Loading...
Contract with Kiewit Infrastructure South Co.CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida,("City"), and Kiewit Infrastructure South Co., 1580 Sawgrass Corporate Parkway, Suite 300, Sunrise, FL. 33323, ("Contractor"). WITNESSETH, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within ninety (90) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of one thousand five hundred dollars ($1,500.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of one thousand five hundred dollars ($1,500.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above -stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ I This is a Unit Price Contract:* [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $719,042.00, consisting of a base bid in the amount of $653,675.00, and a separate line item in the amount of $65,367 for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub -Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6— MISCELLANEOUS 6.1 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. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Capital Improvement Proiect Department 1700 Convention Center Drive Miami Beach. Florida 33139 Attn: David Gomez, Sr Capital Project Coordinator With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach. Florida 33139 For Contractor: Keiwet Infrastructure South Co. 1580 Sawqrass Corporate Parkway, Suite 300 Sunrise, FL. 33323 Attn: Benjamin J. Carnazzo- Senior Vice President 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. IN WITNESS WHEREOF, the parties have set their hands and seals the day and ear first above written. ATTEST: 14 City Gferk ATTEST: Signature/Secretary, /107: '1,q Yrs egfaAivi Print Name /14/11/4, 01/1 Date I ATTACHMENTS THE CITY OF MIA UCTRE SOUTH CO. ature/President Pity -A -0,1'n/ Cot/0/12# Print Name ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB ATTACHMENT D - Insurance APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance arid Payment Guaranty Form: Unconditional Letter of Credit APPENDIX D-5: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney 1,1_6,i2 ATIACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM MIAMI BEACH Competitive Bid Reports - C2 E COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: April 26, 2017 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2017 -114 -ZD FOR MUSS PARK SEAWALL REHABILITATION. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation, pursuant to ITB 2017 -114 -ZD, Muss Park Seawall Rehabilitation. ANALYSIS The existing seawall at Muss Park in an advanced state of despair. This solicitation seeks to establish a contract for the construction of a 330 linear foot of seawall at Muss Park. Initially, this project was designed by Atkins North America, Inc. to replace the current seawall removing the existing mangroves that had naturally recruited in the area. However, with the City's strong desire to preserve the onsite mangroves, the Environment & Sustainability department worked with Atkins on the redesign of the seawall to protect the existing mangroves and incorporate additional mangrove habitat and native vegetation to improve the shoreline stabilization of the Park's seawall. Atkins then redesigned the original seawall with traditional steel sheet pile system to higher elevation of 5.7' NAVD (7.26 FT NGVD) and adapted the traditional steel sheet pile system to ensure that the existing red mangrove at the Park would be protected. In addition, Atkins designed a mangrove preservation area to not only protect the existing mangrove, but further add planting of other mangrove trees and other native and resilient wetland plants near shore. The scope of work also includes the removal of invasive exotic plants and planting of trees alongside the seawall. ITB PROCESS ITB No. 2017 -114 -ZD, was issued on March 8, 2017, with a bid opening date of April 11, 2017. One (1) addendum was issued. The Procurement Department issued bid notices to 532 companies utilizing www.publicpurchase.com website and five (5) companies via email notification. Sixty four (64) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of eight (8) responses from: Ebsary Foundation Company, Page 143 of 1596 Interstate Construction, LLC, Keams Construction Co., Kiewit Infrastructure South Co., Pac Comm, Inc., Sainc Corp., Shoreline Foundation Inc., and Unitech Builders Corp. See tabulation sheet (Attachment A). The bid received from the lowest bidder, Unitech Builders Corp. failed to comply with the minimum requirements as stated in the ITB. Specifically, the bidder failed to submit proof of three (3) prior projects that contained at least 100 linear feet of seawall. Additionally, the bidder failed to provide a Letter of Bonding Capacity from an A rated financial class V surety company. Accordingly, its bid has been deemed non-responsive. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. In its due diligence, the Procurement Department verified that the lowest responsive bid submitted by Kiewit Infrastructure South Co. met the requirements of the ITB, including: Licensing Requirements: Bidders shall be state certified and licensed General Contractors to be considered for award. Kiewit Infrastructure South Co. is State certified as a General Contractor. State license number is: CGC1511417 and expires on August 31, 2018. Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience in projects for projects similar in scope and volume to the work detailed within the Contract Documents. References must be projects completed or in progress within the last five (5) years. Similar project shall mean a seawall project of a minimum 100 linear feet. Kiewit Infrastructure South Co. submitted a total of four (4) projects similar in scope and volume of work detailed within the contract documents and these emphasized their experience with the services required for the rehabilitation of the Muss Park Seawall. Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter from an A -rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not less than one hundred percent of the total base bid amount. The bid response from Kiewit Infrastructure South Co. was accompanied by a bonding capacity letter from Travelers Casualty and Surety Company of America dated April 11, 2017. The capacity letter indicated that Kiewit Infrastructure South Co. has been extended a bonding facility, which has supported individual projects up to $ 350 million and an aggregate work program in the $ 9 billion range. Travelers Casualty and Surety Company of America is rated A ++, XV by A.M. Best. Financial Stability and Strength: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. Kiewit Infrastructure South Co.'s latest Supplier Qualifier Report from Dun & Bradstreet Page 144 of 1596 indicates that they have a Supplier Evaluation Risk (SER) rating of 4 out of 9. The lower the score, the lower the risk. Kiewit Infrastructure South Co. has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB. Below is a brief summary of the company. According to the information provided by the fimn, Kiewit's unique network of decentralized offices, backed by a multi -billion dollar organization, allows them to tackle projects of any size, in any market. The depth of their resources is reflected in the variety of projects they construct. Kiewit has completed a variety of large scale infrastructure projects, including roads and dams to high-rise office buildings and power plants. Kiewit works to meet its clients' needs in the timeliest and most cost-efficient way, while always remaining focused on quality and safety. CONCLUSION After considering the bids received and the evaluation of staff, pursuant to ITB 2017 -114 -ZD, Kiewitt has submitted a bid that complies with the minimum requirements and specifications, and is within the City's expected cost estimates. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Kiewit Infrastructure South Co., the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute the contract. KEY INTENDED OUTCOMES SUPPORTED, Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION. Project Cost: $ 653,675.00 10% Contingency: $ 65,367.00 Total: $ 719,042.00 Additional funds have been requested through Capital Budget FY 16117 Amendment No. 4 which is pending approval during this meeting. Grant funds will not be utilized for this project. Amount 1 $567,912.40 Account 1 3020810-069357-100-410-546-00-00-00- 27610 Amount 2 $151,129.60 Account 2 Subject to Capital Budget Amendment approval on the April 26 Page 145 of 1596 City Commission Meeting. Total $ 719,042.00 Leaislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description D Attachment A - Bid Tabulation Page 146 of 1596 TABULATION OF BIDS RECEIVED Invitation to Bid (ITB) 2017-114-2D Muss Park Seawall Rehabilitation tlnitoct-Bul Carp' Kiowlt Infraotrueture South Co. SANG Corp Ebsary Foundation tntorstate Shoreline PACO Comm Inc. Kearns Construction Company CanstrUation LLC Foundation, Inc 653,675.00 $ 697,025.00 S 747,125.00 1 Recommended for award, 2 Deemed non responsive for failure to submit (3) protects of similar scope within the last 5 years, Page 147 of 1596 1,148,055.00 ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMIBEACH Procurement Department 1755 Meridian Ave., 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2017 -114 -ZD MUSS PARK SEAWALL REHABILITATION (the ITB) April 4, 2017 This Addendum to the above -referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 a.m.. on Tuesday, April 11. 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. II. DELETE Appendix A, ITB Price Form, in its entirety, and REPLACE with the Revised ITB Price Form (Revision 1), included herein as Exhibit A. - • Vii• • • `•- • •• • •••-. • •-•• . •..'• non-responsive proposal shallITEINIMMRPRIgie City. III. ATTACHMENT(S): Exhibit A — Appendix A, Attachment A-1: Revised ITB Price Form said non-responsive proposal IM▪ MIMINIRMERny the City. • - • Exhibit B- Insurance Requirements for Seawall Construction and Repair IV. RESPONSES TO QUESTIONS RECEIVED: Q1. Are alternates going to be considered for this project? Al. The City is not considering alternates at this time. Q2. Locations of the mangroves are exactly along the way or is it specifically in one area? A2. Please refer to the Landscape drawings for plant/tree locations. Q3. The adjacent property on the North and South, are they to be isolated or separate from the one we are building or are we attaching to what is existing? ITB 2017 -114 -ZD Addendum #1 4/4/2017 A3. The new seawall will "tie-in" with the existing seawalls as specified in structural detail 1, on sheet S-7. Existing seawalls will be encapsulated by new concrete cap within the project limits. Page 1 of 12 Q4. Can we plan on rebuilding with the same material the existing seawall on private property? Can we brace it? A4. This project does not include any work outside the limits of construction. Any damage to property will be the responsibility of the contractor. All coordination with adjoining properties will be the responsibility of the contractors. Q5. Is it expected to have mangrove trimming required? Do we have to file for a trimming permit? A5. The tree permit has already been filed. Please refer to the landscape drawings and tree permit for all landscape requirements. Q6. Are there warranties for the mangrove plantings? What is the warranty required on the plants? A6. The warranty period for all tree planting is 12 months. Q7. When will be the anticipated start date of construction? A7. The City of Miami Beach anticipates issuing Notice to Proceed (NTP) 1 in June 2017. Q8. The bid documents state that the contractor shall secure and pay for all permits. It is also noted that several or the permits applications has already been processed. Having said that, what is the status of the following permits: a. DERM permit? b. DERM permit application fee? c. DEP permit? d. DEP permit application fee? e. Army Corp. permit? f. Army Corp. permit fee? g. City of Miami Beach master building permit? h. City of Miami Beach master building permit fee? A8. a. Pending. b. Pending; City of Miami Beach will pay Permit and Application Fees. c. Issued; File # 13 -0325951 -002 -EE. d. Paid by City of Miami Beach. e. SAJ-2014-01181, Authorized under Nationwide Permit. f. No Fees with Army Corps Permits. g. Permit has been reviewed and approved by City of Miami Beach Building Department. Fees have been paid by the City. h. Fees have been paid by the City. i. Bonding — Mangroves and Seawall - paid by the City of Miami Beach. Q9. Will this project require any mitigation/impact fees? ITB 2017 -114 -ZD Addendum #1 4/4/2017 A9. The City assumes responsibility for mitigation fees related to the constructability associated with the plans for this project. Additional mitigation fees due to design changes during construction as a result of the contractor's choice or impacts not caused by the City or cause by the contractor will be paid for by the contractor. A $2,000.00 payment has been made to the Everglades Mitigation Bank for impacts associated with the mangroves. It is the City's intent, based on design changes to Page 2 of 12 preserve the onsite mangroves in order to get these funds returned to the City. The City is not anticipating additional mitigation fees. Q10. Have these mitigation/impact fees been paid? A10. Please refer to response A9 above. Q11. Will the City of Miami Beach require builders risk insurance? All. Yes. Please refer to Exhibit B. Q12. Have the existing soils been tested for contaminations? Al2. No. Q13. Is the existing soils contaminated? A13. Soil has not been tested. Per the notes on Sheet S-1, a timber pile will need to be tested for creosote. Possible soil contamination exists if the pile tests positive for creosote. Q14. If required, will the City of Miami Beach acquire and pay for the builder's risk insurance? A14. No. It is the contractor's responsibility to acquire and pay for the builder's risk insurance. Q15. Will the contractor be required to obtain and pay for builder's risk insurance? A15. Yes. The City of Miami Beach shall be named as a Toss payee. Policy shall remain in force until substantial completion and turn over. Q16. Please confirm that this project will not require wage rates and certified payrolls. A16. Prevailing wages and certified payroll is not currently a requirement of this project. Q17. Will the current park/ playground contractor's work be simultaneous with the seawall contractor's work? A17. Yes. Q18. Will the City of Miami Beach hire and pay for an independent engineer to monitor pile driving and prepare engineered (P.E.) pile logs? A18. Yes, per Miami -Dade County requirements. Q19. The concrete retaining wall on the top left corner of page S-9 shows no pour breaks between the horizontal slab and vertical wall. It might not be possible to build this concrete wall without a pour break. Can the contractor add a pour break between the horizontal slab and vertical wall? ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 3 of 12 A19. Yes, the contractor can insert a horizontal construction joint as a break between the horizontal slab and vertical wall. Q20. Specifications include both hot rolled and cold rolled sheet piles. We suggest that the City of Miami Beach only accepts hot rolled sheet piles. Hot rolled sheet piles builds better seawalls. A20. The specifications for hot rolled and cold formed sheet piles will remain as currently specified. Q21. Will the City of Miami Beach accept a Hoesch Larson 1707 ASTM 572 Grade sheet pile as an alternate to the specified AZ 14-770 sheet piles? A21. Alternative sections may be provided so long as they meet or exceed required physical properties and specifications provided in notes on Sheet S-1. Q22. We suggest that the City of Miami Beach consider using MMFX (ASTM A 1035 steel, grade 100) rebar. This rebar cost three times more but last twice as long. The overall cost to the project will be about 03%. A22. MMFX steel would be an acceptable substitution. Q23. North End Wall Connection Detail (South Wall Similar 1/S-5 on page S-7) shows no connection between the new seawall and the exiting neighbors' seawalls. From prior experience, the existing gravity wall is continuous and supports itself both horizontally and vertically. When a portion of the old wall is demolished, the neighbor's seawall is no longer supported horizontally. The net effect is that the existing neighbor's seawall can shift and crack. During seawall construction, it might be best to shore the neighbors wall with steel pin piles. The old wall should be drilled and epoxy doweled with rebar. Rebar from the new concrete cap now supports the old / existing neighbors wall. Please study this condition and advise. A23. See Detail 1, Sheet S-5. A 3' portion of the existing seawall will remain and a portion will be encapsulated in the new concrete cap. Q24. Please provide a list of all permits that will be required. a. Will the City permit fees be waived? b. Will DERM fees be waived? A24. In addition to those listed in Q8, this project will also require a Miami -Dade County Coastal Construction Permit (pending) and dewatering permit (by contractor). a. No. Permit fees for the City's master permit have already been paid. Any sub -permits will be paid through the permit allowance identified in the Bid Form (Exhibit A). b. Please refer to response A8 above. Q25. Will a bid bond be required? A25. No. Q26. Please clarify will the project schedule be in Primavera 3 or 6? A26. P6. ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 4 of 12 Q27. Will the contractor be provided access through the jobsite from the street to the indicated limits of construction? A27. Access has been designated from Chase Avenue to construction limits as shown on G-4. Contractor will be responsible for restoring fence, sidewalk, curb, etc..., as well as the park site including irrigation. Q28. Will temporary lighting be required even though the park will be closed during construction? A28. No. Q29. Please confirm the project duration of 90 days. It might take over 90 days to obtain the City permit. Suggest changing to 120 schedule duration after all permits are secured. A29. Confirmed; project duration will be 90 days. It is anticipated that primary permits will be in place prior to issuing NTP. Contractor shall be responsible for obtaining and paying for any dewatering permits, as well as any sub -permits. Q30. Please confirm the project duration of 90 days. It will take about 30 days to have sheet piles delivered to the site. This leaves only 60 days to build the entire project. Suggest a 120 days schedule duration after all permit are secured. A30. Confirmed. Project duration will be 90 days. Q31. Will the City issue the NTP before all the permits are achieved. Suggest issuing the NTP after all permits are secured. A31. The City anticipates that permits will be approved and ready for contractor pick-up prior to award of contract. Contractor will be required to apply for and obtain any necessary dewatering permits. Q32. Are coating required for the sheet piles. If coatings are required, please provide specifications for the sheet piles. A32. See sheet S-1, Protective Coatings. Q33. The structural plans require a sheet pile wall with dead mans and stainless steel tie backs. We suggest that a cantilever wall without tiebacks as an option. A cantilever sheet pile wall is simpler, quicker, more efficient to build and less impacts to the Muss Park. A33. There is no bid alternate for a cantilever option. The project shall be bid per the design shown on the plans. Q34. Suggest adding 5' long sheet pile returns walls at the end of the sheets (Similar to West Side of Lincoln Road and Sunset Island). The return walls help secure the upland soils in place. ITB 2017 -114 -ZD Addendum #1 4/4/2017 A34. The project shall be bid per the design shown on the plans. Page 5 of 12 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 anmiamibeachfl.aov Contact: Zuleika Davidson Telephone: 305-673-7000 ext. 6943 Email: zuleikadavidsonmiamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders 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. Sin rely, Alex D Prc�urem = t Director ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 6 of 12 APPENDIX A- REVISED ITB PRICE FORM Failure to submit the attached Revised ITB Price Form shall render proposal non- responsive, and said non-responsive proposal shall not be considered by the City. ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 7 of 12 A-1 City of Miami Beach ITB Price Form (Revision 1) The TOTAL BASE BID amount Includes the alt -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 to the contract documents. Any or all alternates, if applicable, may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid, the Bidder agrees that the total base bid shag 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. Section 1— Bidders Price: PROJECT TITLE: ITB 2017 -114 -ZD: Muss Park Seawall Rehabilitation Cost 01 - General Requirements Mobilization Survey and Layout Site Controls Supervision Temporary Facilities (Fencing, Toilets, Electrical, Water, Etc.) Dewatering (Contractor will be responsible for anv oermits) 02 — Demolition Floating Turbidity Barrier $ Removal of Concrete Wall $ Removal of Timber Supports $ Removal of Sidewalk $ Removal of Fence and Gate $ Temporary Removal of Light Poles and Fixtures $ 03 — Earthwork Excavation $ Fill $ Compacted Embankment $ Filter Fabric and Topsoil $ 04 — Structure Pedestrian and Bicycle Railing $ Concrete Retaining End Walls $ Concrete Retaining Wall Manarove Area $ Remove and Reattach Salvaged Manatee Grate $ Outfall Pile Wall Penetration/Concrete Headwall 1 $ Mitered End Section for Existing 12" PVC Pipe 1 $ 05 — Landscaping Sidewalk and Compacted Base Fencing and Gates Trees and Plants Sod irrigation ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 8 of 12 06 — Steel Sheet Pile and Concrete Cap Steel Sheet Pile Wall I $ Concrete Cap $ Tie Rod Anchor Assembly $ Steel Sheet Pile Anchor Panels $ Concrete Infill for Steel Sheet Pile Anchor Wall $ 07 — Misc. Electrical Light Poles and Fixtures 08 — Misc. Additional Costs (items not included above) Bond I $ Insurance $ Profit & Overhead $ Allowance for City Indemnification $25.00 Permit Allowance I $5,000.00 *Lump Sum Grand Total (Total Base Bid) 1 $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) ITB 2017 -114 -ZD Addendum #1 4/4/2017 Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Section 2 - Bidder's Affirmation: Submitted: Date Balance of Page Intentionally Left Blank Page 9 of 12 APPENDIX B- INSURANCE REQUIREMENTS FOR SEAWALL CONSTRUCTION AND REPAIR ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 10 of 12 SEAWALL REPAIR & CONSTRUCTION INSURANCE REQURIEMENTS A. Worker's Compensation Insurance as required by Florida, with statutory limits. Employer's Liability Insurance with minimum limits of $1,000,000 per accident for bodily injury or disease. Coverage under the Longshoremen and Harbor Workers' Compensation Act shall be included. B. Commercial General Liability Insurance on an occurrence basis, to include: Premises Operations; Independent Contractors; Contractual Liability; Personal & Advertising Injury; Products -Completed Operations; Broad Form Property Damage including Completed Operations; Protection& Indemnity; and Underground, Explosion and Collapse Property Damage, with limits no less than $1,000,000 per occurrence for bodily injury and property damage. City of Miami Beach shall be included as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence, for bodily injury and property damage. D. 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 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. Bumbershoot Liability with limits no less than $10,000,000. City of Miami Beach shall be included as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. F. Vessel Pollution Legal Liability with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. G. Pollution Liability insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. H. Watercraft Liability with limits no less than $1,000,000 per occurrence. Additional Insured Status The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. Waiver of Subrogation Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 11 of 12 received a waiver of subrogation endorsement from the insurer. Other Insurance Provisions 1. For any claims related to this project, the Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims -made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee) for review. 8. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead-based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of "Pollution" shall include microbial matter including mold. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. 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. Certificate Holder CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 12 of 12 INVITATION TO BID MUSS PARK SEAWALL REHABILITATION ITB No. 2017 -114 -ZD BID ISSUANCE DATE: MARCH 8, 2017 BID OPENING: APRIL 10, 2017 @ 3:00 PM ISSUED BY: CA MIAMIBEACH Zuleika Davidson, Procurement Contracting Officer / PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000x6943 I www.miamibeachfl.gov INVITATION TO BID SUMMARY BEACH Bid Element Description Invitation to Bid No. Estimated Construction Budget ITB Title: Basic Description of the Scope of Work: Bid Issuance: Pre -Bid Conference Meeting is Mandatory (only if box is checked) Pre -Bid Conference (Continued) Site Visit Date, Time, & Location: O Site Visit is Mandatory (only if box is checked) Last Day for Receipt of Questions: Bid Due Date & Time: Bid Opening Date and Time: Formal Bid Opening Location (respond to): BID NO: 2017 -114 -ZD 2017.114 -ZD $576,000 MUSS PARK SEAWALL REHABILITATION The project consists of the replacement of the existing seawall with a new seawall. Work to include a new seawall cap to Elevation 5.70 NAVD; associated |andocapa, irrigation and site work, and the preservation of the existinq manqrove stand. March 8, 2017 Technical Drawings and Specifications are available for free download at: wmmwoublicpmnhase.00m OR are available on CO for pick up for a fee of $20.00 at: Procurement Department Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 March 22, 2017 @ 10:00 AM Procurement Department 3rd Floor; Conference Room 1755 Meridian Avenue Miami Beonh, FL 33139 Dial -in Instructions: • DiaI the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key There will not be a scheduted site visit; however contractors are encouraged to visit the Site, with prior notice, and in compliance with the requirements of the pavilion contractor on-site. Friday, March 31, 2017 @ 3:00 PM Monday, April 10, 2017 @ 3:00 PM Immediately following the above due time or as close as feasibiy possible. Procurement Department Third Floor 1755 Meridian Avenue CITYOF MIAMI BEACH BEK:Fi Response Format: Basic Bid Requirements: Please reference Section 0200 for detailed information. Prevailing Wage Rates Please reference Section 0200 for detailed information. Project Completion Timeframe: Liquidated Damages: Miami Beach, FL 33039 Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0400 Below 1. Bid Guaranty of 5% is required at the time of bid submission. E is NOT required for this project. 2. Performance and Payment bond equal to 100% of the total project: El SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. Bidders shall submit a Letter of Intent from an A -rated Financial Class V Surety Company to bond the project. DSHALL NOT be required for this project. El SHALL be applied. El SHALL NOT be applied. A) 90 calendar days, Substantial Completion B) Final Completion: Substantial Completion plus 30 calendar days $1,500.00 shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Zuleika Davidson Procurement Contracting Officer I Phone: 305.673.7000 ext. 6943 E-mail: guleikadavidsonamiamibeachfl.aov NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 3 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 8 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 14 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 15 0500 GENERAL TERMS AND CONDITIONS ..... ...... ....... ...... ........ . ............. ...... ........ 17 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 47 APPENDIX B LIST OF PLANS AND SPECIFICATIONS... ........ .................................. 77 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 79 APPENDIX D REQUIRED FORMS (POST -AWARD) 84 APPENDIX E SAMPLE CONTRACT 96 APPENDIX F SPECIFICATIONS 105 APPENDIX G PLANS 261 APPENDIX H STRUCTURAL CALCULATIONS 288 APPENDIX I GEOTECHNICAL REPORT 372 APPENDIX J TREE PERMIT 404 APPENDIX K DERM DETERMINATION LETTER ...... . ........ . ............. ............... ......... 409 APPENDIX L USACE NATIONWIDE PERMIT 3 443 0100 DEFINITIONS: 1. Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any submitted in response to this ITB. The terms "Bid" and Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firnn, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a materia change. 1.4 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal oorporadon, having its principal offices at 1700 Convention Center Drive, Miami Beeoh, Florida 33138, which is a party hereto and /or for which this Contract is to be performed. /n all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. /n the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Consultant: shall reter to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional seivices for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties heretn, including but not Iimited to contract time and Iiquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to courdinate, di/ent, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall bathe Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding info/nnohon, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exh/bito, Certificoted, Closeout Forms, General Condidons, Supplementary Cond}tione, P|ann, Oravvinga, Addenda, Award by the City Connnnios|nn, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental |netructinnm, and any additional documents the submission of which is required by the Prjeot. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH BFAC,H 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and ournp\edon, including any milestone dates thepeof, established in Article 2 of the Sample Contract (Appendix E, attached), as may be amended by Change Order. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shau be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Worbut which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knnvv}eUge, infnrnnadon, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.19 Program Manager: Notapplicable. 1.20 Project: The construction project described in the Contract 0ocurnands, including the Work described therein. 1.21Project Initiation Date: The date upon which the Contract Time commences. 1.22 1.23 Resident Project Representative:NotaonUoable. Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.24 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. BID NO: 2017414 -ZD CITYOF MIAMI BEACH REACH 6 1.25 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design 0000rding to the Contract Duounnants, but does not include one who merely furnishes Materials not 50 worked. 1.26 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the vvork, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; hnvvever, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.27 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily Uabka, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05. Florida Statutes. 1.28 Work: The construction and services required by the Contract Documento, whether completed or partially connp|ebed, and includes all other |abor, nnateria(e, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. BID NO: 2017 -114 -ZD Balance mfFaaeIntentionally Leff Blank CITYOF MIAMI BEACH 0200 INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with aH the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( [] ) which may be checked ( ). Ifthe box is checked, the Ianguage is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the (anguage is not made a part of the bid documents. 2. Backaround and Scope of Work: The purpose of this bid is to establish a contract for the construction of the Muss Park seawall rehabilitation. Atkins North America, Inc. designed a seawall with traditional steel sheet pile system for the rehabilitation of the wall at Muss Park; this traditional system incorporated the use of tie -back anchors, Atkins designed the seawall at a higher elevation of 5.7' NAVD (7.26 FT NGVD) and adapted the traditional steel sheet pile system to ensure that the existing red mangrove at the Park would be protected. In addition, Atkins designed a mangrove preservation area to not only protect the existing nnengruxa, but further add planting of other mangrove trees and other native and resilient wetland plants near shore. The scope of work also includes the removal and planting of trees alongside the seawafl, as described in the attached plans. 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: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account feUena|, state and local (City and Miami -Dade County) laws, nagu|aUVns, pernnito, and ordinances that may affect costs, progruos, perfornnanoe, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. 4.6 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 following Location: 4300 Chase Avenue, Miami Beach, FL 33140. BID NO: 2017414 -ZD CITYOF MIAMI BEACH `�!\bEACH 8 6. Pre -Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the 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. Printed Form of Bid: All bids must be made upon the blank Bid/Teder Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. M. [] Bid Guarantee: This bid shall be accompanied by either an original bN bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500. General Conditions, or by cash, money onder, certified ch8ok, cashier's check, Bid Guaranty Fo[nn, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United 8tates), in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. 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 dannogen, not as a panahv, for the cost and expense incurred should said Bidder fail to execute the Controct, 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 Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. 9. [] Prevailing Wage Rates: City of Miami Beach Ordinance No, 94-2960 provides that in all non -federally funded construction contracts in excess of one million dollars to which the City of Miami Beach is a porty, the rate of wages and fringe benefito, or cash aquivo|ent, for all |abonere, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the cnntraut, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of Vvork, as established by the Federal Flegiate/, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the foflowing projects: a. vvotar, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and Iift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, guttera, pavers, sidewalks, /ondeneping, new lighting, bus shelters, bus benches and signage. 10. Acceptance or Reiection of Bids: The City reserves the right to reject reject any or alt bids prior BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH within one -hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement Management pnor to award ofthe Bid by the Mayor and City Commission. 11. Method of Award: Foltowing the review of bids and application of vendor preferences,the lowest responsive, responsible bidder(s) meeting all terms, cundUUone, and specifications of the ITB will be recommended for award by bid \tenn, 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, naputadon, 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. 12. Contract Price: The Contract Price is to include the furnishing of all \obnr, nnateho|o, equipment including tOO|S, s8nvicea, permit fees, applicable t8xes, 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. 13. Postponement of Date for Presentinq and Openinq Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective Bidders. 14. Protested Solicitation Award: Protests concerning the bid npecifineUnno, requiramanta, and/or terms; or protests after the bid opening date in accordance with City Code Section 2- 371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 15. Not utilized. 16. Veteran Business Enterprises: Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business en1erprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 10 services for the lowest responsive bid amount. VVhonever, as a result of the foregoing preferenoe, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotobon, and such bids are raopone/ve, responsible and otherwise equa with respect to quality and ompviue, then the award shall be made to the service -disabled veteran business enterprise. 17. Emua| Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3484. entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United Stobae, but outside of the City of Miami Beach /innita, who are directly performing work on the contract within the City of Miami Beach. Bidders shall complete and naturn, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefite, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. 18. City Manaaer's Review: 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. 19. City Commission Authoritv: 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 aU bids received. 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 controcts, 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. 20. CITY OF MIAMI BEACH LICENSES. PERMITS AND FEES: Each |icenoe, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH BEACH �� REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub -contractors. Licenses, permits and fees which may be required by Miami -Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the bid. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be reguired: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID SUBMITTAL. 21. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. I. MIAMI DADE DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT (DERM) II. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) III. CITY OF MIAMI BEACH • Building Permit IV. SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD) V. US Army Core of Engineers, NW3 The successful contractor shall be responsible for obtaining and maintaining any Class V permits, if required. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH , 12 22. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive soUoitoUon, unless the proposer certifies in writing that the business has adopted and employs written poUciea, pnoctioeo, and standards that are consistent with the City's Fair Chance Onj|nence, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinnnce^), and vvhinh, among other things, (i) prohibits City oontroctone, as an annp|oyer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this nffidovit. Proposer certifies that it has adopted pnUoiea, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contraot, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO: 2017 -114 -ZD Balance of Paqe Intentionally Left Blank CITYOF MIAMI BEACH 13 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS Each Bidder shall satisfy each of the following requirements cited below. Failure to do so will result in the bid submittals being deemed non-responsive. In order to be considered for award, bidder must provide evidence of the following minimum requirements: 1. Licensing Requirements: Bidders shall be state certified and licensed General Contractors to be considered for award. 2. Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience experience in projects for �roiects similar in scooe and volume to the work detailed within the Contract Documents. References must be projects completed or in progress within the last five (5) years. Similar project shall nnaon a seawall project of a minimum 100 linear feet. For all references submitted, Bidders shall submit at a minimum the following information: 1) Firm Nanne, 2) Contact Individual Name & Title, 3) Addr8as, 4) Te|ephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided, 7) Amount Of Linear Footage Of Seawall Construction, 8) Start And Completion Date Of Project. 3. Bidder must have the capability to provide a performance and payment bond for the project. The City reserves the right to require performance and payment bonds from the successful bidder. Bidders shall submit a Letter from an A -rated Financial Class V Surety Company, indicating the company's bonding capacity, in the amount not Iess than one hundred percent of the total base bid amount. 