown of balls will be three inches (3") above finish grade after allowing for watering and settlement. 5. Prepare watering basin same width as tree plant ball. Water thoroughly immediately following planting. Backfill all voids which develop with additional prepared planting soil to bring to finish grade. All basin shall remain in place following final acceptance and shall be removed by the Owner. 6. If burlap containing synthetic materials is used, the burlap is to be completely removed and properly disposed of. 7. Fill all tree pits with water to test proper drainage percolation prior to planting. 1. Excavate pits which are found to be inadequately draining to a depth sufficient for proper drainage and backfill with coarse sand. 2. No allowances will be made for plants lost due to improper installation and drainage. S&ME INC. 329300-14 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 8. Backfill with prepared planting mix. 9. Stake trees as shown on Drawings. All trees and palms shall be staked according to the Drawings. Staking is not at the discretion of the Contractor. Staking requirements may only be waived by written permission from the Owner and a credit for any unstaked tree or palm issued by the Contractor to the Owner. C. Bed Preparation for Shrubs and Ground Cover Planting Areas: 1. Remove all existing grass including roots and other vegetation (by mechanical methods), construction debris, limerock, etc., and any soil which would be deleterious to plant growth completely. Contractor shall remove unwanted materials from project site and dispose of in an appropriate and legal manner. 2. For all areas to be planted with shrubs and ground covers, provide a six-inch (6")depth of prepared planting mix over entire planting bed, and till into bed in three-inch (3") lifts. Hand digging will be required in areas where mechanical means would cause damage to underground utilities. Vertical drill, if necessary, through compacted subgrade to ensure drainage in beds. D. Planting of Individual Vines and Shrubs: 1. Plant individual vines and shrubs in pits at least twelve inches (12") greater in diameter than their root ball and at least six inches (6") deeper than the bottom of the ball. Loosen soil at bottom of pit. Fill pit with prepared soils to the bottom of the ball. When the plant has been properly set, fill the pit to the finish grade with prepared soil and thoroughly settle by tamping and watering. Remove all vines from stakes, untie, and securely fasten to the wall, fence, or other surface next to which they are planted in a manner approved by the Owner. 2. Prepare a water basin as wide as the plant pit at each plant. Water thoroughly and backfill voids with additional prepared planting soil. E. Planting Ground Cover: 1. Space ground cover plants as shown in schedule on Drawings. 2. Moisten ground cover areas prior to planting. Do not set plants in dry soil. 1. Do not allow rooted plants to dry out before or while being planted. 2. Wilted plants will not be accepted. 3. Plant rooted cuttings sufficiently deep to cover all roots. 4. Ground cover plants that have been grown in liners are to remain in liners until time for transplanting. 1. At the time of transplanting, the soils are to contain sufficient moisture so that it does not fall from the roots when plants are lifted from the liners. 2. Plant each plant with its proportionate amount of soil in a manner that will insure a minimum of disturbance to the root system. 5. At the time of planting, firm up the earth around each plant sufficiently to force out all air pockets. S&ME INC. 329300-15 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 6. Use alternate procedures in the planting of ground covers, only when approved. 7. After all planting has been completed, top-dress all ground cover areas with three inches (3") of mulch as detailed on the drawings. 329300-3.4 FIELD QUALITY CONTROL A. Notify the Owner at least two (2) days in advance so that the following minimum observations can be made as the work progresses: 1. Conditions prior to finish grading and soil preparation. 2. Conditions upon completion of finish grading and soil preparation. 3. Plants, after delivery to site and prior to planting. 4. When vines, shrubs, and trees are spotted or staked for planting prior to excavation of planting holes. 5. Specimen trees at nursery source before delivery to on-site location. 6. Lawn areas prior to sodding. 7. Specimen trees for condition, upon delivery to job site, and for positioning progressively as work is completed. 329300-3.5 MAINTENANCE AND ADJUSTMENT A. Maintenance: 1. Begin maintenance immediately after planting: Continuously protect all areas including lawn areas, plant materials, supports, etc., until the Owner certifies the final construction completion review punch list is complete. Maintenance shall consist of weeding, fertilizing, mulching, pruning, watering, and maintenance of staking and water saucers. 2. Maintain trees, shrubs, ground covers, and other plants until the Owner certifies the final construction completion review punch list is complete. 3. Spraying and dusting: 1. During the maintenance period and up to the time the Owner certifies the final construction completion review punch list is complete, perform all seasonal spraying and dusting of trees and shrubs. 2. Use materials and methods in accordance with the highest nursery standards and practices and as directed by Owner or Owner. B. Adjustment: 1. If planting should occur after lawn preparation, provide proper protection at lawn areas, and promptly repair all damage resulting from planting operations. 2. Provide other adjustments as follows: 1. Re-sod areas, where necessary, for full and even coverage. 2. Regrade, lightly compact, and replant around sprinkler heads, where necessary, to maintain proper vertical positioning in relation to general grade. S&ME INC. 329300-16 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 3. Fill all depressions and eroded channels with sufficient soil mix to adjust grade to assure proper drainage. Compact lightly and replant the filled areas in accord with Contract requirements. 329300-3.6 CLEAN UP A. Clean Up: 1. During landscape work, store materials and equipment where directed. Keep pavements clean and work area in an orderly condition. 2. Protect plants from damage due to landscape operations, operations by other contractors and trades, and others. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged planting. 3. Keep all planted areas free of debris, weeds, and insects. Cultivate, weed, and water until final substantial completion of the work. 4. Upon completion, remove all excess subsoil, cordage, wrappings, and other extraneous materials from the site. 1. Remove all tools, equipment, and other materials, except those necessary, for maintenance work. 2. Remove litter or other debris occurring from maintenance operations. 329300-3.7 ACCEPTANCE A. Inspection of the entire project or designated portions thereof shall be made upon written request of the Contractor. B. A substantial completion inspection shall be conducted with all deficiencies noted and given to the Contractor as a list of items to be corrected. Substantial completion acceptance will not be issued until all punch list items have been completed. C. For the purpose of establishing an "Acceptance" standard, all plant material shall be healthy, well-rooted, evenly colored, viable, and free of weeds and disease. 1. Perform other operations necessary to complete maintenance and ensure that plants are healthy, vigorous, visually pleasing, and undamaged. 