4. Financial Stability and Strength: The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that they can satisfactorily provide the goods and/or services required herein. In determining a Bidders responsibility and ability to perform the Contnact. City has the right to investigate and request information concerning the financial uonUidon, experience naonnj, pareonne/, equ/pnnent, fani|iUea, principal business location and organization of the Bidder, the Bidder's record with environmental nagu|atinna, and the claims/litigation history of the Bidder. The City reserves the right to consider third -party information (e.g., Dun & Bradstreet's Supplier Reports or similar) in determination of capacity. Bidders may be required to submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should inoiude, at a nn\ninnunn, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a joint ventuoa, each bidder involved in the joint venture must submit financial statements as indicated above. DO NOT include Financial Statements with your bid submittal. The City reserves the right to consider third -party information (e.g., Dun & Bradstreet's Supplier Reports or similar) in determination of capacity. Any Bidder who, at the time of bid submission, is involved in an ongoing bankruptcy as a debtor, or in a reorganization, /iquidadon, or dissolution pnoceeding, or if a trustee or BID NO: 2017 -114 -ZD CITYOFMIAMI BEACH ' � ''� `i�E/,�H 14 receiver has been appointed over all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, may be declared non-responsive. 0400. BID SUBMITTAL REQUIREMENTS Bids shall be submitted in a sealed, opaque packaging. One original in a three ring binder and one (1) bound copy, as well as one (1) copy in digital format (CD or USB drive), of the complete Bid must be received by the indicated deadline. LATE BIDS SHALL NOT BE ACCEPTED FOR ANY REASON, NATURAL OR OTHERWISE. The original and all copies must be submitted to the Department of Procurement Management in a sealed envelope or container stating on the outside, the Bidder's nanno, addraSa, telephone number, ITB numbar, tit|a, and due date. Bid packages must contain the following doounvynbs, each fully uonnolebsd, and signed as required in the order dictated below. Bid packages which do not include all required ducunnentahon, or are not submitted in the required format, or do not have the appropriate signatures on each docunnent, may be deemed non-responsive. The City reserves the right to request any documentation omitted, with exception of the Bid Price form (Appendix A. Attachment A-1) and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) calendar days uoon reauest from the Citv, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS Bidder shall provide a Cover Page including the foUowing information: • Name of Bidder. (Note: if co venture, specify) • Address of submitting Bidder. (Note: if co -venture, specify) • E-mail address for the appropriate contact person at the submitting company. • Phone number and facsimile number of submitting Bidder, • FederaP Tax Identification Number for submitting Bidder. • Declaration regarding company organizahon, vvhethe, as Corporotion. Partnership, or other. (Note: if co venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individuai, • Title of the authorized signing officer. • Date of signature. • Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum QuaUfications and Requirements. Surety capacity letter shaU be submitted in Tab C Financial Statements. Tab C. FINANCIAL STATEMENTS D&B Suppler Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report (SQR) to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the BID NO: 2017 -114 -ZD CITYOF MIAMBEACH 15 prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: httmm,Ymuoo|imnoorto|.dnb.comhmebaoo/mcehsbomes/earv|et/Suoo|imrPorta|?stmrm|d=11696 BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact !isted herein upon request. ii. In addition to the D&B information, the City may require that proposers submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should inc|ude, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co -venture, each Proposers involved in the co - venture must submit financiat statements as indicated above. iii. Proposers Bidders shall submit a Letter from an A -rated Financial Class V Surety Conopany, indicating the company's bonding nap8cbv, in the amount not Iess than one hundred percent of the total base bid amount. Tab D. EXPERIENCE AND KEY PERSONNEL It is a requirement of the bid that the Bidder staif the pject with competent individuals and quallfied supervisory personnel. To that end, the Bidder shal! provide the foilowing information: • Bidder (Business Entity) shall demonstrate the Contractor Team's (ie, General Contractor, eub'oortnaotono, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. • Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum Qualifications and Requirements. w An organizational chart listing the proposed key peroonna|, their qualifications and their roles in the project, resumes which shall include educational bankoruund, work expehenne, employment h)story, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a rn\nimunn, the bidder shall include the following proposed project team members: • Construction Prject Manager • Construction Superintendent • Site Foreman and/or Estimator A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role ofall sub -contractors proposed for the Project. Tab E. BID PRICE BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH ������L'EACH 16 Bidders are required to submit their bid price lump sum using the Bid Proposal Form found in Appendix A, Attachment A-1. Bidders shall also include all attachments from Appendix A in Tab C. 0600. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least approximately five (5) years of experience in projects of similar design, scupe, size and complexity. The Project Manager must have at least approximately five (5) years of experience in projects of similar design, soope, size and complexity, 2. Proiect Manual: 2.1. The Project Manual includes any general or special Conbaot conditions or specifications attached hereto. 2.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to VvOrk, perfornnance, rnmteha|, and dimensions except when Consultant may authorize, in writing, an exception. 2.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; hovvaver, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or rneasure,nent, but shall seek clarification from Consultant. 2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultants authorized representatives. Additional copies of the Project Manual may be obtained from City at thecostofrepnoduntion. 3. Intention 0fCity: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe vvorh, materials or equipnnent, such words shall be interpreted in accordance with that meaning. Reference to standard opeoifioetiuns, nnanuo|a, or codes of any technical eociety, organization or oaaocioUnn, or to the laws or regulations of any governmental authorih/, whether such reference be specific or by irnp|ivaUon, shall mean the latest standard apeo\ficaUnn, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 4. Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre -construction meeting described in Section 3.2, Contractor shall submit to Consultant for Consultant's review and acceptance: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH `6E/+ZH 17 4.1.1 A project^8oee Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in ^wat8rf@|[), in the indicated form for Final review and approval: BID NO: 2817 -114 -ZD () Bar Chart () Modified CPM (*) CPM (X) Computerized CPM using the Iatest edition Primavera P6 software (CPM shall be interpreted to be generafly as outUned in the Association of General Contractors (AGC) publication, "The Use of CPM in CONTRACTOR shall provide a preliminary man loaded, Iogic based "Base Line" Project acheUu|eua/ng^Eady8bort"and^EadyFinish^dabasfnreoch activity. The Contractor shall ino/ude, in addition to normal work activity input, input that encompasses all submittal approva|s, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. CONTRACTOR shall orovide PROGRAM MANAGER with a coov of the software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. K4onth|v. CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line ochedu|a\, showing the progress for the month. CONTRCTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY. In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is stronalv recommended that CONTRACTOR hire a seasoned professional. in the use of Primavera P6. to develop and uodote the Primavera P6 proiect schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule togic; 2) Exptain and provide a narrative for reasons why Jogic changes should bemade' made; 3) Update to individuai subcontractor activities; and 4) Integration of changes into the schedule. CITYOF MIAMI BEACH •`��'6EA:CH 18 The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in ail respects. UCONTRACTOR'SVVorkbeoVxleannorethan(30)dayabehindsohedu|e CONTRACTOR shall be required to submit a "Make -Up" schedule to PROGRAM MANAGER for review and acceptance that demonstrates "Catch Up" within thirty (3) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make -Up" schedule orvigorously follow the "Make -Up" schedule shall be reason to default CONTRACTOR. 4.1.2 After award but prior to the submission of the final progress schedule, CONSULTANT. Contract Administrator and CONTRACTOR shall meet with all utility owners and secure from them a schedule of utility re|onaUon, provided, hovvever, neither CONSULTANT nor CITY shall be responsible for the nonperformance by the utility owners. 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a Iump sum contract or in a contractwhich inciudes iump sum bid items of VVork, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility na|ocotinn, prnvided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 4.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 4.3. Within thirty-fiv(35) days from the ProjecInitiation Date set forth in the Notice to PnooeeU, a conference attended by Cnntnactor. Consultant and othens, as appropriate, wiH be held to finalize the schedules submitted. Within forty-five (45) days after the Project Initiation Date set forth in Notice to Proceed No. 1, the Contractor shall revise the original schedule submittal to address a\| review comments from the CPM review conference and resubmit for Consultant review. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH ' »� /SEA:al 19 The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the VVork, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. Performance Bond and Pavment Bond: Within fifteen (15) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond attached hereto as forms 00710 and 00720. 5.1. Each Bond shall be in the amount of one hundred percent(100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, (oboraro, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. 5.2. Each Bond shall continue in effect for one year after Final and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Finaf Competion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a). Florida 8batutms, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money onjer, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00795. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall beheld by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in CITYOF MIAMI BEACH 20 BID NO: %017 -114 -ZD busness with a record of successful contnuous operation for at Ieast five (5) years. 6.12. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circuar 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the cincu|ar, in order to qua|ifv, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinouranna, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10. Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 nniUion, provided, hovvever, that if any surety company appears on the watch Iist that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the uu,otyoonnpany based on the financial information avalable to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in genero|, the acceptable parameters for bonds: Amount of Bond Policy- Financial holder's Size Ratings Cateaow 500,001 to 1,000,000 B+ Class 1.000.001 to 2,000,000 B+ Class /| 2.000.001 to 5,000,000 A Class ||| 5.000.001 to 10'800.000 A Class IV 10,000.001tn25.000.000 A Class 25,000,001 to 50,000,000 A Class VI 50,000.001 or more A Class VII 6.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is ioaued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00732) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requinenlenta, the provisions of this section shall apply. BID NO: 2017-114-2D CITYOF MIAMI BEACH 21 7. Indemnification 7.1 Contractor shall indemnify and hold harmless City, its offinera, ogento, d(nacbono, and employees, from liabilities, damages, |oameo, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the nag/igenoe, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its ennp|oyeea, nff\ce,o, d|reotorm, or agents from any liability, damage, \ooa, o|ainn, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor she||, upon written notice from City, resist and detend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obliGte Contractor to defend at its own expense to and through oppeUoha, supplemental or bankruptcy proneeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor or persons employed or utilized by Contractor. 8. Insurance Reou/renoents: 8.1 The Bidder shall fuish to the of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, including Personal Injury Liability, Products/Completed Operations, in an amount not less than 01.000.000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all ovvneU, non -owned and hired vehicles used in connection with the work, in an amount not less than $1.000.000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liabitity lnsurance in an amount not less than $1 000,000 with the deductible per o|ainn, if any, not to exceed 10% of the limit of All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 22 The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equiva|ent, subject to the approval of the City Risk Management Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, 3""FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. S. Labor and Materials: 9.1. Unless otherwise provided hepain. Contractor shall provide and pay for all nl8teha|e, labor, vvatar, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any inwenUon, or pretended /nvenUonm, or patent of any art/oky, material, arrangement, app/ionne, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenanoes, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH ' 23 performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (509) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make mjor repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50Y6) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditiono, all permits and licenses required by federal, state or local |ovve, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competenoy, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for aU persons working on the Projectject for whom a Certificate of Competency is required. 12.2. Impact fees levied by the City and/or Miami -Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor, 13. Resolution of Disoutes: 13.1 To prevent all disputes and )itioahon, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the cheractar, quo|ih/, amount and value of any work done and materials furniohed, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, quesUons, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, queodon, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein. Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the o\ainn, quontion, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non- technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 24 H 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a resu)t of the determination. Within sixty (60) days after Final Completion of the VVnrk, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in nnediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided horeunder, including its rights and remedies under State /ovv, if said party fails to comply in strict accordance with the requirements of this Article. 14. Inspection ofWork: 14.1. Consultant and City shall at aU times have access to the Work, and Contractor shall provide proper facilities for such access and for inapeudng, measuring and testing. 14.1.1 Should the Contract Documents, Consultant's instrucdone, any lavve, ordinances, or any public authority require any of the Work to be specially tested or approvod. Contractor shall give Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City. timely notice shall be given of the date fixed for such testing. Testing shall be made pronnpt}y, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Coneu|tont, it nnuat, if required by Coneu|tant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Oncurn8Dta, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to deiay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inepontnr, directly or /ndirecUy, is strictly prohibitmd, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: 15.1. The orders ofC/tv are to be given through Consultart, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the BID NO: 2017-1142D CITYOF MIAMI BEACH F 25 Project during its prugreas, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the VVork, using its best skill and attention, 15.2. Daily, Contractors superintendent shall pacond, at a nnininnunn, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, /obnr, peroonne|, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contrautor, in the course of prosecuting the VVork, finds any discrepancy between the Contract Documents and the physicat conditions of the Locality, or any errors, onnieniono, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such di000very, until authorized, will be done at Contractor's sole risk. 15.5. Contractor shall supervise and direct the Work competently and effioi8ntly, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the nl88Ds, nlethods, techniques, sequences and procedures of construction. 16. Citv's Riaht to Terminate Contract: 16.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the Project Initiation Date, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the VVork, or shall perform the Work unuuitab|y, or cause it to be rejected as defective and unsuitob/e, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of oveditora, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 26 Administrator may give notice in writing to Contractor and its Surety of such de|ay, neglect or default, specifying the same. If Contractor , within a period of five (5) calendar days after such notiue, shall not proceed in accordance therewith, then City may upon written certificate from Consultant of the fact of such delay, neglect or default and Contractor's failure to comply with such notice, terminate the services of Contractor . exclude Contractor from the Project site and take the prosecution of the Work out of the hands of Contractor . and appropriate or use any or all materiais and equipment on the Projectject site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Project is completed. In addition City may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Onouments, or use such other methods as in City's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Ooounnenta, or use such other methods as in City's sole opinion shall be required for the completion of the Project in an acceptable manner. All donnegeo, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. 16.2. If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Section 15.3 below. 16.3. This Contract may be terminated for convenience in writing by City upon ten (10) days written notice to Contractor (delivered by certified maU, return receipt requested) of intent to terminate and the date on which such termination becomes effective. In such case. Contractor shall be paid for all work executed and expenses incurred prior to termination in addition to termination settlement costs reasonably incurred by Contractor relating to commitments which had become firm prior to the termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services which have j been performed. 16.4. Upon receipt of Notice of Termination pursuant to Sections 15.1 or 15.3 above, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, d,avvinga, apecificadono, reporta, esUnnatee, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17. Contractor's Riaht to Stop Work or Terminate Contract: Should Consultant fail to review and approve or state in writing reasons for nonapproval of any Application for Payment within twenty (20) days after it is presented, or if City fails either to pay Contractor within thirty (30) days after presentation by Consultant of any sum certified by {}oneu|tant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such de|ay, neglect or defou|t, specifying the same. If City or BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 27 Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 12 hereof. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 20. Differina Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor , without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Consultant in writing of the existence of the aforesaid conditions. Consultant and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Consultant shall recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Consultant for determination in accordance with the provisions of Article 12. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Workina Drawinas: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH f` CH 28 City, through Conoultont, shall have the rightto modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work pnoceeda, all of which shall be considered as part of the Pject Manual. In case of disagreement between the written and graphic portions of the PjectK0anuo[thevvhttenportionahaUQovern. 22. Contractor to Check Plans, Specifications and Data: Contractor shall verify all d/nnana/ono, quantities and details shown on the p/ane, specifications or other data received from Conou/tant, and shall notify Consultant of aiI errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or d\aovepanoy, as full instructions will be furnished by Consultant. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Consultant. 23. Contractors ResDonsibilitv for Damaaes and Accidents: 23.1. Contractor shafl accept fuli responsibility for the Work against all ioss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause vvhatooever, except as provided in Article 29. 23.2. Contractor shall be responsible for all nnetero|a, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are |oot, oto\en, damaged or destroyed prior to finai acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 29. 24. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work wifl be of good quo/ih/, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirannonto, including substitutions not properly approved and outhorizad, may be considered defective. If required by Cnnau|tent. Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. 25. SuookemantorvOrovvnoa: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work furthar, or to show any changes which may be raquined, supplementary drovvinga, with specifications pertaining thereto, wiJl be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the PjectKAanua|. Where such suppiementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 29 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Coneultant. Contractor shall promptly either correct all defective work or remove such defective work and replace it with non - defective work. Contractor shall bear all d{reut, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. 26.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Cnnau|tant. City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such rannovo|a, corrections or rapairm, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 26.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Docunnento, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material shall not in any way prevent tater rejection when such defect is discovered, or obligate City to final acceptance. 27. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 28. Subcontracts: 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH `'� �''. 30 28.3 Contractor agrees to bind specifically specifically every subcontractor to the applicabie terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own orgonizaUnn, amounting to not Iess than 70% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other peroono. Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractors Work, except as to defects which may develop in other contractors work after the execution of Contractors. 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by Consultant and approved by City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: BID NO: 2017 -114 -ZD 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. CITYOF MIAMI BEACH r6E/f:H 31 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for nnainb*nanna, utilities, subsequent damages of City and pub|ic, adjustment of insurance coverage's and start of warranty for the occupied area. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant on the Certificate of Substantial Comp|obon, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final paynnont. Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use sha!I not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, hts-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall pn}viUe, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction fani|ideo, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32. Leoal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regu/obons, or ordinances with regard to labor emp\myed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on raUvvGy, highvVayG, or water, without the prior written consent of the proper authorities. 33. Location and Damacie to Existinci Facilities. Eauioment or Utilities: 33.1. As far as possible, all existing utility lines in the Pject area have been shown on the plans. Hovvevar. City does not guarantee that all lines are ahown, or that the ones indicated are in their true location. It shall be the Contractor HS responsibility to identify and locate all underground and overhead utility lines 0r equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 32 33.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground |ocmton, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. Al! charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility re|ooaUono, whether or not said relocation is necessary to avoid confUct with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 33.4. All ovarheod, surface or underground structures and utilities encountered are to be carefully protected from ijury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless de/ay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. API damaged utilities must be replaced or fufly repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of nnateho|a, orUo|ea, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing. Consultant will be the sole judge of acceptability, and no substitute will be ordarmd, inota||ed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. Hovvever, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for subsdtuUon, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approvad, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuinq the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Drder, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH `'������'�kE/CH 33 36. Chanaes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such inonaaseo, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additiona! work within the scope of this Project must be accomplished by means of appropriate Field Orders and Suppemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written dooumant, executed by the parties herebo, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Conou|tent, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written ordero, inmtrunUona, or interpretations concerning the Contract Documents or its perfornnance, provided such Supplemental lnstructions involve no change in the Contract Price or the Contract Time. 38. Chanae Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Prjeut which are not properly the subject of Field Orders or Supplemental |neiruohnna, including all changes resulting in changes in the Contract Price, or the Contract Tinne, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 38.2. All changes to construction contracts which exceed the Commission -approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. AlI Change Orders with a value of $25.000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with ova|ue of Iess than $25,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been iosued. City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 12 hereof. During the pendency of the d|spute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 34 38.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 38.5. Under circumstances determined necessary by City, Change Orders may be issued uniateraIIy by City. 39. Value of Chanqe Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 39�.1. Where the work involved is covered by unit prices contained in the Contract Docunnenta, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3. plus a Contractor's fee for overhead and profit which is determined as provided in Section 38.4. 39.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 38.3., 39.2.1. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall |no/uda, but not be limited to, salaries and wages plus the cost of fringe benefits which shall inckide socia security contributions, unennp/oynnent, excise and payroll texea, workers' or workmen's unrnpanootion, health and retirement benefito, bonuses, sick |oave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal hu|iUays, shall be included in the above to the extent authorized by City. 39.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. AH cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make paynnente, in which case the cash CITYOF MIAMI BEACH 35 BID NO: 2017 -114 -ZD discounts shall accrue to City. All trade discounta, rebates and refundo, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, |oading, un|oadin0, insta||aUon, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equ|pnnent, machinery or parts shall cease when the use thereof is no Ionger necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consu|tant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as Contractor 'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special coDSu|ton[s, induding, but not limited to, angiOaers, architects, testing laboratohes, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transpnrtoUon, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for Iocal travel to and from the site of the work. 392.5.2. Cost, including transportation and nna|ntenenne, of all nnobaho|o, nupp|iea, aquipnmant, nnaohinery, apphances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the vvVrk, and cost less market value of such items used but not consumed which remains the property of Contractor. 39.2.5.3. Gakys, use, or similar taxes related to the work, and for which Contractor is |iab|e, imposed by any governmental authority. 39.3.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 36 30258Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work' shafl not inctude any of the fotJowing: 39.3.1. Payroll costs and other compensation of Contractors offioery, executives, principals (of partnership and sole pnoprietorships), general nnanogena, enginemro, architects, estimators, /ovvyers, auditono, aucountante, purchasing and contracting agents, exped/tare. Unnekeepera, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- upon schedule of job c\aosifioot|une, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expensee, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the aarna, except for additional bonds and insurance required because of changes in the work. 393.5. Costs due to the negligence or neglect of Contractor, any GUbSDntFaut0r8, or anyone directly or indirect!y empJoyed by any of them or for whose acts any of them may be Uob\a, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly incuded in Section 382. 38.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1. A mutuaHy acceptable fixed fee or if none can be agreed upon, 39.4.2. A fee based on the following percentages of the various portions of the cost of the work: BID NO: 2017 -114 -ZD 39.42.1. For costs incurred under Sections 38.2.1 and 38.2.2. Contractor's fee shall not exceed ten percent (1O%). C|TYOFMIAMI BEACH '/''��BEACH 37 39.4.2.2. For costs incurred under Section 38.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (1U96);and No fee shall be payable on the basis of costs itemized under Sections 38.2.4 and 38.2.5. (except Section 38.2.5.3), and Section 38.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are invoved in any one change, the combined overhead and profit shall be figured on the basis of the net incneaee, if any, hnvvaver. Contractor shall not be entitled to claim lost profits for any Work not performed. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3. Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shaU be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no ohange-in'coot. Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." 40. Notification and Caim for Chanoe of Contract Time or Contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. The,eafte,, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH ''i' 38 documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to beiieve it is entitled as a result of the occurrence of said event. AU claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 12 herenf, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAWED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 39.1. Such delays shall inc|ude, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidennico, abnormal weather conditions or acts of God. 41. NoOomaogafor Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indinyct, oonoequenda|, impact or other coeta, expenses or damages, including but not limited to costs of acceleration or ineffinienoy, arising because of da|ny, diarupUon, interference or hindrance from any cause vvhatooever, whether such de|ay, diarupbon, interference or hindrance be reasonable or unreasonab|e, foreseeable or unfonaaeeab|a, or avoidable or unavoidable; pruvided, howovar, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting de|oy, in accordance with and to the extent specifically provided above. 42. Excusable Delay: Comoanaah|a:Non-Connoensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable De)ay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shafl document its claim for any time extension as provided in Article 39 hereof. Failure of Contractor to comply with Article 39 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non -compensable: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH ~�.���GFACH 39 (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, 0U is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actuai additional costs aliowed pursuant to Articie 38 hereof. City and Contractor recognize and agree that the amount of Contractor's precise actual indirect costs for delay in the performance and completion of the Work is impossible to determine as of the date of execution of the Contract 0ouunnente, and that proof of the precise amount will be difficult. Therefurm, indirect costs recoverable by the Contractor shall be liquidated on a daily basis for each day the Contract Time is delayed due to a Compensable Excusable Delay. These liquidated indirect costs shall be paid to compensate Contractor for all indirect costs caused by a Compensable Excusabie Delay and shall include, but not be limited to, all profit on indirect coote, home office overhead, acceleration, loss of earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all other indirect costs incurred by Contractor. The amount of liquidated indirect costs recoverable shall be one thousand five hundred dollars ($1500.00) per day for each calendar day the Contract is delayed due to a Compensable Excusable Delay, (b) Non -Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contuaotor, its nubcuntrnutons, suppliers and vandnna, and is also caused by circumstances beyond the control of the City or CoOou/bsnt, or (ii) is caused jointly or concurrently by Contractor or its subcortnsutors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof desinated by City pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so notify City and Consuitant in writing. Consultant and Gity shali then promptly inspect the Work. When Consultant, on the basis of such an /nspaot/Vn. determines that the Work or designated portion thereof is substantially connp|eta, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, nnaintenanoo, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 40 the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest iDo|Udi0g, but not limited to prejudgment interest. Hovvever, the provisions of City's prompt payment Vndinanma, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. 45. GhnoDrovvnoe: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the SVitabi|kv, effiCiency, technique of nnanVfaCtur8, installation raqu|r8nl8ntS, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within thirty (20) calendar days after the Project )nitiation Date specified in the Notice to Proueed. Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical tems. Approval of this ist by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing nnatar\a|o, equiprnent, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 44.2 above, Contractor shall promptly request Shop Drawings from the various nlonufautuners, fabr|oatoxs, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and checthe Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Dnawinge, nor for the proper fitting and construction of the vvork, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consuftant. Approval BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 41 shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent i$enne, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shaii be typewritten or Iettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Lavout of the Work and Record Drawinas: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe |\nea, oonduita, otructunee, maintenance access structuneo, handho|eo, fittings and the like and shall prepare record or "as -built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addandm, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at alt times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documento, samples and Shop Drawings shall be delivered to the Contract Administrator. 46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as -built drawings acceptable to 47. Safety and Protection: 47.1. Contractor shall be solely responsible for inUUoUng, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor BID NO: 2017-114-2D C[7YOFMIAMI BEACH '�����''.BFACH 42 shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, ijury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. Alt the work and all materials orequipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, }ovvno, vva|ko, pevannento, roadvvoym, structures and utilities not designated for removat, relocation or replacement in the course of construction. 47.2. Contractor shall comply with all applicable |avva, ordinancas, ru|eo, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from dannage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All donnaga, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 obnvm, caused directly or indireoUy, in whole or in part, by Contractor . any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be |iab|e, shall be remedied by Contractor . Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by Citv for Tests: Except when otherwise specified in the Contract Dununnenta, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction pjects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Proiect8ioD: Any requirements for a pject sin shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 6EAC,H 43 51.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 37, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such ouepanaion, will entitle the Contractor to additional Contract Time as noncorDpenogb|e, excusable delay, and shati not give rise to a claim for compensable delay. 