2. Perform all maintenance tasks as specified in this section. D. Once the reinspection for compliance with the substantial completion inspection punch list requirements has been conducted and barring any new deficiencies being noted during the reinspection, written acceptance will be given once the Owner certifies the final construction completion review punch list is complete for all work of this Section, exclusive of possible replacement of plant material subject to warranty. 1. If any deficiencies of requirements exist, they will be noted in writing. E. The Contractor is responsible for all maintenance as specified in this Section September 30, 2003. F. At the conclusion of the warranty period, an inspection will be made to determine the condition of warranted plant material. S&ME INC. 329300-17 January 29, 2021 CITY OF MIAMI BEACH PLANTS BRITTANY BAY PARK LIVING SECTION 329300 SHORELINE, OVERLOOK AND PARK RENOVATION 1. Remove all plant material noted as not being in a healthy-growing condition. 2. At no additional cost, replace plant material during the following planting season with material of like kind and size, in accordance with specification for original plant material. 3. Warranty period also applies to replaced material. 4. Remove all tree staking and guys and dispose of the material off-site. 329300-3.8 GUARANTEE AND REPLACEMENT A. Trees, Shrubs and Groundcover 1. All trees, shrubs and groundcover shall be established or exhibit signs of being established in a ninety (90) day establishment period or from the date of installation, or the plant material shall be removed and replaced at no additional cost to the Owner. Plant material installed by the Contractor shall be warranted in writing for a period of one (1)year from the date the Owner certifies the final construction completion review punch list is complete. END OF SECTION 32930 S&ME INC. 329300-18 January 29, 2021 XION3ddV Permits CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING PERMITS SHORELINE, OVERLOOK AND PARK RENOVATION irpre°"ekilInformation t ,7FJ Build On Engineering.Consulting•Testing June 6, 2014 Brindley Pieters &Associates, Inc. (BPA) 2600 Maitland Center Parkway, Suite 180 Maitland, Florida 32751 Attention: Mr. Randy Augat Senior Project Manager Re: Report of Geotechnical Engineering Services Indian Creek Seawall Rehabilitation Miami Beach, Florida PSI Project No.: 0397-692 Dear Mr. Augat: Professional Service Industries, Inc. (PSI) has completed a geotechnical engineering study in connection with the above referenced project. Our services were provided in general accordance with PSI Proposal No. P0-0397-93973, dated April 23, 2013. Authorization to perform our services was provided by means of an agreement with BPA, dated March 21, 2014. 1.0 PROJECT BACKGROUND The area of study is located on the west side of Indian Creek Drive (S.R. A1A), north of W. 63rd Street in Miami Beach, Florida. A site vicinity map identifying the project limits with respect to existing streets and features is presented on Sheet 1 of the Appendix. The area currently serves as a park and has a ground cover comprising predominantly of landscape. The Indian Creek Canal is located west of the property, and a seawall currently exists in this area and is intended to be replaced. The existing seawall as we understand consists of an MZ-22 with a tip elevation of-16.17 feet. Photographs from our site visit are presented on Sheet 2 of the Appendix. Based on telephone/email communications with Mr. Oscar Bermudez, E.I. with BPA and emails from the structural engineer, Mr. John H. Buscher, P.E. with John H. Buscher, P.E. Consulting Engineer, it is our understanding that the project will involve the construction of new±1,050 linear feet (LF) bulkhead wall consisting of an anchored PZ-22 sheet pile and 2.5 feet wide concrete cap. The purpose of our analysis was to determine a tip elevation for the sheet piles and provide the resulting tieback/anchor force. The design of the tieback/anchor force system will be performed by others. If any of the noted information is incorrect or has changed, please notify PSI so that we may amend the recommendations presented in this report, if appropriate. Professional Service Industries,Inc.•7950 N W 64 Street•Miami,FL 33166•305/471-7721 •Fax 305/593-1915 FL Engineering Business 3684 Geotechnical Engineering Services. Appendix-1 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING PERMITS SHORELINE, OVERLOOK AND PARK RENOVATION Indian Creek Seawall Rehabilitation Page 2 Miami Beach, Florida PSI Project No.: 0397-692 2.0 FIELD EXPLORATION To evaluate subsurface conditions at the site,we drilled/sampled three Standard Penetration Test (SPT) borings that were advanced to depths of 40 feet below grade. The approximate locations at which the borings were drilled are shown on Sheet 3 of the Appendix. After seating the sample spoon six inches, the number of successive blows required to drive the sampler twelve inches into the soil constitutes the test result commonly referred to as the "N" value.The"N"value has been empirically correlated with various soil properties and is considered to be indicative of the relative density of cohesionless soils and the consistency of cohesive materials. The SPT borings were performed using a CME-55 truck mounted drill rig equipped with an automatic hammer. The recovered split spoon samples were visually classified in the field and transported to the laboratory for further review. Following completion of our field services, all boreholes were backfilled with excavated soil/rock and the site generally cleaned, as required. 3.0 SUBSURFACE CONDITIONS The results of our field exploration program disclosed a surficial topsoil cover which was underlain by a granular stratum comprising varying amounts of limerock and fine sand that persisted to depths ranging from approximately 12 to 15 feet below existing grade. Underlying the granular stratum, the borings encountered a layer of sandy silt that ranged in thickness from approximately 1 to 8 feet.The sandy silt layer was in turn underlain by moderately cemented limestone and fine sand to the maximum termination depth of the explorations at 40 feet below grade. The top of the limestone formation was encountered at an approximate depth of 27 feet below grade. Water level measurements in the borings at the time of drilling indicated the groundwater table at depths of 2.5 to 3.0 feet below existing grade. Water levels will fluctuate seasonally in response to rainfall or lack thereof. Throughout most of the year, we would expect the water level in the soil to be very close to that of the canal. 