52. Cleaning Up: City's Right to Clean Uo: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its too/o, construction aquipnnent, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up. City may clean up and charge the cost thereof to the contractors responsible therefore as Consuttant shalt determine to be just. 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination. Equal Employment Opportunity, and Americans with Disabilities Act: a. Contractor shall not untawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles | and || of the ADA (regarding nondiscrimination on the basis of d\oabi\ity), and all applicable pegu|ationa, guide|inea, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital statUa, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. Contractor shall not engage in or commit any discriminatory practice BID NO: 2017 -114 -ZD CITYOFMIAMI BEACH 44 in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. b. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non- d/aohnn/notion clause contained in Section 202, Executive Order 11246. as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, oo|or, na|igion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, no|or, national ori0in, re\igion, sex, interaexuo|ity, gender identity, sexual orientation, marital and familial otatuo, and age or disability. 55. Proiect Records: City shall have the rightto inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contnaotnr, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and a000unto, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: Aninterim performance evaluation ofthe successful Contractor may basubmitted bvthe Con�actAdnnin�tratorduring construction ofthe Project. A�ne|pe�ornnonceevaluation shall be submitted when the Request for Fina/ Payment to the construction contractor is forwarded for approval. In either s/tuetion, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the succesnfu/ Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F'41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the foliowing information: U. The chemical name and the common name of the toxic substance. c. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, exp|osion, corroaion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generaily recognized as being aggravated by exposure to the toxic substance; and BID NO: 2017 -114 -ZD CITYOF MIAMBEACH BEACH 45 iii. The primaryrouteeofaOtrynndaynlptonlgofoxerexpooupe. d. The proper precaudone, handling pnaodnma, necessary personal protective equipnnent, and other safety precautions in the use of or exposure to the toxic substances, inciuding appropriate emergency treatment in case of overexposure. e. The emergency procedure for spills, fire, disposal, and first aid. f. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. g. The year and nnunth, if avei|able, that the information was compiled and the name, addnaoo, and emergency telephone number of the manufacturer responsible for preparing the information, 58. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or vio/aUons, notices and dispositions thereof. The non - submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 59. "Or Eaual" Clause: Whenever a nnatahn|, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors nannee, trade norneo, catalog numbers, or otherwise, City, through Coneu|tant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is pmrnmitted" because of form, fit, function and qua|ity, any materia|, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the motoria|s, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH BEACH 46 APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non -Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 47 MIAMIBEACH City of Miami Beach ITB Price Form A-1 The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bld, 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. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals 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. Section 1— Bidders Price: PROJECT TITLE: ITB 2017 -114 -ZD: Muss Park Seawall Rehabilitation Cost 01 - General Requirements Mobilization Survey and Layout Site Controls Supervision Temporary Facilities (Fencing, Toilets, Electrical, Water, Etc.) 02 — Demolition Floating Turbidity Barrier Removal of Concrete WaII Removal of Timber Supports Removal of Sidewalk Removal of Fence and Gate Temporary Removal of Light Poles and Fixtures Excavation Fill Compacted Embankment Filter Fabric and Topsoil Pedestrian and Bicycle Railing Concrete Wall Remove and Reattach Salvaged Manatee Grate Outfall Pile Wall Penetration/Concrete Headwall Mitered End Section for Existing 12" PVC Pipe Sidewalk and Compacted Base Fencing and Gates Trees and Plants Sod Irrigation I Steel Sheet Pile Wall BID NO: 2017 -114 -ZD 03 — Earthwork 04 — Structure 05 — Landscaping 06 — Steel Sheet Pile and Concrete Cap CITYOF MIAMI BEACH 48 I$ $ I$ I$ Concrete Cap * Tie Rod Anchor Assembly $ Steel Sheet Pile Anchor Panels $ Concrete InfiII for Steel Sheet Pile Anchor Wall $ 07 — Misc. Additional Costs (any items not included above) Bond Insurance Profit & Overhead Allowance for City lndemnifrcation Permit Allowance *Lump | $ $ $ $25.00 *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Section 2 - Bidder's Affirmation: Submitted: Date Balance of Page Intentionally Left Blan BID NO: 2017414 -ZD CITYOF MIAMI BEACH 49 BID TENDER FORM Submitted: City of Miami Beach, Florida 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Date The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in aU respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that ithas examined the site 0fthe Work and informed itself fu|k/0f all conditions pertaining to the place vvherethe VVork is to be done; that �has examined 'the Contract Documents and aU addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itseif about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agreeo, if this bid is oucepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary nlatar|aia, equipnlent, nnauhinery, too|a, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Prject entitled: INVITATION TO BID (ITB) No. 2017 -114 -ZD MUSS PARK SEAWALL REHABILITATION The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus a|b*rnnbaa, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, the Bidder agrees that the total base bid shaH 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. BID NO: 2017 -114 -ZD A-2 CITYOFMIAMI BEACH '`��`'.PEACH 50 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 Amendment 6 Amendment 2 Amendment 7 � | Amendment 3 Amendment 8 Amendment 5 | Amendment 10 Attached is a Bid Bond 111, Cash 0, Money Order , Unconditional Letter of Credit CI, | | � Treasurer's Check []. Bank Draft []. Cashier's Check []. or: Certified Check LI No. Bank of Dollars ($ for the sum of The Bidder shal! acknowledge this bid by signingning and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Social Security Number: OR Federal l.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sian below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Sined BID NO: 3V17'114 -ZD CITYOF MIAMI BEACH ��. � � � FACH 51 (Sian below if incor�orated) ATTEST: (Type or Print Name of Corporation) Secretary /Gign�tura�ndTNa) (CORPORATE SEAL) Incorporated under the laws of the State of: BID NO: 2017-1142D (Signature (Type or Print Name Signed Above) CD`yQFMIAMI BEACH !''�iI.^�/BEACH 52 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# # Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH SE1,1:1H 53 A-3 BL Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers): a. Name of Prjeot b. Owner and Point of Contact (Minimum of Phone Number & E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (96) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? El Yes ON° 10. State the true, exact, correct and complete name of the partnenahip, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade nanno, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: Sole Proprietorship LJ Partnership LJ Corporation C. The address of principalolacmofbusineasio: Ci The names of the corporate officers, or partners, or individuals doing business under a BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 54 E. List all organizations which were predecessors to Bidder or in which the principals Or officers of the Bidder were principals or officers. F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent orsubsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). H. List all o|ainns, adnbrotions, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the prject over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. BID NO: 2017 -114 -ZD A-3 CITYOF MIAMI BEACH ''^',/'YE/oCH 55 A-3 I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. K. Under what conditions does the Bidder request Change Orders? L. Provide the names of all individuals or entities (including your sub -consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 56 M. Provide the names of all individuals or entities (including your sub -consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. N. Individuals or entities (including our sub -consultants) with a controlling financial interest: have have not 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. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. O. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? El Yes ❑ No P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? El Yes ❑No If the answer to either number O. or P. is yes, attach a written detailed explanation. Q. Is the business entity owned by a certified service -disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran -owned Business? ❑ Yes ❑ No R. Non -Discrimination. 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, BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 57 intersexuality, gender idenUtv, sexual orientation, marital or familial status, age or SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit docunnent. Proposer agrees it is and shall remain in full comphance with Section 2-375 of the City of Miami Beach City Code. S. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2010-28375. the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states, SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2O1O-28375. T. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a comsolicitation, uniess the proposer certifies in writing that the business has adopted and employs written poUo/am, pnacticea, and standards that are consistent with the City's Fair Chance (]rd/nanne, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an ennp|oyer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (i0 prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time, By virtue of executing this affidavit, Proposer certifies that it has adopted po|ioh*a, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of oontract, and shall entitle the City to the immediate termination for cause of the ogreenlent, in addition to any damages that may be available at Iaw and in equity. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 58 '���.����H CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name Title: IF CORPORATION: Signature Print Name Title: WITNESS: Signature Print Name Title: Print Name of Firm Address Print Name of Corporation Address (CORPORATE SEAL) Attest: Secretary BID NO: 2017 -114 -ZD A-3 CITYOF MIAMI BEACH BEACH 59 SUPPLEMENT TO BID/TENDER FORM: NON -COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20 . The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud, The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2017 -114 -ZD. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 60 A-4 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (5) (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 61 SUPPLEMENT TO BID/TENDER FORM:, DRUG FREE WORKPLACE CERTIFICATION, (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20_, by as (name of person whose signature is being notarized) (title) of (name of corporation/company) known to me to be the person described herein, or who produced identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 62 as A-5 A-6 SUPPLEMENT TO BD TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing anayss provides a summary of the majorjor points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beanh, who are awarded a contract pursuant to competitive bids, to provide "Equal Benmfitu" to their employees with Domestic Portnara, as they provide to empoyees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement /eeve, family medical /aave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with opouaeo, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such rggistration, or with an internal registry maintained by the employer of at Ieast one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the foliowing: ^ Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued atover $1U0.000. • Contractors who maintain 51 or more full time employees on their payrolis during 20 or more calendar work weeks in either the current or the preceding calendar year, " Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). BID NO: 2017414 -ZD CITYOFMIAMI BEACH 63 GU In what cases does the Ordinance not apply? The provsions of the Ordinance do not appy where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has Iess than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, aosooiodon, society or any nonprofit charitable or educational institution or organization nperoted, supervised or controlled by or in conjunction with a religious oq]anizabnn, association or society; • The contractor is another government entity. The foflowing City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; ^ Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional A/E, |andanopeAJE. or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of hte, health, accident, hospitalization, legal expense, annuity (nsunanue, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provid8o, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where ony one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can compfy with the requirements of the Ordinance, The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts heobh, reUrennort, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ER|SA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 64 with the description of its employee benefits plan, which needs to be delivered to the Procurement Drector prior to entering into the contract; The City has the ongoing right to investigate/audit contracts for compliance with the provisioris of the Ordinance; The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Banafibs, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; ' • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. BID NO: 2017 -114 -ZD Balance ofpameIntentionally Left Blank CITYOF MIAMI BEACH 65 MIAMIBEACH DECLARATION: NONDISCRIMINATION NN CONTRACTS AND BENEFITS Section 1. Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number (if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: (If 5oo,less, skip toSection 4.date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes Nu Union name(s): Section 2. Compliance Questions Question 1. Nondiscrimination - Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories Iisted below? Please note: a�ES" answer means your company agrees it will not discriminate; a "NO' answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. L Race _ Yes _Nn II Sex Yes _No L Color _ Yes _No Sexual Orientation _ Yes _No D Creed _ Yes _Nu Gender Identity (transgender status) _ Yes _Nu r Religion _ Yes _No | Domestic partner status _ Yes _No 1 National origin _ Yes _Nn /] Marital status_ No — — ' Ancestry _ Yes _No /sDisability _ Yes _No cAge _ Yes _Nn I - A|DG/M|VatatuoYea No — — / Height _ Yes _No 1 Weight_ No — — B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for tile performance of a substantial portion of the contract you have with the City? Please note: you must answer this question, even if you do not intend to enter into any subcontracts. _Yoo_No BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 66 A-6 Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100.000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005'3494 requires certain contractors doing business with the City of Miami Beaoh, who are awarded a contract pursuant to competitive bids, to provide "Equal Banefito" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United Gtataa, but outside of the City of Miami Beach |innite, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of empoyees? YES NO B. Does your company provide or offeaccess to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES 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 portner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eiigibie for Reasonable Measures compliance. To comply on this booio, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is avaiiable at: vvwwv.nniannibaauhf|.00v/or0ourennent/ BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 67 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? Yes No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this Signature Name of Signatory Title BID NO: 2017 -114 -ZD day of , in the year . at Mailing Address City, State, Zip Code CITYOF MIAMI BEACH ari\chi 68 A-6 MIAMIBEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Department of Procurement Managemen ONLY IF you: A. Have taken aH reasonable measures to end discrimination in benefits; B. Are unab!e to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You mussubmit the following nformation with this form: 2. The namee, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiririg nondiscriminatory benefits; 3. The dates on which such benefits providers were coritacted: 4. Copies of any written response(s) you received from such benefits providers, and if written responses are unovai|ab|e, summaries of oral responses; and 5. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. \ declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2017.114-2D A-6 CITYOF MIAMI BEACH /l�.