4.0 EVALUATION AND RECOMMENDATIONS The analysis of the sheet pile was carried out using Allowable Stress Design (ASD) methodologies with the program SPW 911,Version 2.20.The following elevation profile was utilized in the analysis (NAVD vertical datum): • Elevation of top of pile cap = +5.5 feet • Elevation of ground on land side (active side) _ +3.0 feet • Elevation of mudline, with allowance for scour(passive side) _ -12.0 feet • Groundwater level on land side (active side) _ +1.0 feet • Water level within Indian Creek (passive side) = 0.0 feet • Elevation of tie back = 0.0 feet Geotechnical Engineering Services. Appendix-2 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING PERMITS SHORELINE, OVERLOOK AND PARK RENOVATION Indian Creek Seawall Rehabilitation Page 3 Miami Beach, Florida PSI Project No.: 0397-692 Based on our analysis, an anchored PZ-22 sheet pile with a "minimum tip elevation" of-22 feet will be appropriate for this project (required for lateral stability). This tip elevation results in a sheet pile length of approximately 28 feet. In our analysis, we utilized a single layer of tieback at elevation 0 feet, which generated a tie back force of 3,248 pounds/foot. We understand that the design of the tiebacks will be by others. For the design of the tiebacks,the force noted herein should be considered allowable and therefore an appropriate factor of safety should be applied. Based on the FDOT's "Structures Design Guidelines", due to the proximity of the site to a body of water with chloride concentration in excess of 6,000 parts per million (ppm), the site has been classified as extremely aggressive for steel and concrete. This should be taken into consideration for the selection of material types, determining sacrificial thicknesses and for the application of corrosion resistance coating. Based on the results of the SPT borings performed, the sheet piles will be tipped above the limestone layer present at the site. Nevertheless, the contractor should take into consideration the possibility of encountering limestone during the driving of sheet piles and accordingly budget for pre-drilling to the tip elevation. 5.0 REPORT LIMITATIONS Our professional services have been performed, our findings obtained, and our recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. This company is not responsible for the conclusions, opinions or recommendations made by others based on these data. No other warranties are expressed or implied. The scope of the investigation was intended to evaluate soil conditions within the influence of the proposed bulkhead. The analysis and recommendations submitted in this report are based upon the data obtained from the soil borings performed at the locations indicated. If any subsoil variations become evident during the course of this project, a re-evaluation of the recommendations contained in this report will be necessary after we have had an opportunity to observe the characteristics of the conditions encountered. The applicability of the report should also be reviewed in the event significant changes occur in the design, nature, or location of the project. The scope of our services did not include any environmental assessment or investigation for the presence or absence of hazardous or toxic materials in the soil, groundwater, or surface water within or beyond the site studied. Any statements in this report regarding odors, staining of soils, or other unusual conditions observed are strictly for the information of our client. Geotechnical Engineering Services. Appendix-3 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING PERMITS SHORELINE, OVERLOOK AND PARK RENOVATION Indian Creek Seawall Rehabilitation Page 4 Miami Beach, Florida PSI Project No.: 0397-692 6.0 CLOSURE We trust this report is adequate for your current needs; however, should you have any questions or should additional information be required, please do not hesitate to contact our office at (305) 471- 7725. Respectfully Submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. Certificate of Authorization No: 3684 l f t Ian Kinnear, P.E. Jonathan Bassett, E.I. Dhuruva (Dru) Badri, P.E. Chief Engineer Project Engineer Department Manager FL License No. 32614 FL License No. 68718 cc: Addressee (3 and PDF) File(1 and PDF) APPENDIX Sheet 1: Site Vicinity Map Sheet 2: Site Photographs Sheet 3: Boring Location Plan Boring Logs SPW 911 Sheet Pile Analysis PA397-Geo\2014 PROJECTS\0397-692 Indian Creek Park SeawaJ(BPA)Reporl Documents\0397-692 Indian Creek Park Seawall(SPA).doc Geotechnical Engineering Services. Appendix-4 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING PERMITS SHORELINE, OVERLOOK AND PARK RENOVATION APPENDIX J Geotechnical Engineering Services. Appendix-5 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION SITE VICINITY MAP °---.)i-r.,„ -'9'.---� .. w ... -. :Ili Ni..,_„, 1 " 'M yn gy��, s &P/'�yt�""s. *!:'.afi,, G.,y..z..a v �[,, t t ., r y 77-'1..,74t.,---- 1:-- .-/" wy,_-e°: - [ * .-,...„,,,,21.---- lis - '. t is (� mn' a.a ,,"`� "'`' .R4.¢---- :-y�' ,1,. ^—>i,. ..-'} --:s ' '#f#r - -"_'' 3R t 03A y r+T -;°--,,'„,,,-,-.4,.,:.-..,:-.1-..-- k°"-- tr"'-rr.-e to {��yj¢�°'r�}t" r- yN - `\ \� l .0..W.'"7.. ~i�. , - ay'A'..` 5.,:. }Y¢ S^.cz'x 5i .--A � t ,4�' HIo .l{�• a .. n 14iY Esd i',,, ' •,y4 - „ 1,. a j F N 4 f �* 3 •Zi i' r`, $� 1 APPROXIMATE AREAS OF STUDY :,7:411. : ' a'r# ; i ,,, .., It o -,i.4,--7.-, r .'rte ''-'-'4-'3' ''' - 1, .c rwt�. a ter , "' - * -F,, , } o 4- , r- . 7"a -'a�t,: le 1 ,, * ' ., 'Yip` 'SJ t,.. � � :, �. '' ,- -"Ir 1 GEOTECHNICAL ENGINEERING SERVICES DATE: 06/04/2014 Indian Creek Seawall Rehabilitation l +�g win) fi( �+ V�l (N.W.C.)Indian Creek Drive&W.63f,Street tt r� Miami.Florida DRAWN: JB � �Buil 1�( 'vZ SHEET No.: 1 PSI PROJECT No.:0397-692 CHKD:: DR Engineering Consulting . Testing Geotechnical Engineering Services. Appendix-6 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION SITE PHOTOGRAPHS t. :• ,7:',.,,,,,',-.«, r4-1 i fir"1 _ I €wr •.', ) 1 k > � o Ira ,Syg e§. r~ - i ,j ( jilt* ` 'I 1 �' : t, w, �1 I L., 1 , _,,,,,i i _ v h,pp Yd' X i �R f4.� t } i.J,/ 1y p T 'lir 9 GEOTECHNICAL ENGINEERING SERVICES DATE: 06!0412014 1jJPztor7natwn.7?)13t.>tid On SHEET Na.: 2 PSI PROJECT No:0397-692 lCHKD:_ DS Engineering ConsLilting s Testing J January 29, 2021 Geotechnical Engineering Services. Appendix-7 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION /- BORING LOCATION PLAN ,§ " •j xd, E.3.3 1 ., k.< ca '`,. , 9 i ' " i. t'r d H y s s a3 . l� s ,a1to4. .444 1 c'k' CS i3 ? "> " ��as fig ?„ a -. PS , .. '' , 1 -. E _. nom ».__ atn: '1k' _.a.. 4�L - i } x"74 :-.::/..:„.„..".....„'...-.°,74'-.1..-T: . -�!9r� cam: 5 s '� an '�” } - 'fi"it 1 ,,,., , .iSxWyyh�� epi �. , Jji w.' . 4 i5 i Alr 0, iv> 1.x f .,`4icg v ! it . ._ s r'°,t",,r'"7K{!=-.. . 1 .- ':-.i_ rte- _ 1 4110 Approximate SPT/Percolation Test Location .11 GEOTECHNICAL ENGINEERING SERVICES DATE: 06/0412014 Indian Creek Seawall Rehabilitation ���lll►= I1 t `("17'T7ZCLt1�[7f d (N.W.C..)Indian Crook Drive Florida W.say Strout DRAWN: JB �/r;� ,� l) uild On `SHEET No.: 3 I PSI PROJECT No•'0397-692 lCHKD:: DB y Engineering • Consulting • Testing Geotechnical Engineering Services. Appendix-8 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION Professional Service Industries. Inc. At apfaidi t 7950 N.W. Telephone: (305(64th 305}471-7725 Street ri- Miami,FL 3LOG OF BORING B-1 Fax: {305}593-1915 Sheet 1 of 1 PSI Job No: 0397-692 Drilling Method: SPT WATER LEVELS Prciect: Indian Creek Park Seawall Sampling Method:SS While Drilling 3.0 feet Location: Miami Beach.Florida Hammer Type: Automatic Boring Location: Sheet 3 It Upon Completion 3.0 feet Z.Delay N/A Station: N/A N 1 STANDARD PENETRATION H Offset: N/A i ; t TEST DATA a 5 N in blows/6 0 o ?' c' MATERIAL DESCRIPTION d 1 x Moisture 0 PL n LL AdditionalRemarks I E Z, 4 4 1 I` *1 M Remarks i m § w dv, i STRENGTH,tsf n h ♦ Qu * O 0 20 ao 0 u. TOPSOIL 1 �ight Brown/Gray Fine SAND with Limerock r- sp 3-7-8-7 a ow -\and Traces of Rootsr N=15 - -,Qa y 2 1 Light Brown/Gray LIMEROCK with Fine Sand 7-8-8-10 w - -2o DU— GP N=16 - 5 ..O 3 9-20-13-8 ore N=33 Light Gray Fine SAND with Traces of 4 Limerock and Shell Fragments 5-2-3-2 0 N=5 5 SP 2-2-3-5 @ 10 N=5 Light Gray Fine SAND with Shell Fragments - - SP -15- 6 Light Gray Sandy SILT ML N=5 - Light Gray Fine SAND with Shell Fragments • 7 5-7-7 20 N=14 SP 8 6-6-9 --25- N=15 J I I Light Brown LIMESTONE with Fine Sand I I x 9 9-8-6 -30- I N=14 (\} I -- - 1 1 21 10 5-4-6 -35- I tLLL�VVV N=10 - 1 - - 1 - - I A 11 4-4-8 -40 N=12 Completion Depth: 40.0 ft Sample Types: Shelby Tube Latitude: Date Boring Started: 4/21/14 Longitude: Date Boring Completed: 4/21/14 Auger Cutting Hand Auger Drill Rig: CME-55 Logged By: L.R. Split-Spoon Calif.Sampler Remarks: Drilling Contractor: PSI,Inc. Rock Core Texas Cone The stratification lines represent approximate boundaries. The transition may be gradual. Geotechnical Engineering Services. Appendix-9 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION Professional Service Industries Inc lipfkg 7950 N.W.64th Street ippQrrilliallial Miami.FL 33166 LOG OF BORING B-2 Telephone: (305)471-7725 Fax (305)593-1915 Sheet 1 of 1 PSI Job No.: 0397-692 Drilling Method: SPT WATER LEVELS Project: Indian Creek Parc Seawall Sampling Method:SS a While Drilling 3.0 feet Location: Miami Beach,Florida Hammer Type: Automatic Boring Location: Sheet 3 Upon Completion 3.0 feet 7 Delay N/A Station: N/A N STANDARD PENETRATION — onset: N/A B TEST DATA F er o o o c * Nin blowsm t u b c MATERIAL DESCRIPTION x Masture 7 PL a • LL Additional ri I a g E y u o I �` :. Remarks 6 m M w rt , r:Tit STRENGTH.Isf * op co W o ,1 OPSOIL 0 20 a o - 1 Light Brown/Grey Fine SAND with Limerock 2-5-4-4 - SP N=9 - 2 1 4-3-3-4 Light Gray Fine SAND with Traces of N=6 - 5 3 Limerock and Shell Fragments 1-1-1-1 --- N=2 - - 4 1-1-1-1 SP N=2 5 1-1-1-1 -10-- N=2 Light Gray Sandy SILT 6 2-3-3 -15- N=6 - - ML -20_ t` VAI 7 Light Gray Fine SAND with Shell Fragments 1-3N - SP 8 8-8-13 -25- N=21 Light Brown LIMESTONE with Fine Sand - - - I I x 9 14-7-3 30- I I /���� N=10 --- - - - - I 1 1 10 3-4-4 -35- I N=8 - --FL - I ' I I 11 5-7-5 -40 -- N=12 Completion Depth: 40.0 ft Sample Types: Shelby Tube Latitude: Date Boring Started: 4/21/14 Longitude: Date Boring Completed: 4/21/14 Auger Cutting Hand Auger Drill Rig: CME 55 Logged By: L.R. Split-Spoon Calif.Sampler Remarks: Drilling Contracts: PSI,Inc Rock Core Texas Cone The stratification lines represent approximate boundaries. The transition may be gradual. Geotechnical Engineering Services. Appendix-10 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION Professional Service Industries Inc rikami i% 7950 N.W.64th Street Miami.FL 33166illimilmill LOG OF BORING B-3 Telephone: (305)471-7725 Fax' (305)593-1915 Sheet 1 of 1 PSI Job No.: 0397-692 Drilling Method; SPT WATER LEVELS Project: Indian Creek Park Seawall Sampling Method:SS .V While Drilling 2.5 feet Location: Miami Beach:Florida Hammer Type: Automatic Upon Completion 2.5 feet Boring Location: Sheet 3 Delay N/A Station: N/A y STANDARD PENETRATION -0., Offset: N/A g u TEST DATA u o 0 u i 5 s N m blowsnt y .. ' c f i .6 x Masture ti PL 8 t v z, MATERIAL DESCRIPTION 40 Additional m g 0 E r3 _ S ' 1 " Remarks El A D >r I- STRENGTH,tar a- • Oa 31f Op V) 0 :k 4r. 0 lit?; ,TOPSOIL I 2-3-4-4 Light Brown/Gray Fine SAND with Traces of ; SP OLimerock.Asphalt and Wood Fragments -eo° 2 ig t:own'ray Y -e w i ine n. 4-5-5-5 - -^10 D 1 N=10 -5 .off 3 a GP 5-3-3-3 •3' (Note:Petroleum odnoted while N=6 -)o D4 dritling/samptingfiom 6'to 8'.1• ! 2-2-2-3 -WitGray Fine SAND with Shell Fragments N 4 5 i • 2-1.1.1 14 . .. . ... SP N=2 — .._.._..—..._.._. ..... -ii......- ry'�f 6 Mt. 2-1-2 -15- L� N=3 Light Gray Fine SAND with Shell Fragments 74-3-4 0 -20- N=7 • - - SP 8 6-5-8 le -25- • N=13 - I I Light Brown LIMESTONE with Fine Sand I �y7l� - - I CSI 9 9-9-5 -30- I N=14 - - - - I 10 7-8-8 =35- I . 1,1=16 I 11 . 1 rV 118-9-6 0 -40 ' N=15 Completion Depth: 40.0 ft Sample Types: Shelby Tube Latitude: Date Boring Started: 4/21/14 Longitude: Auger Cutting Hand Auger Drill Rig: CME-55 Date Boring Completed: 4/21/14 Logged By: L.R. Split-Spoon Calif.Sampler Remarks: Drilling Contractor: PSI,Inc. Rock Core Texas Cone The stratification lines represent approximate boundaries. The transition may be gradual. Geotechnical Engineering Services. Appendix-11 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION Client:Indian Creek Seawall Input Data Rehabil Mien Depth Of Excavation_15.00 ft Depth Of Active Water=2,00 ft Water Density=62.43 pct Page.2 Surcharge=250.0 psf Depth Of Passive Water m 3.00 ft Minimum Fluid Density=31.82 pct Dale:5.20.14 Sheet:P?22 Soil Profile Pressure:Rankine Depth(ft)Soil Name (pct)(.(Pct} C{Psi)CA(te4 d(')(S(') Kk Kec Kp Toe: Free Earth Support 0.00 Loose Fine Sand 109.2065.55 0.0 0.0 30.01 0.0 0.33 0.00 3.00 0.00 M Solution Sheet Ntaxlmum Bending Pile Sheet Name i(irr9f1) E(psi", Z(irP/ft) t(psi) Moment(ftib/fl) Upstand(It) ibe(ft) Length(ft) P722 84.70 3.04E+07 18.40 25000.0 38287.7 2.50 9.84 27.34 Load Model:Area Disirt button Supports Maxima Linear Maximum Depth Depth(ft)Type Load(Ib/fl) Pressure 498.2pst 15.00 It 2.00 Brace 3247.6 SPW911, v2.20 PSI sum, ,NN...pN..x.„. Geotechnical Engineering Services. Appendix-12 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION 1 Client:Indian Creek Seawall �_.---t __._ ___ _. _._._ ____r__. .__ . _._.___ .______._ _-__ ___ ____ ___4 .. , Rehabilitation 'PressJre(p 0 ' r i " ' 'x 10a 'Bendi • M• ent(ftI.lfl) ' I ; t x 1W Page:3 - 4 -,2 - 0 . 0 4 - 6 -4 - 2 - 0 0 2 Date:5.20.14 Sheet:PZ22 I , , s - s 1 • i I I I t I I I I I I I I I I I I r a r r I Pressure:Rankine Toe:Free Earth Support r I I 1 t t I I t 1 t + I I / 1 r I I 1 i r t I t I 1 + t I t I I t I 1 I r + I I + t r r 1 1 Maximum d(fl) 1 1 1 ) 4 1 0 498.2psf 15.00 r 1 I t t 4 I 1 r r 1 t 1 i { O 15775,415775.9111b/ft15775.9111b/ft 11.44 i t t 1 I I. __t____�__^1___.__} 0 3006.61b/ft 2.00 1 -1 i I I I 1 t I 1 • 0.5in 12.54 1 I r s 1 r t 1 I 1 r i 1 1 i r i 9 I I II 1 i I I I { r . I f 4 4 t t 1 1 r 1 f r I I i 4 1 f I 1 I I t I I a I I I 1 I I r t 1 I I r 1 t # t 1 1 4 4 I I t I t I + I t I 7 I r 1 1 I --__.y t I i I t I I 1 I I I 1 I t 1 1 1 t I 1 1 i ( i t I I 1 I 1 t i F i i t t 1 1 i r 1 1 I r 1 t I 4 I I d(ft) d(ft) .4 ,.'------r-.___._.--I..__ . . .. -- -- .._- ----4 ... ,-. ..__ ..-_.. Deflection(1 ) ' x 10a 'Shear F•rce(lb/4 x 103 0 4 1 0 i1 1 t 1 I r + I t I 1 6 t 1 ii f 1 1 t r 1 I 1 t f I 1 / 1 i t I 1 I I 1 t 1 t 1 1 ( I I I ! 4 I I i. I i I 1 t / I 1• r .I -i _ _t r T r --1. I 1 1 1 i I 1 r 1 t i t 1 1 t r r --1 1 i r r 21 t f 1i 1 E E I t I / 1 1 24 -- :Hi , y 1I iI t 1 f I r d(fl) d(ft) PSI1SPW911, v2.20 1,...,rillrritOry•Aratm, w•• Geotechnical Engineering Services. Appendix-13 January 29, 2021 CITY OF MIAMI BEACH APPENDIX BRITTANY BAY PARK LIVING GEOTECH REPORT SHORELINE, OVERLOOK AND PARK RENOVATION Client:Indian Creek Seawall Rehab8tation depth P M 0 Fdepth t P M 0 F depth P M 0 F Page:4 (ft) Os!) (5110,111) i,nl (lbltt) iftj (pa0 411b01i sin, •tw,roft) (ft) (psi) - (that) tin) (lb/fl') Dale:5.20,14 0,00 82.7 0.0 0.0 1.9 8.35 354.7 -13802.3 0.4 -1217.2 16.70 195.9 -10017.0 0.4 2209.3 Sheet:PZ22 0.2.2 90.9 2.9 0.0 21.8 8.57 359.7 •14068.9 0.4 -1135.8 16.92 160.0 -9578.9 0.4 2245,4 Pressure:Rankine 0.44, 99.1 10.3 0.0 43.5 8 79 364.1 -14293.2 0.4 -1061.6 17.14 120.2 -9084.4 0.4 2276,8 Toe. Free Earth Support 0,66 106.5 21.4 0.0 64.7 9.01 369.0 -14546.8 0.4 -978.0 17,36 84.3 -8634.2 0.4 2297.4 0.88 114.7 38.9 0.0 90.0 923 373.5 -14737.5 0.4 -901.9 17,571 44.4 -8129.8 0.4 2311.6 1 10 122.1 59.6 0.0 114.3 9.45 378.4 -14931.2 0.4 -816.2 17.80 4.5 -7623.3 0.4 2316.7 1 32 130.3 88.5 0.0 14.3.2 9.67 383.3 -15105.5 0.5 -729.4 18.02 -31.3 7217.8 0.4 2313.6 1.54 135.5 124.2 0.0 173,9 9.69 387.7 -15245.8 0.5 -650.3 18.24 -71.2 -6712.2 0.4 2301.4 1,76 145.9 182.3 0.0 203.1 10.11 392.7 -15382.9 0.5 -581.3 15.46 -111.1 -6210.1 0.3 2290.2 1 98 154,6 211.7 0.0 237.4 10.33 397.6 -15499.9 0.5 -471.2 18.68 -147.0 -5762.8 0.3 2253,4 2.20 172.7 -461.1 0.0 -2872.8 10 55 402.0 -15567.9 0.5 -389.2 1890 -186.8 -5272.7 0.3 2214.9 2.42 189.9 -1061.1 0.0 -2935.4 10.77 407.0 -15686.1 0.5 -297.0 19.12 -226.7 -4792.0 0.3 2167.3 2.64 209.1 -1718.5 0.0 -2889.7 10.99 411.9 -15723.7 0.5 -2017 19.34 -262.6 -4415.4 0.3 2116.8 2.86 228.2 -2365.1 0.1 -2839.7 11.21 416.3 -15757.5 0.5 -118.7 19.56 -302.5 -3956.4 0.3 2051.9 3.08 240.4 -2937.2 0.1 -2791.2 11.43 421.3 -15774.9 0.5 -23.3 19.78 -342.3 -3512.4 0,3 1978.0 3:30 245.3 -3561.2 0.1 -2735.8 11.65 426.2 -15770.8 0.5 73.3 20.00 -378.2 -3127.2 0.3 1903.8 3,52 250.3 -4233.2 0.1 -2679.3 11.87 430.6 -15748.6 0.5 161.2 20.22 -418.1 -2717.1 0.3 1812.6 3:74 254.7 -4771.5 0.1 -2627.5 12.09 435.5 -15703.0 0.5 259.9 20.44 458.0 -2365.8 0.2 1712.4 3.06 259.6 -5357.4 0.1 -2568.8 12,31 440.5 •15635.3 0.5 359.7 20.66 -493.8 -2032.8 0.2 1614.4 4.18 264.5 -5930.0 0.2 -2509.1 12.53 444,9 -15555.1 0.5 450.5 20.88 -533.7 -1686.1 0.2 1496.9 4 40 269.0 -6433.8 0.2 -2454.3 12.75 449.8 -15444.5 0.5 552.5 21.10 -569.6 -1396.6 0.2 1383.4 4,62 273.9 -6980.6 0.2 -2392.5 12.97 454.3 -15339.5 0.5 645.2 21.32 -809.5 -1102.0 0.2 1248.6 4.84 278.8 -7513.5 0.2 -2329.4 13.19 459.2 -15187.4 0.5 749,3 21 54 -649.3 -837.5 0.2 1104.8 5.06 283.3 -7980.9 0.2 -2271.8 13.41 464.1 -15011.9 0.5 854.6 21 76 -685.2 -649.4 0.2 967.6 5.28 288.2 -8486.5 0.2 -2206.6 1363 468.6 -14833.8 0.5 950.2 21.98 -725.1 -444.7 0.2 806.5 5.49 292.6 -8929.1 0.3 -2147.0 13.85 473.5-14513.3 0.5 1057.6 22.20 -765.0 -276.0 0.1 836.3 5,71 297.6 -9406.7 0.3 -2079.7 14.07 478.4 -14394.2 0.5 1168.1 22.42 -800.9 -156.6 0.1 475.4 5.93 302.5 -9869.1 0 3 -2011.3 14.29 482,9 -14155 4 0.5 1264.7 22.64 -840.7 -61.9 0.1 287.9 6.15 3089 -10316.1 0.3 -1948.6 14.51 487.8 -13866.7' 0.5 1375.3 22.86 -880.6 -9.0 0.1 91.4 6.37 311.9 -10747.4 0.3 -1878.3 14.73 492.7 -13553.2 0.5 1487.0 23.09 -918.5 0.0 0.1 0.0 6.59 316.8 -11162.9 0,3 -1806.6 14,95 497.1 -13249.7 0.5 1588.5 23.30 -958.4 0.0 0.1 0.0 6.81 321.2 -11523.0 0.3 -1741.2 15.17 467.1 -12888.7 0,5 1898.9 23 52 -996.2 0.0 0.1 0.0 7,03 326.1 -11907.6 0.3 -1657.4 15 33 427.2 -12543.8 0.5 1800.3 23 74 -1032.1 0.0 0.1 0.0 7.25 331.1 -12275.5 0.4 -1592.5 1561 391.3 -12181.7 0.5 1883.8 23 96 -1072.0 0.0 0.0 0.0 7 47 335.5 -12592.2 0.4 -1524.1 15.83 351.4 -11760.8 0.4 1967.9 24 18 -1111.9 0.0 0.0 0.0 7 69 340.4 -12927.9 0.4 -1447.0 16.05 311.6 -11321.9 0.4 2043.0 24.40 -1147.7 0.0 0.0 0.0 7.91 345.4 -13248.2 0.4 -1368.9 16,27 275.7-10913.7 0.4 2102.8 24.62 -1187.6 0,0 0.0 0,0 513 349.8 -13517.7, 0.4 -1297.6 16,48 235.8-10447.1 0.4 2180.6 2484 -1210.5 0.0 0.0 0,0 PSI -SPW911, v2.20 OM, N1111 hie Strie),Ine. wax ayarentackawn Geotechnical Engineering Services. Appendix-14 January 29, 2021 APPENDIX E t‘, ivi r 1, r, I ' Post Award Forms M I AMI BEACH FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves,their heirs, executors,administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the"Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Sig nature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall,within ninety(90)days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CERTIFICATE AS TO CORPORATE PRINCIPAL 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 his/her signature; and his/her signature thereto is genuine; and that said Bond(s)was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by PERFORMANCE AND PAYMENT BOND FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than . (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated . This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1)year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. Consultant BY DATE In accordance with Section 6 of the General Conditions, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 6 of the General Conditions, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date) City of Miami Beach, Florida By Contract Administrator Date FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20_ ATTACHMENT C SUNBIZ& PROPOSAL RESPONSE TO ITB D ViStON Of CORPORATIONS r Ong [}apartment of State / DIvIsionof Corporations / Search Records / Search byFEVEIN Number/ Detail by FEI/EIN Number Florida Profit Corporation FLORIDA CONSTRUCTION&ENGINEERING INC. Filing Information Document Number M45192 FEI/EIN Number 59-2768130 Date Filed 01/21/1987 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 11/10/2014 Event Effective Date NONE Principal Address 301 ALMERIA AVENUE SUITE 360 CORAL GABLES, FL 33134 Changed:02/10/2020 Mailing Address 301 ALMERIA AVENUE SUITE 360 CORAL GABLES, FL 33134 Changed: 02/10/2020 Registered Agent Name&Address REYES,ZOILA P 301 ALMERIA AVENUE SUITE 330 CORAL GABLES, FL 33134 Name Changed: 04/16/2021 Address Changed:01/28/2019 Officer/Director Detail Name&Address Title President DAO DAHDAH,JOHNNY 1010 SW 2ND AVE APT PH03 MIAMI, FL 33130 Annual Reports Report Year Filed Date 2019 01/28/2019 2020 02/10/2020 2021 04/16/2021 Document Imagaa Q4/16/2021—ANNUAL REPORT View image in PDF format 02/10/2020—ANNUAL REPORT View image in PDF format 01/28/2019--ANNUAL REPORT View image in PDF format 03/13/2018—ANNUAL REPORT View image in PDF format Q2/08/2017—ANNUAL REPORT View image in PDF format 02116/2016--ANNUAL REPORT View image in PDF format 02/25/2015—ANNUAL REPORT View image in PDF format 11/10/2014—Amendment View image in PDF format 03/04/2014--ANNUAL REPORT View image in PDF format 03/01/2013--ANNUAL REPORT View image in PDF format 02/14/2012—ANNUAL REPORT View image in PDF format 02/22/2011—ANNUAL REPORT View image in PDF format 02/16/2010—ANNUAL REPORT View image in PDF format 04/08/2009—ANNUAL REPORT View image in PDF format 03/25/2008—ANNUAL REPORT View image in PDF format 01/16/2007—ANNUAL REPORT View image in PDF format 04/17/2006--ANNUAL REPORT View image in PDF format 03/28/2005--ANNUAL REPORT View image in PDF format 12/27/2004—Amendment View image in POE format 07/07/2004--ANNUAL REPORT View image in PDF format 03/21/2003—ANNUAL REPORT View image in PDF format 04/30/2002--ANNUAL REPORT View image in PDF format 01/17/2001--ANNUAL R PORT View image in PDF format 06/08/2000—ANNUAL REPORT View image in PDF format 03/06/1999--ANNUAL REPORT View image in PDF format 01/15/1998--ANNUAL-REPORT View image in PDF format 09/30/1997--VOLUNTARY DISSOLUTION View image in PDF format BID SUBMITTAL QUESTIONNAIRE— CONSTRUCTION SECTION 1 — BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: Solicitation Title: 2021-155-AY Brittany Bay Park BIDDER'S NAME:Florida Construction&Engineering Inc NO.OF YEARS IN BUSINESS:34 NO.OF YEARS IN BUSINESS LOCALLY:34 NO.OF EMPLOYEES:8 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS. BIDDER PRIMARY ADDRESS(HEADQUARTERS):301 Almeria Ave.Suite 3G0 CITY:Coral Gables STATE:Fl ZIP CODE:33134 TELEPHONE NO.:3058837601 TOLL FREE NO.: FAX NO.: BIDDER LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Johnny Dao ACCOUNT REP TELEPHONE NO.:7863032696 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL:jdao(fifcebuild.com FEDERAL TAX IDENTIFICATION NO.:592768130 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation,all specifications, attachments,exhibits and appendices and the contents of any Addenda released hereto; b)to be bound, at a minimum,to any and all specifications, terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e)the bidder agrees if this bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the performance of all requirements to which the bid pertains; and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Johnny Dao Representative: President SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e- procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt JD Addendum 1 Addendum 6 Addendum 11 JD Addendum 2 Addendum 7 Addendum 12 JD Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 SECTION 3 - QUESTIONNAIRE 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type Johnny Dao 100 President 2.Provide at least three(3)references of work similar in size