�H/A\':�� 69 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstratethat it is not possible for the City Contractor to end discrimination in benefits, A determination that it is not possible for the City Contractor to end discrimination in benefouhaUbobanedupon000naideodioncfsuuhtacb»noaa: 1. The riumber of benefits providers identified and nonbacted, in writing, by the City Contrecbor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the foliowing benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed B. For health benofito, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner emp|oyae, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family methcal leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed, BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH ACH 70 MIAMIBEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Department of Procurement Management by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Pnocedupe, as set out below. FUI out all sections that apply. Attach additional sheets as necessary. A. ()nen Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City beginm, provided that the City Contractor submits to the Department of Procurement Management evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits wilt be availabLe: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO: 2017 -114 -ZD CRYOFMIAMI BEACH ���/'���BEACH 71 B. Administrative Actions and Reauest for Extension Ending discrimination in benefits may be delayed to aUow administrative steps to be takeri to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Direcbor, upon the written request of the City Contractor. Administrative steps may indude, but are not limited to, such actions as computer systems modificationo, personnel policy pevioiono, and the development and distribution of employee communications. Description of administrat ve steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s) where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Dinector, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be neopenod, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2. above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO: 3V17 -114-Z] CITYOF MIAMI BEACH ���'`�DEACH 72 A-6 I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH K;Ar: 73 A-6 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT A-7 IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Total $ Extended Method Name of Bidder Authorized Signature of Bidder BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 74 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $26.00 121 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO: 2017 -114 -ZD A-7 CITYOF MIAMI BEACH H -H BEACH 75 A-8 RECYCLED CONTENT INFORMATION \n support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as poper, p}osUc, g|aos, nnoba|, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 76 APPENDIX B List of Plans and Specifications BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 77 MIAMIBEACH LIST OF PLANS, SPECIFICATIONS AND PERMITS CONTRACT DOCUMENTS AS DEVELOPED BY ATKINS, 2001 NW 107 AVE, MIAMI, FL 33172 Sheet Line No./ Revision/Date Title / Description Spec. No. PLANS 1 2 3 4 5 6 7 8 9 10 11 12 G-0 G-1 G-2 G-3 G-4 V-1 V-2 V-3 V-4 D-1 S-1 S-2 1 / 07-22-2016 COVER SHEET 1 / 07-22-2016 SITE PLAN 1 / 07-22-2016 ENLARGED SITE PLAN 1 / 07-22-2016 1 SITE PHOTOGRAPHS 1 / 07-22-2016 1 LIMITS OF CONST., ACCESS, AND LAYDOWN 1 / 05-12-2014 1 PROPERTY SURVEY NOTES 1 / 05-12-2014 1 PROPERTY SURVEY MAP 1 / 07-22-2016 SURVEY SECTIONS 1 / 07-22-2016 SURVEY SECTIONS 1 / 07-22-2016 DEMOLITION PLAN AND SECTION 3 / 03-01-2017 1 GENERAL NOTES 1 / 07-22-2016 1 SEAWALL SITE PLAN 13 S-3 1 / 07-22-2016 WALL PLAN AND ELEVATION -1 14 S-4 1 / 07-22-2016 WALL PLAN AND ELEVATION -2 15 S-5 1 / 07-22-2016 WALL PLAN AND ELEVATION -3 16 S-6 1 / 07-22-2016 TYPCAL WALL SECTION 17 1 S-7 1 / 07-22-2016 WALL DETAILS AND SECTIONS - 1 18 S-8 1 / 07-22-2016 WALL DETAILS AND SECTIONS — 2 19 S-9 1 / 07-22-2016 WALL DETAILS AND SECTIONS — 3 20 S-10 1 / 07-22-2016 WALL AT MANGROVE SECTION AND DETAILS 21 L-1 0 / 10-13-2016 LANDSCAPE DEMOLITION PLAN AND NOTES 22 L-2 0 / 10-13-2016 PAVING, GRADING AND FENCING PLAN 23 L-3 0 / 08-26-2016 LANDSCAPE PLAN 24 L-4 0 / 08-26-2016 LANDSCAPE NOTES AND DETAILS 25 IR -1 0 / 07-18-2016 1 IRRIGATION PLAN 26 IR -2 0 / 07-18-2016 IRRIGATION NOTES AND DETAILS SPECIFICATIONS 27 1 1.00 I 0 / 03-01-2017 1 CMB DIVISION 1 SPECIFICATIONS PERMITS 28 1.00 I 0 / 12-09-2016 DEPARTMENT OF THE ARMY, NWP 3, WITH SPECIAL CONDITIONS 29 1.00 1 0 / 11-17-2016 FDEP FILE 13 -0325951 -002 -EE 30 1.00 1 0 / 12-13-2016 CMB TREE REMOVAL/RELOCATION PERMIT BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 78 B APPENDIX C Required Forms for Bid Submittal jNote: Attachments below only apply if the adjacent box is checked) El ATTACHMENT C-1: Bid Guaranty Form; Unconditional Letter Of Credit ATTACHMENT C-2: Statement Of Compliance: Prevailing Wage Rate Ordinance LI ATTACHMENT C-3:, Statement Of Compliance: Davis Bacon Wages BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH RFACH 79 MIAMIBEACH O BID GUARANTY 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 Expiring: We hereby authorize you to draw on at (branch address) of Date Bid/Contract Number (Bank, Issuer name) by order of and for the account (contractor, applicant, customer up to an aggregate amount, in United States Funds, of by your drafts at sight, accompanied by: available A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, appflcant, customer) pursuant to the Bid/Contract No. for Drafts must be drawn and negotiated not later than (name of project) (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking shall not in any way be noudU5ed, ann*nded, 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. BID NO: 2017 -114 -ZD C=1 CITYOF MIAMBEACH '� �|�� BEACH 80 We hereby agree with the dravvero, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and lnsurance Certificate by the shall be a release of all obligations. (contnactor, applicant, customer) Th|sLetterofCnaditissubjecttnthe"UnifnnnCuetonnaendPnact\ueforDoounlentaryCnedbo." 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 la -+w should arise, Florida law shall prevail. BID NO: 2017 -114 -ZD Authorized Signature CITYOF MIAMI BEACH 81 C-1 STATEMENT OF COMPLIANCE: PREVAILING WAGE RATE ORDINANCE NO. 94-2960 Contract No. No. Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 STATE OF ) SS COUNTY OF By: By: (Contractor) (Signature) (Print Name and Title) The foregoing instrument was acknowledged before me this day of 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20 (NOTARY SEAL) My commission expires: BID NO: 2017 -114 -ZD (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) CITYOF MIAMI BEACH BEAC H 82 C-2 CI STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 STATE OF ) SS COUNTY OF By: By: Contractor (Signature) (Print Name and Title) The foregoing instrument was acknowledged before me this day of 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of (NOTARY SEAL) My commission expires: (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) C-3 BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH BEACH 83 APPENDIX D Required Forms (Post -Award) ATTACHMENT D-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principle ATTACHMENT D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT D-5: Certificate of Substantial Completion ATTACHMENT D-6: Final Certificate of Payment ATTACHMENT D-7: Form of Final Receipt BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 84 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) TO (City): DATE OF ISSUANCE: BID/CONTRACT NUMBER: Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: 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. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 92 D-5 D-5 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 13F/,,c1-4 93 FINAL CERTIFICATE OF PAYMENT: PROJECT: (name, address) TO (City): DATE OF ISSUANCE: Consultant: BID/CONTRACT NUMBER: Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (date) City of Miami Beach, Florida BID NO: 2017 -114 -ZD (time) By Contract Administrator Date CITYOF MIAMI BEACH 94 D-6 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 Pject. 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 vvo,k, materials and aupp|ies. 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.] ATTEST: (Secretary) (Corporate Seal) incorporated sign below.] WITNESSES: BID NO: 2017 -114 -ZD By: By: Contractor (Name of Corporation) (Signature) (Print Name and Title) Contractor (Name of Firm) (Signature) (Print Name and Title) day of D-7 CITYOF MIAMI BEACH H 95 APPENDIX E Sample Contract BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH rtCr+ 96 MIAMI BEACH SAMPLE CONTRACT: NOTE: This Sample Contract is for informational purposes only. The contents of the contract may change based on the best interests of the City. CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as City, and , hereinafter referred to as Contractor. WITNESSET H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnsh all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling ocUviUen, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation [}ate, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the ful! progress schedule in accordance with technical specifications eeotion, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within ninety (90) calendar days from the issuance of the second Notice to Pnnceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 97 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of one thousand five hundred dollars ($15O0.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thareof, for completion and readiness for final poymoent. Contractor shall pay to City the sum of one thousand five hundred dollars <$1580.00\ for each calendar day after the time specified in Section 2.2 nbove, plus any approved exteno\ono, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for he inability to obtain full beneficial occupancy and/o/ use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such de}ay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above -stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discration, deem just and reasonable, 2.5 Contractor shall be responsibe for reimbursing City, in addition to liquidated damoges, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Congu|tant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all coota, including overhead and profK, associated with completion of all the Work in full conformity with the requirements as stated or ohOvvn, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. BID NO: 2017 -114 -ZD CITYOFMIAMI BEACH REACH 98 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum pricemtotad in the Contract. This price shall be full compensation for aU costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or ohovvn, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. *Note: Some pjects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Paymentforvvork completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project connponenta, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall |no(ude, but same shall be limited to, at Consultant's diacnaUon, with each Application for Paynnant, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to Consultant for approval. City shall make payment to Contractor within thirty (30) days after approval by Consultant of Contractor's Application for Payment and submission of an acceptable updated progress schedule. 4.2 Ten percent /10Y6\ of all monies earned by Contractor shall be retained by City until Final Completion and acceptance by City in accordance with Article 5 hereof, except that after ninety percent (80Y6) of the Work has been completed, the Contract Administrator may reduce the retainage to five percent (5%) of all monies previously earned and all monies earned thereafter. Any reduction in retainage shall be in the sole discretion of the Contract Administrator, shall be recommended by Consultant and Contractor shall have no entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a separate stand alone document. 4.3 City may vvithhn|d, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 99 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and alt documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract AUnninistrato,, payment shall be made in whote or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and aooeptance. Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acuaptob|e, the requisite documents have been submitted and the requirements of the Contract Documents fully oabmf\ed, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its siQnature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the finat corrected as-buitt drawings; and the finat bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially oompleted, full completion thereof is materially delayed through no fault of Contractor , and Consultant so oertd5ea. City shall, upon certificate of Conou|tont, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made onty after the City Manager or his designeenee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Adnn/niatnator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Controntur, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettted at the time of the application for final payment. BID NO: 2017 -114 -ZD ARTICLE 6 CITYOF MIAMI BEACH 100 ,,/ v.:GE/CH MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Acuonding{y, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287133, Florida Gtmtutea, a person or affiliate who is a nontnyctor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public vvork, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017. Florida Statubaa, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. /n providing such services, neither Contractor nor its agents shall act as officmrs, mnnp|oyaea, or agents of the City. This Contract shall not constitute or make the parties a partnership orjoint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefove, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage pnapaid, return receipt rmquested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 101 ` For City: Department mfProcurement Management 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney Citv of Miami Beach 1700 Convention Center Drive Miami Beach. Florida 33139 For Contractor: 6.7 Assianment and Performance Neither this Contract nor any interest herein shall be assigned, trensferned, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations,and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materialitv and Waiver of Breach City and Contractor agree that each raquiranlard, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and. therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance tn the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the firiding by the court becomes final. 6.10 ADplicahIe Law and Venue This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade Cnunb/, Florida. By entering into this Cqmtract. Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and Contractor. 6.12 PhorAoreements This document incorporates and includes all prior negotiations, correspondence, oonvenoaUona, agreemento, and understandings applicable to the matters contained herein and the parties agree that there are no cVnnnnitmento, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Acoording|y, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or ogreennents, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shal! be effective un!ess set forth in writing in accordance with Section 6.11 above. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 103 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: City Clerk BID NO: 2017 -114 -ZD THE CITY OF MIAMI BEACH Mayor CITYOF MIAMI BEACH 104 APPENDIX F Specifications BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 105 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 City of Miami Beach Muss Park Seawall Rehabilitation Table of Contents DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary cfWork 01025 Measurement arid Payment 01031 General ProjecProcedures 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 arid Reports 01340 Shop DnavvinDa, Product Data and Samples 01380 Construction Photography 01400 Quality Control 01410 Testing Laboratory Services 01505 Mobilization, Site -Prep, and Demobffization 01510 Temporary Utilities 01520 Construction Aids 01530 Protection of Existing Facilities 01550 Site Access and Storage 01580 Temporary Controls 01570 Traffic Regulations 01580 Project Identification and Signs 01500 Contractor's Field Office 01600 Material and Equipment 01680 Equpment Testing and Startup 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Guarantees and Bonds City of Miami Beac Muss Park Seawall Rehabilitation SECTION O1010 - SUMMARY OFWORK PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. WORK to be performed under this Contract shall consist of furnishing and installing all too|e, equipment, nnaternls, suppUes, and manufactured articles and furnishing all \ebor, transpodobon, and sanvioas, including fuel, povver, vvator, and essential cnnnrnun\cadiona, and performing all VV[>RK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be cornp|ete, and all VVOF7F{, nnoter\a|o, 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 dncunnanto, it shall be construed to mean ATKINS, Inc., having its principal office at 2001 N.W. 107m Ave. K8ianni, Florida 33172-2507. C. Whenever a reference to number of days is notsd, 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 Seawall at Muss Park. The WORK consists of the site dennu|hUon, new oonstruodun, site improvements and landscaping. Demolition includes the removal of exiting concrete and timber pile supported senw/eU, concrete sidewalk, chain link fence and gateo, and temporary removal of light poles and light fi/tunan, to be reinstalled during construction. The existing manatee grate at existing outfall pipe is to be salvaged and reinstalled during construction process. Demolition will require floating turbidity barrier along waterside of project to prevent sediment and debris from entering Biscayne Waterway during the project, as required by regulatory permits issued for this project. All debris shall be removed from the site and disposed of in accordance with appticable codes and regulations. SUMMARY OF WORK 01010 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 New construction on the project includes the instaUaUon of new steesheet pile seawall with lateral ties and steel sheet pile anchor pone|o, new reinforced concrete wall cap and retaining wa|/s, cast -in-place concrete wall with aluminum pedestrian railing along mangrove protection area, new site fill and grad|ng, new fencing, goLes. new concrete walkways, new landscaping and irrigation upgrades. B. The WORK is Iocated at: 4400 Chase Avenue, Miami Beach, Florida. C. Contract Documents: Miami Beach Public Works Department, Neighborhood 7 Nautilus Orchard Park, Muss Park Seawall replacement, 4400 Chase Avenue May 12, 2014 BS -2014X, Revised July 22, 2016 BS -2014X REVISED SUBMITTAL D. Alternates (Add / Deduct): The Base bid shall not include the alternates below. These alternate prices shall be provided for the Owner's review and selection at the Owner's sole discretion. The City may choose all and/or any combination of the alternates below as part of this prject as described in the General Conditions. Provide all materials, /abor, oquipnnent, oupmn/ieion, mobilization, overhead & profit required to provide but not limited to the foliowing: Alternates: N/A 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 su SUMMARY OF WORK 01010 2 City of Miami Beac Muss ParSeawall Rehabilitation March 1, 2017 3. The Florida Department of Transportation "Roadway and Traffic Design Standards" 4. The Florida Department of Transportation "Structures Standards," dated 1992, 5. Miami -Dade Water and Sewer Department "Design and Construction Standard Specification and Detalis", O. Natona) Electric Code 7. Florida Building Code O. American with Disabilities Act 9. National Fire Protection Agency 10. Chapter 556, Florida 8tatutea, Underground Facility Damage Prevention and Safety Act 1.04 SITE INVESTIGATION A. The CC>NTRACTDR, by virtue of sin\ng the Agreementacknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions ino|uding. 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 Iogs. SUMMARY OF WORK 01010 - 3 City of Miami Beach Muss Park Seawall Rehabilitation 1.05 WORK BYOTHERS March 1, 2017 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 Iittle 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 re|ocation, o|ter\ng, 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 ne|000tion, o\tering, 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 /n the /east possible disruption to the public's use of roadvvoye, drivevvnyo, ud|idea, and any bui|dinO, and/or portions theneof, to remain in operation during construction. Utilities shall include but not be Iimited to water, oovveroge, drainage structures, ditches and oona|a. gas, e|ecthc, 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 and property occupants (private and public) of all planned disruption to roadvvay. Ur(vmvvoys, and utilities 72 hours in advance of disruption. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Projects Office (CIP), and shall be in the form of a certified letter with return receipts. B. If other projects will be connected to portions of WORK constructed as part of this proeui, it may be necessary to sequence portions of this project. CONTRACTOR shall be responsible for coordinating construction activities and SUMMARY OF WORK 01010 4 City of Miami Beac Muss Park Seawall Rehabilitation March 1.2017 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 Oepartnnent, and the Post Office 14 days prior to disruption of roadways. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Projects Office (C|P), and shall be in the form of a certified letter with return receipts. D. The WORK shall be sequenced so as to not interfere with the Muss Park Pavilion construction operations during the WORK period. The Muss Park Pavilion will continue to operate during alt phases of construction, Coordination with the CITY will be necessary throughout the duration of the WORK. In addition to the above, the foliowing restrictions shall be maintained: 1. The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic p|ana, for review and approval by the CITY prior to the commencement of any construction activities. 