and nature as the work referenced in solicitation. Project No. 2021-155-AY Project Title Brittany Bay Park Reference No.1 Firm Name: Miami Dade County Parks, Recreation and open spaces Contact Individual Name and Title:Jose Gonzalez Address: 275 NW 2nd Street, Miami, Florida 33128 Telephone: 305-755-7833 Contact's Email:Jose.Gonzalez5@miamidade.gov Narrative on Scope of Services Provided: Larry and Penny Thompson Park-RV Campground Facilities Upgrades Civil,structural,underground MEPs,landscaping and architectural work Reference No.2 Firm Name: Miami Dade County Parks, Recreation and open spaces Contact Individual Name and Title: Jose Garcia Address: 275 NW 2nd Street,4th Floor Miami, Florida 33128 Telephone: (305)755-5456 Contact's Email: JoseG.Garcia@miamidade.gov Narrative on Scope of Services Provided: Haulover Park Marina Renovation Civil work,structural,electrical,plumbing and landscaping work Reference No.3 Firm Name: Miami-Dade Department of Transportation and Public Works Contact Individual Name and Title: JAVIER SALMON Address: 111 N.W. 1St Street Suite 14, Maimi Fl.33136 Telephone: 305-375-3111 Contact's Email:jsalmon@miamidade.gov Narrative on Scope of Services Provided: PARK&RIDE FACILITY AT FLORIDA CITY Civil,structural,underground,MEPs,landscaping and architectural work Additional Reference Firm Name: Contact Individual Name and Title: Address: Telephone: Contact's Email: Narrative on Scope of Services Provided: Marine Contractor experience attached in documents. 3. Has the applicant company's construction license(s)been revoked during the last five(5)years? ❑ YES D NO If yes,why? 4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during the last five(5)years? 0 YES NO If yes,why? 5. Is the applicant company currently barred by a governmental agency,from bidding work as a prime or subcontractor? 0 YES NO If yes, state debarment period and the reason(s)for debarment? 6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company,within the last five(5)years? D I YES t o 1 NO If yes,why? 7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five(5)years? • YES NO If yes,why? 8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? ❑ YES LI NO If yes,state the name of the affiliate? 9. Is the applicant company a parent, subsidiary, or holding company for another construction company? YES D NO If the answer is"yes,"identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 10. Is an owner,director,officer,or agent of the applicant company affiliated with another company? ❑ YES D NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Period of Type of affiliation (e.g. Individual's name Affiliated company's name affiliation officer, director,owner or employee) 11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five(5)years? • YES NO If yes,explain and attach,as applicable, the relevant case and court documents,including (but not limited to):the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 12. Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five(5) years? • YES El NO If yes, explain and attach a copy of the discharge order,order confirming plan and if a Corporate Chapter 7 case,a copy of the notice of commencement. 13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction company under any other name in the last five(5)years? ❑ YES 0 NO If yes, explain. 14. Has the applicant company been assessed or paid liquidated damages on any project during the past five(5)years, whether the project was publicly or privately owned? ▪ YES NO If yes,explain. 15.Are there currently any liens, suits, or judgments of record pending against any owner, director,officer, or agent for the company that is related to construction activities of a business organization? ❑ YES 0 NO If yes,explain. 16. Has the applicant company or any of its owners,officers,or partners ever been convicted (criminal)or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? ▪ YES El NO If yes,explain. 17.Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? El YES 0 NO If yes,explain. 18. Is any officer, director, employee or agent, or immediate family member(spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? ❑ YES 0 NO If yes, state name,title and share of ownership Name Title Share(%)of Ownership 19. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? • YES NO If yes,list name(first and last name)of individuals,occupation,amount and date: First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 5 6 7 8 9 20. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation,marital or familial status, age or disability. Does the applicant agree to be comply with this prohibition? • YES ❑ NO 21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). ❑ YES El NO Certifying Agency Certification Type 22. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a supplier who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees? YES ❑ NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)domestic partners*or to domestic partners of employees? Ei YES 0 NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Employees Firm Provides for Employees Firm does not Provide Benefit with Spouses with Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X 23. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in North Carolina or Mississippi? O YES 0 NO If yes,explain. 24.Financial Capacity.When requested by the City,each bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to the City. No proposal will be considered without receipt,by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: https://suoplierportal.dnb.com/webapp/wcs/stores/servletiSunolierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800-424-2495. At time of request,bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three(3)days of request. 24. Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.F.R.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts, Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,U.S.C.§1352(as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Johnny Dao Representative: President 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt. 180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor, its principals(defined at 2 C.F.R.§ 180.995),or its affiliates(defined at 2 C.F.R.§ 180.905)are excluded(defined at 2 C.F.R. § 180.940)or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt. 180, subpart C and 2 C.F.R. pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Johnny Dao Representative: President CONTINUED ON THE FOLLOWING PAGE. 26.Sub-Contractors Providing Services to this Project: %of Work Subcontractor Work to be completed to be performed Name: Tropic Landscaping Tel: (305)245-4144 Landscaping Work 25 Email: tropiclsn@gmail.com Name: Marin and Marin Construction Tel: 305-594-1882 Marine work 10 Email: marin_marin@bellsouth.net Name: All Star Electric _ Tel: 3059647768 Electrical work 20 Email: info@allstarelectric.org Name: SGA/Wagner Tel: 813-733-1705 Structural platform 10 Email: jon.hansen@wagnerscS.com Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Bid Price Form (Al ) Page 1 of FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED AND EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON- RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole discretion and based on funding availability. The city will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates, after the deadline for receipt of bids. In the event of arithmetical errors between the division or item totals in A2 and the total base bid, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid,the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division, which may disqualify bidder. The allowance items that have been delineated below shall be used only upon the City's discretion, as needed. In the event that the item of work is not conducted or only a portion of the estimated allowance is used, the Bidder understands that the balance of the cost shall be returned to the City. TOTAL BASE BID AMOUNT IN FORM A2 $1,832,264.00 'Allowance for Trench Safety Act $25.00 Permit Allowance $30,000.00 GRAND TOTAL (TOTAL BASE BID + TRENCH SAFETY+ PERMIT ALLOWANCE) 1,862,289.00 'See Section 0100, Sub-section 12. Bidder's Affirmation 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 its 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. Bidder: Florida Construction & Engineering Inc Authorized Agent Name: Johnny Dao Authorized Agent Title: President Authorized Agent Signature: Schedule of Values A2 Pale 1 of 1 MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY. The following section is requested FOR INFORMATIONAL PURPOSES ONLY. Bidders should fully complete the Schedule of Values Form(A2)to include quantities, units of measure, unit pricing, and totals. The cost of any item(s)of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s)is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Should any bidder fail to submit this form fully completed, the City will request that the omitted information be provided within three(3)calendar days upon request from the City. Item Description Quantity UM GENERAL REQUIREMENTS 1 General Conditions 1 LS $ 258,940.00 $ 258,940.00 2 Mobilization/Demolibilzation 1 LS $ 45,000.00 $ 45,000.00 3 Maintenance of Traffic 1 LS $ 5,000.00 _ $ 5,000.00 4 Erosion Control 1 LS $ 50,000.00 $ 50.000.00 5 Temporary 6'-0"chain link fence&gates with 80% 1 LS $ 8,218.00 $ 8,218.00 blockage screen DEMOLITION 6 Removal of existing walkways,exercise equipment and slabs 1 LS $ 38,640.00 $ 38,640.00 SITE WORK 7 Clearing,Grubbing,Regular Excavation and 1 Embankment LS $ 10,000.00 $ 10,000.00 8 3000psi Concrete(6"thick)Walkway and all 1 concrete pads and curbs LS $ 90,000.00 $ 90,000.00 9 Mill Existing Asphalt Pavement,1"Depth and 1 resurface LS $ 18,476.00 $ 18,476.00 10 Manatee Grates 1 LS $ 5,800.00 $ 5,800.00 11 Oolite Boulders 1 LS $ 64,000.00 $ 64,000.00 12 Rip Rap bank and shore protection 1 LS $ 110,250.00 $ 110,250.00 13 Grading and Top Soil 1 LS $ 16,000.00 $ 16,000.00 14 Fencing 1 LS $ 25,000.00 $ 25,000.00 DRAINAGE 15 Pipe 1 LS $ 45,650.00 $ 45,650.00 16 Structures 1 LS $ 27,240.00 $ 27,240.00 WATER 17 Water Service and supply lines,including piping,boxes and fittings,BFPs,enclosures,conc. 1 LS S 19,492.00 $ 19,492.00 slabs and drywells STRUCTURE 18 Furnish and install Overlook 1 LS S 115,708.00 $ I I; 708 00 SIGNING AND MARKING 19 Thermoplastic pavement marking and signs 1 LS S 4.000.00 5 4.000.00 LANDSCAPE AND IRRIGATION 20 Tree and Sod removal 1 LS $ 16,000.00 $ 16,000.00 21 Living Shoreline:Landscape 1 LS $ 36,000.00 $ 36,000.00 22 Living Shoreline:Irrigation 1 LS $ 30,000.00 $ 30.000.00 23 Park:Landscape-Trees 1 LS $ 100,000.00 $ 100,000.00 24 Park:Landsape-Shrubs&Ground Cover 1 LS $ 35,000.00 $ 35,000.00 25 Park:Tree Irrigation 1 LS $ 33,000.00 $ 33,000.00 26 Sod 1 LS $ 31000 00 $ 31000.00 HARDSCAPEAND SITE FURNISHINGS \ rpm ;4 App,; 27 Concrete Pad with curb and PIP finish for Exercise 1 equipments LS $ 27,000.00 $ 27,000.00 28 Purchase and install Exercise Equipment 1 LS $ 111,884.00 $ 111,884.00 ELECTRICAL AND LIGHTING „ :„.'f,' ,, '1 61:' 4. 29 Demolition of existing Lights and base 1 LS $ 17,000.00 $ 17,000.00 30 Demolition of existing service and wires as required 1 LS $ 17,000.00 $ 17,000.00 31 Furnish and install new Poles and Lights 1 LS $ 120,000.00 $ 120,000.00 32 Furnish and install Pole Base 1 LS $ 70,000.00 $ 70,000.00 33 Furnish and install Bollard lights 1 LS $ 3,000.00 $ 3,000.00 34 New electrical service 1 LS $ 160,000.00 $ 160,000.00 35 Electrical for new drinking fountain 1 LS $ 2,500.00 $ 2,500.00 36 Bond and Insurance 1 LS $ 32 000.00 $ 32.000.00 TOTAL FOR BRITTANY BAY PARK RENOVATION&LIVING SHORELINE(Item 1-36) $ 1,798,798.00 ALTERNATES Item Description Quantity U I M 37 Alternate:Add purchase and install Site Furnishings: 1 LS $ 17,766.00 $ 17,766.00 Benches 38 Alternate:Add purchase and install Site Furnishings: 1 LS $ 1,700.00 $ 1,700.00 Biclycle Rack 39 Alternate:Add purchase and install Site Furnishings: 1 LS Trash&Recycle Receptacles $ 27,300.00 $ 27,300.00 40 Alternate:Add purchase and install Drinking 1 LS $ 3,700.00 $ 3,700.00 Fountains 41 Alternate:Deductthe difference for substituting Granville II LED Lights including 17,000.00 $ 17,000.00 photometrics,for the LP Xperi Lights TOTAL FOR ALTERNATES(Item 37-41) S 33,466.00 Bidder: Initials: JD Florida Construction&Engineering Inc BID B©ND (B1) Page 1 of 2 KNOW ALL FIEN BY MESE PRESENiS,that ve, r i:mda Cvr;< 4 E re i a ,r,r: as Principal, hereinafter referred to as Contractor, and Q8E insurance Corporation as Surety,are held and firmly bound unto the City of Mangy Beads, Florida,as a municipal corporation of the State of Forida, hereinafter called the City, in the sum of five percent(5%)of the Contractors Base Bid amount of$5%of Amount Bid lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, cur heirs, executors, din r inistrators, sudors, and assigns, jointly and severally by these presents. } W'EREAS, the Contractor oenterrpiates sutanitting or has submtted, a Bid to the City for the furnishing of all labor,rrterials,equpment, machinery,toils,apparatus,heans of transportation for,and the perfomnance of the V1br1c Wired in the Bid Doaxr nts which indude the Project Manual,the detailed Plans and Specifications, and any Addenda thereto,for the following soliatation. Bid 1b.:2021.155-AY Title: Brittany Bay Park Renovation and Living Shoreline Wi-F.REAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in thea aunt of five percent (5%) of the Base Bid be st.txritted with said Bid as a guarantee that the Contractor would, if awarded the Contract, erter into a written Contract with the City for the performance of said Contract,within ten(10)consecutive calendar days after notice haying been given of the Anatol of the Contrail. NOW, ThEREFORE, 11-E C lT1ON OF 11-IS OBIJGATiON IS SIC-1, that if the Contractor within ten (10)consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City,each in an amount equal to one hundred percent(100%)of the Contract Rice, and provides all required Certificates of Insurance, then this obligation shall be void;otherwise the am herein stated shall be due and payable to the City of North Mai and the Surety herein Gees to pay said sum immediately, upon demand of the City, in good and lawful nonny of the United States of America as liquidated dams for failure thereof©f said Contractor, BID BOND (B1) Page 2012 IN 1MTNESS WHEREOF,the said Rirdpal and the said Surety have duly execrated this bond the 22nd day df March 20 21 ATTEST PRINCIPAL: Florida Construction & Engineering, Inc. { (Cot-ax Name) Kiat Harte Rirt Na (Rir>a ) 4-e5i dajr Title Tide COLIINMERSGIED BY RESOSsIT Ft{RICA SURETY: AGENT"OF "" *4= : � QBE Insurance Corporation S (Suety N2me) Jonathan A. Bursevich Jonathan A. Bursevich Rint Nam Attomey-inFa.. flirt ) Si (OCRRY.000E.SEAL) ( (Ftmer cf Attorney nist be atta i) QBE POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS that OBE Insurance Corporation(the'Company'j a corporation duly organized , and existing under the laws of the State of Pennsylvania, or behalf of itself and its affiliates having its principal office at 55 Water Street New York.NY 10041 has made.constituted and appointed and does by these presents make.constitute and appoint Warren M.Alter,David T.Saline,and Jonathan A.Bursevich of Alter Surety Group of Miami Lakes,FL its true and lawful Attorney-in. Fact, to sign its name as surety only as delineated beiow and to execute. seal. acknowledge and deliver any and at bonds and undertakings with the exception of financial guaranty insurance to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principai office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance withand governed by the laws of the State of New Yo without giving effect to the principles of conflict of laws This Power of Attorney is granted pursuant to the following resolutions,wheel were duly and validly adopted at a meeting of the Board of Directors of the Company with effect from June 30 2014 RESOLVED that the Chef Executive Officer any President.any Executive Vice President,any Senior Vice President any Vice President the Corporate Secretary or any Assistant Corporate Secretary is authorized to appoint one or more Attorneys-in-Fact and agents to execute Ott beha±f of the Company as surety any and all bonds. undertakings and contracts of suretyship or other written obligations in the nature thereof to preccritie their respective duties and the respective limits of their authority.and to revoke any such appointment at any time FURTHER RESOLVED, that any bond recognizance, contract of tnaemnrty or writing obligatory :n the nature of a bond recognizance,or conditional undertaking will be valid and binding upon the Company when(a)signed by any of the aforesaid authorized officers:or(b)duty executed(under seal if required)by one or more Attorneysen-Fact and agents pursuant to the power prescribed in his/her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and FURTHER RESOLVED, that the signature of any authorized officer and the seal of the Company may be drawn on or affixed by facsimile or electronically transmitted by email to any power of attorney or certification thereof authonzing the execution and delivery of any bond undertaking recognizance or other suretyship obligation of the Company. and such signature and seal when so used shall nave the same force and effect as though manually affixed The Company may continue to use for the purposes herein stated the facsimile or electronically reproduced signature of any person or persons who shall have been such officer or officers of the Company. notwithstanding the tact that they may have ceased to be such at the time when such instruments snail be issued IN WITNESS WHEREOF. the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto atf xea this December 9 2020 Attest: / ',,/ , QBE INSURANCE CORPORATION (Seat) co/By: _ �a 'I BY: Harpreet ann diaries Cygal SVP NA Head of Global Credit&Surety Vice President STATE OF NEW YORK ;SS COUNTY OF NEW YORK On this December 9,2020 before me personally appeared fsarpreet Mann and Charles Cyga.both to me known to be SVP ann Vice President, respectively. of OBE insurance Corporation and that each. as 'such. being authorized to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporation by each as a duly authorized officer grg Linda S.Lin Notary Public Stele of New York Reg No.021.16110234 Ouaiified in Queens County By _ _ Corrmissic _ Expires June 20 2024 Linda Lira Notary Pablic CERTIFICATE 1. Mark. Pasko the undersigned Corporate Secretary of OBE insurance Corporation do hereby certify that the foregoing is a true. correct and complete copy of the onginal Power of Attorney that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth herein who executed the bond or undertaking to which this Power of Attorney is attached is in full force ant effect as of this date and terminates on me last day of the calendar year signed below Given under my hand and seal of the Company_tits 22nd day of March 2021 Seal) By: Mark Pasko,Corporate Secretary Marin-Marin Construction Inc References and Past Performance 1 Owner Name: 1-45 Wit (! 5 (e ticfroDir , c- fcto 2. Contact Name and Title: rcn / • d f 3. Project Address: 9100 Is 4. Telephone: 30s - 131- 73 cE 5. Contact's Email: Lei r oiv31,None wirigr6sis (cin mgr ;no... cool 6. Narrative on Scope of Services Provided: Q qc-NY1 -en 1- (1 1-5 [0q1 ( dock ( inSW/ct-hom city ) so 7. Contract Amount and Completion Date: Fe . i 2 azo ij Rfiarin-iViarin Construction Inc References and Pest Performance- 1 . avmer Name: F F PI 0 ,*(1 cl rCcrci cc, 2. Contact Name and Title: vi 4V0 3. Project Address: 4055 514 3 A4envR... 4 Telephone: 7 ir‘ - 2 - 54/oZ, 5. Contact's Email: v5 t ds s )1 v I rl 74-5-• c an-7 6. Narrative on Scope of Services Provided: Seclwq RCP /4((rv"n 7. Contract Amount and Completion Date: 37' (510 / 5/1 (20(9 Marin-Marin Construction Inc References and Past Performance 1. Owner Name: PfsN wi mgrie-)z (omen 2. Contact Name and Title: 13: 11 Dr q vi r) Mgr;n 0 fr €(10 r A 3. Project Address: 1(1 0 11 " ')( iv 4. Telephone: 305 - 93 - 3 OE 5, Contact's Email: 15cl r 4o./5 Aa 11'4°15 cla4 k" "ct . CP(>1 6. Narrative on Scope of Services Provided: mqr k, P1',1e /2(104, im ee2 14- 7. Contract Amount arid Completion Date: 5-64' g “) . ° ° Mfirckl 1_12021 Internal Services Department MIAMICddE Small Business Development 111 NW 1 Street,19th Floor Miami,Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 December 15, 2020 Johnny Dao Dandah Florida Construction & Engineering, Inc. 301 Almeria Ave., Suite 360 Coral Gables, FL 33134 Approval Date: December 2, 2020-Small Business Enterprise-Construction (SBE-Con) Expiration Date: December 31, 2023 Dear Johnny Dao Dandah, Miami-Dade County Small Business Development(SBD), a division of the Internal Services Department(ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise-Construction (SBE-Con).The Small Business Enterprise (SBE) programs are governed by sections 2- 8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County's Codes. This Small Business Enterprise-Construction (SBE-Con)certification is valid for three years provided that you submit a"Continuing Eligibility Affidavit"on or before your anniversary date, December 2, 2021. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility.The submittal of a"Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification.You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s)with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all SBE certified firms,which can be accessed through Miami-Dade County's SBD website: http://www.miamidade.gov/smallbusiness/certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES:(Your firm may bid or participate on contracts only under these categories) NAICS 236115: NEW SINGLE-FAMILY HOUSING CONSTRUCTION(EXCEPT FOR-SALE BUILDERS) NAICS 236116: NEW MULTIFAMILY HOUSING CONSTRUCTION(EXCEPT FOR-SALE BUILDERS) NAICS 236117:NEW HOUSING FOR-SALE BUILDERS NAICS 236118:RESIDENTIAL REMODELERS NAICS 236210: INDUSTRIAL BUILDING CONSTRUCTION NAICS 236220:COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION NAICS 237110:WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION NAICS 238110:POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS NAICS 238120:STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS NAICS 238910:SITE PREPARATION CONTRACTORS ATTACHMENT D INSURANCE REQUIREMENTS TYPE 10 — CONSTRUCTION W/O DESIGN AND PROFESSIONAL SERVICES (INSTALLATION FLOATER) INSURANCE REQUIREMENTS The Contractor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability Insurance in an amount no less than $2,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and ITB-2021-155-AY-FOR BRITTANY BAY PARK1 Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachAriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. ITB-2021-155-AY-FOR BRITTANY BAY PARK2