2. Access for emergency vehicles shall be maintained at all times to all homes or businesses. Excavation must be back-fihled or barricaded at the end of each work day to prevent hazardous conditions. /f 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. Transportation for handicapped or disabled residents shall be made by the CONTRACTOR if construction prevents access to any public / private facilities during the WORK period. 4. The CONTRACTOR shall also make provisions with local bus, school bus, garbage coUooUon, mail de)ixery, and any other services during the WORK period. A traffic maintenance plan indicating proposed street cioa\nge, eohedu|em, and alternate routes which has been approved by the applicable jurisdictional agenuy, should be submitted to all affected agencies for coordination and routing purposes. 5. Materials and equipment shall be stored in a fenced or otherwise SUMMARY OF WORK 01010 5 City of Miami Beach Muss Park Seawll RehabilitatioMarch 1, 2017 enclosed area during non -working hours. Pipe and material shaU not be strung out along installation routes for more than one workday. O. Street and Park lighting shall be maintained in operation at all times during construction. CONTRACTOR shall provide temporary power supply and/or temporary lighting, as necessary, to maintain proper lighting conditions until the new lighting is in operation. 7. CONTRACTOR shall schedule and coordinate alt parking related signage and street markings with the City of Miami Beach Parking Department during all appflcable construction phases of the WORK. 8. CONTRACTOR shall provide off-site parking for its employees and its subcontractor's employees. CONTRACTOR shall provide bussing or other means ot transporting the necessary work force to and from the site. CONTRACTOR shall not use existing parking spaces or proposed temporary parking spaces within the Park for its employees' or its subcontractor's employees' use. 9. A staging area shall be provided to the CONTRACTOR for the staging of necessary equiprnent, material and field operation trailer. CONTRACTOR shall provide additional off-site storage and staging as necessary at no additional cost to the Contract. CONTRACTOR shall maintain alt staging areas until the WORK is compteted. E. Substantial Completion: Project Substantial Connoleton, as defined in the General Cond/Uone, shall be achieved within the contract time established in the agreement. F. Final Completion: Project Final Conloketion, as defined in the General CoDdihona, shall be achieved within the contract time established in the agreement. 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual Traffic Control Plan at the Pre- Construction n*Cono\ruct|un Conference. This preliminary plan shall identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic SUMMARY OF WORK 01010 - 6 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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 nn|n\nnunn. 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 crosang 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 bonicmda, pavement marking and sjgnage, or any pedestrian signalization and/or signal modification to accommodate an alternate safe walk route. C. The CONTRACTOR, at alt 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. D. 8idavva\ke, guttara, droins, fire hydrants and private drives shall, insofar as pnoutico|, 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 bnnee, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. E. Construction materials may not be stored upon the public street unless a written request is submitted to the CITY for approval, if such approval is given, construction materials shall be placed so as to cause as littte obstruction to the SUMMARY OF WORK 01010 - 7 City of Miami Beac Muss Park Seawall Rehabilitation general public as is reasonably possible. March 1, 2017 F. 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. G. Alt existing stop signsahaUbannainta\ned. H. When permission has been granted by the CITY to close an existing roadway, the CONTRACTOR shall furnish and erect signs, baninadea. UQhtu, flags and other protective devicaa, which shall conform to the naquirannanto, 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. The CONTRACTOR shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to trmffic, 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. J. 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 (btack out) shall not be permitted. K. The CONTRACTOR may be required to repositionexisbngtrafficheado|norUar to maintain traffic flows at diverted intersections. If this should be neoessary, 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. SUMMARY OF WORK 01010 8 City of Miami Beac Muss Park Seawall Rehabilitation 1.08 TRAFFIC MPACT PLAN March 1, 2017 A. The CONTRACTOR shall submit a weekly Traffic Impact PIan to the CITY and CONSULTANT to allow for notification of anticipated area closures to public entities located in and doing business in the pject area. The Traffic 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 aaphelt, 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 8:00 am and 0:00 pm, on weekdays and 10:00 a.m. and 4:00 p.m. on 8oturdeyo, excluding national holidays. If the CONTRACTOR wishes to work Ionger hours than those specified hera|n, it shall request so, in writing, by Friday of each week. Work completed other than regular working hours should be easily observable by CITY and/or CONSULTANT 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 wiil be measured with the construction schedule submitted by the CONTRACTOR. If the CONSULTANT and/or CITY determine 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 SUMMARY OF WORK 01010'B City of Miami Beac Muss Park Seawall Rehabilitation required in the Section entitled "Schedules and Reports". March 1, 2017 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.11 COMPUTATION OFCONTRACT TIME A. It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to the CONSULTANT and/or CITY as to the effect additional WORK will have with respect to additiona 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 CONSULTANT and/or CITY if additional elements of the WORK affect the critical path of the project. If WORK set forth in the original scope of the prject 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 ho|idaya, 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. 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR'S use of the project site shall be Iimited 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 CITY. Note that staging areas on the project site are Iimited to the Project site. 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, CONSULTANT, CITY, other interested Agenc/es, representatives of Utility Companies and others affected by the WORK. The time and ptace of this conference wifl be set by the SUMMARY OF WORK 01010 - 10 City of Miami Beac Muss ParSeawall Rehabilitation March 1, 2017 CITY. The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the C!TY 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 poesib|a, all existing utility lines in the project area have been shown on the plans. Hovvaver, neither the CITY and/or CONSULTANT guarantee that all lines are ehovvn, 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 thirty (30) 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. Reiocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid for by the CONTRACTOR. Ali charges by utiiity 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 invoived. C. The CONTRACTOR shafl scheduie 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 andlor utflities 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; SUMMARY OF WORK 01010 - 11 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties 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 shall contact Sunshine State One Call of Florida (1.800.432.4770) for a free locating service for utilities for CONTRACTORS and excavators: Forty-eight (48) hours before excavating, the CONTRACTOR should call the Sunshine State One Call of Florida Inc. and a locator will be dispatched to the WORK location. CONTRACTOR shall coordinate with other utility companies not included in the Sunshine State One Call of Florida, Inc. location service for utility locates, 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 SUMMARY OF WORK 01010 - 12 City of Miami Beac Muss Park Seawall Rehabilitation to the CITY. 1.17 EQUIPMENT March 1, 2017 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 funniah, at its expense, properly zoned areas suitable for field off\oe, 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 shall become the property of the CONTRACT[)R, who shall dispose of it in a rnanner, complying with all applicable jurisdictional requirements. 1.20 EXCESS MATERIAL A. All veQetoton, debha, concrete or other unsuitabe materials shall be d 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 tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in SUMMARY OF WORK 01010 - 13 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 the business of pneconetruction color audio video tape documentation. The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio -video taping Le., manufacturer's narne, model nunnbar, 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 taping 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 tape 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 tapes covering the construction area by the CONSULTANT. The CONSULTANT shall have the authority to reject all or any portion of the video tape 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 aneoo, if any, to be omitted from or added to the audio - video coverage. B. Audio -Video Tapes: 1. Audio -Video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shati be one half inch, high ener0y, extended still frame capable video cassettes and Audio Video DVDs. They shall be interchangeable with the color video cassette player and shall be compatible for playback with a standard player -receiver, VHS format. DVDs shall be standard DVD interchangeable with the color DVD player or computer DVD player. 2. CONTRACTOR shall provide the QTY two complete sets of tapes and DVDs for each of the project areas. C. Equipment: 1. AH equipnnen1, nnoesaories, materials and labor to perform this service shafl be furnished by the CONTRACTOR. SUMMARY OF WORK 01010 14 City of Miami Beac Muss Park Seawall Rehabiiitation March 1, 2017 2. The total audio -video system shall reproduce bright, eharp, clear pictures with accurate colors and shall be free from distortion, \emring, 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 leris 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 e horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot-candles. D. Reoonded|nfomnetion-Audio: 1. Each tape shall begin with the current date, project name and municipality and be followed by the general <000don, i.e., name of sbeot, house addreso, 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. Reuorded|nfonnobon-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 inu|uda, but not be limited to, project name, contract number, name of atnaet, house oddneas, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. SUMMARY OF WORK 01010 - 15 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 2. All taping shall be done during times of good visibility. No taping shall be done during pnscipiteUon, 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. The rate of speed of the vehicle used during taping shall not exceed 10 miles per hour. Panning, zoom -in and zoom -out rates shail be sufficientiy controlled to maintain a clear view of the object. 4. Tape coverage shail inciude all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall ino|ude, but not be limited to, existing drivevvayn, s/davva|he, curbs, povennents. ditches, mailboxes, |ondenaping, cu|verta, fenoao, signs and headwaIis 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 Iump sum bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVE8, NYETERG, CATCH BAG/NG, 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, vaives, and structures encountered during constructiun, to meet all final gnsdeo, 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 SUMMARY OF WORK 01010 - 16 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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 p|mny, and the addidnn, de|et\on, or relocation of any pipe shown in the plans to facilitate onnotruotiun, expedite completion and avoid conflicts with existing utilities. 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. 4. ln no case shall there be less than 0.3 feet between any two (2) pipe tines 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, physica|, 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 no}ae, solid waste management and management of radiant energy and radioactive materia|s, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the pject 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. The CONTRACTOR shall implement a Stormwater Pollution Prevention Plan meeting the Florida Department of Environmental Protection applicable SUMMARY OF WORK 01010 - 17 City of Miami Beac Muss Park Seawafl Rehabilitation March 1, 2017 requirements. The CONTRACTOR shall obtain and prepare all documents necessary to obtain a Florida Department of Environmental Protection National Pollution Discharge Elimination System Permit for Construction Activities. All cost associated with this activity shall be deem incidental to that Project's bid price. D. 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 ')lo -built' quantities for payment. In the event of disputes as to quantity, the CITY 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 the CITY as complete without the following: 1. Certif:cate of payment to subcontractors / Release of Lien 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 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 ali damages/claims resulting from its SUMMARY OF WORK 01010 - 18 City of Miami Beach Muss ParSeawall Rehabilitation March 1, 2017 compaction activities on the surrounding neighborhood and its residents. 1.28 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the CITY informed of any damage claims made against the CONTRACTOR during the construction period. All claims for automobile damage, property damage and/or bodily ijury will be reported to the CITY 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 updatan, each quader, until final disposition of claims. CONTRACTOR will advise the CITY 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 previously obtained by the CITY. Copies shall be provided to the CONTRACTOR. B. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. C. The CONTRACTOR shall furnish to the CITY and CONSULTANT copies of alt 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 trnnaportebon, disposal, handling and storage of nnateha)s, availability of labor, vvobar, electric power, roads and uncertainties of vveather, river sbsQeo, tidam, water tab/es or similar physical conditions at the site, the conformation and conditions of the gnound, 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 be encountered insofar as this information is reasonably ascertainable from SUMMARY OFWORK 01010'19 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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) - END OF SECTION - SUMMARY OF WORK 01010 - 20 City of Miami Beac Muss Park Seawafl Rehabilitation SECTION 01025 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. Payment for various items of the Bid @chedu|e, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all too|o, aquiprnent, eupp|iee, and manufactured art|c|ee, 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 Docunnento, including all appurtenances theeto, 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.G. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid 8ohedu(e, 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 Schedule of Values shall constitute full compensation for all professional and construction services by the CONTRACTOR as noted in the Specifications, Construction OOcurnonto, and any other appticable components. C. No separate payment for pavement restoration will be made unless specifically shown on the plans or directed by the CITY 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 Seciion, it shall include the cost for that Work in some other applicable bid itenn, so that its proposal for the project does reflect its total MEASUREMENT AND PAYMENT 01025 - 1 City of Miami Beach Muss Park Seawall Rehabilitation 1.02 MOBILIZATION A. See the Section entitled, "Mobilization". March 1.2017 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. 1.03 MAINTENANCE OF TRAFFIC A. SeeUleSaotoDmentitad"Tr8fficRegu\adOn"andthe8eCbOnendUed"Sunln1ary of Work". B. Payment Payment for maintenance of traffic will be made at the Iump sum pricenamed\n the Bid Schedule. Payment for maintenance of traffic will be made in equal monthly amounts during the duration of the contract time. 1.04 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 vvork, 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. 1.05 PERM!T 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 CITY will be paid as part of this bid item. Amounts remaining unused in this allowance shall be credited back to MEASUREMENT AND PAYMENT 01025 - 2 City of Miami Beac Muss Park Seawall Rehabditation QTY at project completion. March 1, 2017 B. Because payment for permit fees will be paid as part of this bid itenn, payment for permit fees will not be paid as part of mobilization as stipulated in the Section entitled "Mobilization". 1.06 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 Vaiues 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 va!ue of the Contract as awarded by the CITY. C. If the CONTRACTOR anticipates the need for payment for materials stored on the project site oroff-oita in bonded vvanmhouse, it shall also submit a separate list covering the cost of nnater\a\s, 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 CITY shall make the final determination; no additional compensation will be made for surveying services. This work shall be supervised by a Florida Licensed Registered Professiona! Land Surveyor. MEASUREMENT AND PAYMENT 01025 - 3 City of Miami Beach Muss Park Seawall Rehabilitation PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - March 1, 2017 MEASUREMENT AND PAYMENT 01025 - 4 City of Miami Beac Muss Park Seawall RehabUitation March 1, 2017 SECTION 01031 - GENERAL PROJECT PROCEDURES 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. lncluded in such items are: 1. Repair or removal of hazardous or unsanitary conditions. 2. Removat of abandoned items and items sei 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 satvage, such as abandoned furnishings and equipment, and debris such as rotted vvond, rusted metals and deteriorated oonorete, 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 uti|ities, to the extent they interfere with new installations. 7. Site storage for all existing benchen, signals, light poles, fire hydrants, covers and grates to be relocated. C. The CONTRACTOR shall ootoh, repair and refinish existing items to remain, to the specified condition for each nnateha|, with a workmanlike transition to GENERAL PROJECT PROCEDURES 01031 - 1 City of Miami Beac Muss ParSeawall Rehabilitation 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of these Specifications, B. General Conditions. 1.03 ALTERATIONS, CUTTING AND PROTECTION March 1.2U17 A. The CONTRACTOR shall assign the work of moving, rannovo/, omtting, patching and protection to trades qualified to perform the work in a manner to cause least damage to each type of xvork, and provide means of returning surfaces to appearance of new work. B. The CONTRACTOR shall perform cutting and removal work to remove the minimum necemeory, and in a manner as required, to avoid damage to adjacent work, including the cutting of finish surfaces such as paving, nneoonry. tile, plaster or metais, 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 condiUon, 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 foliowing general requirements so that the work may be completed: Provide the same products or types of construction as that in existing ntnuctune, as needed to patch, extend or match existing work. Generally GENERAL PROJECT PROCEDURES 01031 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 workmanship present in existing construction. Henoe. the CONTRACTOR shaH 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, (ifted, diocn|ored, or shows other imperfections, with matching material. Provide adequate support of substrate priorU}potch\nQdlefinish. 2. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. When existing surface finish cannot be matched, refinish entire surface to nearest intersections. 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 suffaces are cut in such a way that a smooth transition with new GENERAL PROJECT PROCEDURES 01031 - 3 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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 CLEAN/NG 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. PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Arollcable) - END OF SECTION - GENERAL PROJECT PROCEDURES 01031 - 4 City of Miami Beach Muss Park SeawaU Rehabilitation SECTION O1O45-CUTTING AND PATCHING March 1, 2017 PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall be responsible for all cutdng, 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. � 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 SPECIFED ELSEWHERE A. All applicable sections of the Sons. B. General Conditions. 1.03 SUBMITTALS A. Submit a written request to CONSULTANT and 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. Integrity of effectiveness of weather -exposed or moisture -resistant elements or systems. 4. Efficiency, operational |if8, maintenance or safety of operational elements. CUTTING AND PATCHING 01045 - 1 City of Miami Beach Muss Park Seawall Rehabditation 5. Visual qualities of sight -exposed elements. March 1, 2017 B. Request shall include: 1 Identification of the pjoc. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of CITY or any separate Contnactor, or on structural or weatherproof integrity of pject. 5. Description of proposed work: a. Scope of cutting, p8tchiDg, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. O. 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 inetaUadon. CONTRACTOR shall submit request for substitution as specified in the General Conditions, D. Submit written notice to CONSULTANT and 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. CUTTING AND PATCHING 01045 - 2 City of Miami Beac Muss Park Seawalt Rehabilitation PART 3- EXECUTJON 3.01 INSPECTION March 1, 2017 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 instaflation of products, or performance of work. C. Report unsatisfactory or questionable conditions affecting installation of productu, 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. C. Provide protectionfromelements for that portion of the project which may be exposed by cutting and patching vvorh, and maintain excavations free from water. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which wHt 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 setement or damage to other work. C. Employ oriinal 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 compty with specified product, functions, tolerances and finishes, CUTTING AND PATCHING 01045 - 3 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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 pipeo, ak»eves, ducta, conduit and other penetrationsUlnough 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 mecbon, it shall be included in the unit price bid of any item requiring cutting and patching, including pavement restoration. - END OF SECTION - CUTTING AND PATCHING 01045 - 4 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01050 FIELD ENGINEERING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and pay for field engineering and Survey services required for the pject except as otherwise noted. B. AlI elevators shall reference NAVD Datum, unless 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 vvonk, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written authorization from the CONSULTANT. 2. Report to CONSULTANT and CITY when any reference point is lost or deotroyed, or requires relocation because of necessary changes in grades or Iocations. 3. The CONTRACTOFTasurveyor shall replace project control points which may be lost or destroyed, based on the original survey control. FIELD ENGINEERING 01050 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 1.05 PROJECT SURVEY REQUIREMENTS A. CONTRACTOR's surveyor shall establish a minimum of two permanent bench marks 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 fiH 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 nonnpleta, accurate log of all control and survey work as it progresses. B. On completion of construction work, prepare a certified survey showing all dimensions, locations and elevations ofproject. 1.07 SUBMITTALS A. Submit name and address of Professional Land Surveyor and Professional engineer to CONSULTANT and/or CITY. B. On request of CONSULTANT and/or CITY 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 FIELD ENGINEERING 01050 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01OOU-REGULATORY REQUIREMENTS &PERMITS 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 noted in Section entitled "Summary of Work". B. CONTRACTOR shall comply with these codes, laws, regulations, ,u)eo. directives of all agancien, boanjs, diathuts, 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 pject. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. API 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 aaoton, it shall be included in the lump sum bid price, except as noted in Article 1.03 A above. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - REGULATORY REQUIREMENTS & PERMITS 01060 - 1 City of Miami Beach Muss Park Seawall Rehabilitation SECTION 01070 - ABBREVIATIONS PART 1 GENERAL 1.01 THE REQUIREMENTS March 1, 2017 A. Wherever in these Specifications references are made to the otandands, spaoU5caUons, or other published data of the various international, national, regional, or local Vrganizodona, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these 8pnoifioat\one, 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 A}GC 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 ABBREVIATIONS 01070 - 1 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 APWA American Pubiic Works Association ASA American Standards Association A8/\E American Society of Agricultural Engineers ASCE American Society of CiviI 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 /VN'P/\ American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society /VVAy/A American Water Works Association BBC Basic Building Code, Building Officials and Code Administrators International BHMA Builders Hardware Manufacturer's Association CBM Certified Ballast Manufacturers CEMA ConveyoreEquipnnentW1anufauture/eAanouiadon 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 Environmenta) Protection Agency FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation FM Factory Mutua System FPL Florida Power & Light FS Federal Specifications ABBREVIATIONS 01070 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1.2017 HI Hydronics Institute HRS Department ofHealth and Rehabilitative Services |APK8[) International Association of Plumbing and Mechanical Officials |{}B0 International Conference of BuUding Officials IEEE Institute of Electrical and Electronics Engineers IES Uluminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroeum (London) IPC Institute ofPrinted Circuits IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America |8{} 1 nternational 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 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 lnspection Service RVIA Recreational Vehicle Industry Association ABBREVIATIONS 01070 - 3 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 RWMA Resistance Welder Manufacturers Association SAE Society of Automotive Engineers SAMA ScientLfic Apparatus Makers Association SB Southern Bell SFBC South Florida Building Code, Miami -Dade Edition SFVVMD South F)orida 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 SimpIified Practice Recommendation SSA Swedish Standards Association SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction TAPPI Technical Association ofthe PuIp and Paper Industry TFI The Fertilizer Institute UBC Uniform Building Code UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau VVORS/ Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WRI Wire Reinforcement Institute, Inc. \&»&/PA Western Wood Products Association PART 2 - PRODUCTS (Not Applicable) PART 3'EXECUTION (Not Applicable) - END OF SECTION - ABBREVIATIONS 01070 - 4 City of Miami Beach Muss Park Seawall Rehabilitation SECTION 01090 - REFERENCE STANDARDS PART 1 GENERAL 1.01 THE REQUIREMENT March 1, 2017 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, cVdea, stondandS, or other requirements, it shall be understood that wherever no date is specified, only the latest apeoUicmUono, 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 /avva, 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 instanoes, 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 "enpert" for the indicated construction processes or operations. Naverthe|aao, 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 foliowing documents. REFERENCE STANDARDS 01090 - 1 City of Miami Beac Muss Park SeawaU Rehabilitation March 1, 2017 B. References herein to "Building Code" shall mean "South Florida Building Code". Reference to "Uniform Building Code" shall mean Uniform Building Code of the International Conference of Building Officials UCBO\. 8inlUar/y, 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 (ICBO). "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 jurindioUun, shall apply to the WORK herein, including all addendo, nnodif)oaUnna, annendnnento, or other Iawful changes thereto. C. In case of conflict between uodao, reference etandondo, drawings and the other Contract Documents, the most stringent requirements shaU govern. All conflicts shall be brought to the attention of the CONSULTANT for clarification and directions prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid to the most stringent requirements. O. 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 PublicWorks Construction, 1991 Edition. F. References herein to "OSHA Reguiations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Reguations (OSHA), including aM 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. REFERENCE STANDARDS 01090 - 2 City of Miami Beach Muss Park Seawall Rehabilitation PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - March 1, 2017 REFERENCE STANDARDS 01090 - 3 City of Miami Beac Muss Park Seawall Rehabilitation SECTON 01152 - APPLICATIONS FOR PAYMENT March 1, 2017 PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shaU submit App)ication for Payment to the CONSULTANT in accordance with the schedule estabiished by the Genera Conditions. 1.02 RELATED WORK SPECIFED 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 6702 and 6703, and the noted cover sheet. 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required infonnaUon, 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. 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 xvork, 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. APPLICATIONS FOR PAYMENT 01152 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 3. List each Change Order executed prior to date of submission, at the end ofthe continuation sheets. 1.05 SUBSTANTIATNG DATA FOR PROGRESS PAYMENTS A. When the CONSULTANT requires substantiating data, CONTRACTOR shall submit suitable infVrnnetion, with a cover Ietter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products (if applicable): a. Item number and idenfification 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 Ietter for each copy of application. 1.06 PREPARATION OF APPLICATJON FOR FINAL PAYMENT A. Fill in Appcation 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 CONSULTANT at the times stipulated in the General Conditions. B. Number: Five copies of each Application. C. When CONSULTANT finds Application properly completed and oorrect, it will be transmitted to CiTY for payment to the CONTRACTOR. APPLICATIONS FOR PAYMENT 01152 - 2 City of Miami Beac Muss Park Seawafl Rehabilitation PART 2 PRODUCTS (Not AoIicabIe) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - March 1, 2017 APPLICATIONS FOR PAYMENT 01152 - 3 City of Miami Beac Muss Park Seawall Rehabilitation SECTION 01200 PROJECT MEETINGS PART 1 - GENERAL 1.01 THE REQUIREMENTS March 1, 2017 A. The CONSULTANT shall schedule and adnniniste, praoonotnucdon, weekly progress and specialty meetings throughout the progress of the WORK. As a part of its duties, the CONSULTANT shalt: 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 proceedingsand 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 nneeUng, as deemed necessary. 8. Representative of C{}NTRACT[)R, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONSULTANT shaU attend aiI meetings. 1.02 RELATED WORK SPEC)FIED ELSEWHERE A. Al) applicable sections of the Specifications. B. General Conditions. 1.03 PRE -CONSTRUCTION MEETING A. Schedule at CONSULTANT'S direction. PROJECT MEETINGS 01200 - 1 City of Miami Beach Muss Park Seawall RehabUitation March 1.2817 B. Location: A central site, convenient for all parties, designated by CITY. C. Attendance: The CONTRACTOR and its superintendent, major subcontractors and suppliers. 2. CONSULTANT and its professionalnonoultmnta. � Representatives of the CLTY. 4. Others as requested by CONTRACTOR, C!TY, and/or CONSULTANT. D. Suggested Agenda: 1. Distrbution and discussion of: a. List of mjor 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 PubIic Relations (by CITY) 2. Criticat work sequencing (by CONTRACTOR). 3. Procurement of mjor 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 CONSULTANT & CITY): a. Field decisions. b. Proposal requests. PROJECT MEETINGS 01200 - 2 City of Miami Beach Muss Park Seawafl Rehabilitation c. Submittals. March 1, 2017 d. Change Orders. G. Applications for Payment 6. Adequacy of distribution of Contract Documents (by CONSULTANT) 7. Procedures for maintaining Record Documents (by CONSULTANT) O Use of premises (by CONSULTANT): a. Office, work and storage areas. b. C|T\~s requirements. S. Construction faoi|UOes, controls and construction aids (by CONTRACTOR). 10. Temporary utilities (by CONTRACTOR). 11. Safety procedures (by CONTRACTOR). 12. Security procedures (by CONTRACTOR). 13. Housekeeping procedures (by CONTRACTOR). 1.04 PROGRESS MEETINGS A. Attend regular weekly meetings on a day established by the CON8ULTANT, as required. B. HoId called meetings as required by progress of the WORK. C. Location of the meetings: At iocation determined by CITY. D. Attendance 1. CONSULTANT and its professional consultants as needed. 2. CONTRACTOR and its subcontractors and supp!iers, as required. PROJECT MEETINGS 01200'3 City of Miami Beac Muss Park Seawall Rehabilitation 3. Governmental representatives as appropriate. March 1, 2017 4. Others, as requested by CONTRACTOR, CJTY, and/or CONSULTANT. E. Suggested Agenda: 1 Review, approval of minutes of previousmeeting(4LLPART>ES). 2. Review of work progress since previous meeting and two week look ahead schedule (by CONTRACTOR). 8 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). O. Review of off-site fabrication, delivery schedules (by CONTRACTOR). 7. Community Public Relations (ALL FARTIES) O. Review submittal schedules; expedite as required (by CONSULTANT). 9. Pending changes and substitutions (by CONSULTANT). 10. Permit Status (ALL PARTIES). 11. Testing Status (by CONTRACTOR). 12. Payments to CONTRACTOR (by CITY). 13. Other business. PART 2'PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - PROJECT MEETINGS 01200 - 4 City of Miami Beac Muss Park Seawall Rehabilitation SECTION 01311 - SCHEDULES AND REPORTS PART 1 - GENERAL 1.01 THE REQUIREMENT Marbh 1, 2017 A. The CONTRACTOR shall plan, ochodu|e, mxacute, report and accomplish the work under this contract using the Critical Path Method (hereinafter referred to as CPKA), in calendar days, unless otherwise specifically provided in the Contract Documents. Alt schedules shall be prepared using Primavera Prject Planner version 3.0 Software. B. The primary objectives of the {}PM scheduling requirements are: (1) to insure adequate planning and execution of the WORK by CONTRACTOR; (2) to assist CITY and CONSULTANT in evaluating progress of the WORK; (3) to provide for optimum coordination by CONTRACTOR of it's tradao, subcontractors and 8upp/iero, 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; (5) to provide a mechanism or tool for use by the CITY, CONSULTANT 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; and (6) to define specific stages or portions of the WORK. C. The CONTRACTOR is responsible for determining the sequence of activities, the time estimates of the detailed construction activities and the O0e8nS, nnethodo, 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 mmonitored, 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 SCHEDULES AND REPORTS 01311 - 1 City of Miami Beac Muss Park Seawafl Rehabilitation March 1, 2017 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 Schedute to the CONSULTANT or makes any proposed updates or revisions to such SOhedu\e, it will be assumed by CITY and CONSULTANT 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 CONSULTANT 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. F. When there are separate CONTRACTORs working concurrently on the Pjeot whose WORK must interface or be coordinated with the WORK of CONTRACT[)R. CONTRACTOR shall coordinate its activities with the activities of the separate CONTRACTORs and ohaU, prior to the submission of its Construction Schedule to the CONSULTANT, 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 on, or if a conflict occurs that cannot be resolved by mutual agreement between CONTRACTOR and any separate CONTRACTOR, the CONSULTANT 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 acknowtedges 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 CONSULTANT do not guarantee that: (1) CONTRACTOR can start WORK activities on the "early start" or "|81e start" dates or complete WORK activities on the "early finish" or "|8t8 finish" dates shown in the schedu|e, or as same may be updated or revised; (2) CONTRACTOR can proceed 8t8|\ times in the sequence established by the SCHEDULES AND REPORTS 01311 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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 CONSULTANT. Any ohengee, modifications or adjustments made by CONTRACTOR to the Construction Schedule shall be in fuU 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 CONSULTANT 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, CONSULTANT 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. To maintain the orderly progress of the WORK performed on the Project, the CONSULTANT shall have the right to detennine, in its sole disnredon. 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. Providad, however, that this right shall not be exercised by the CONSULTANT unless: (1) the determination is necemoary, in the opinion of the C{)N8ULTANT, because of Project conditions; and (2) CONTRACTOR and any separate contractors cannot otherwise agree upon such priority of schedule construed as relieving the 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 SCHEDULES AND REPORTS 01311 - 3 City of Miami Beac Muss Park Seawall RehabHitation March 1, 2017 by a particular date, or within a certain dunadon. CITY 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 or CONSULTANT of the Construction Schedule or any other schedule or plan of construction of CONTRACTOR, does not constitute an agreement by CITY 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; prov\ded, 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 p\onning, scheduling and coordinating the WORK in order to complete in accordance with those requirements. Acceptance by the CITY of the CONTRACTOR's Construction Scheduie, or any revisions or updates Ulareto, 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 Schmdu|a, 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 or CONSULTANT an insurer of the rm|iabi|ity, accuracy or feasibility of the Construction Schedule nor liable for time or cost overruns flowing from such omissions or errors. /t is understood and agreed that CONTRACTOR cannot rely upon any informal or constructive acquiescence or acceptance of the Construction Schedule by CITY SCHEDULES AND REPORTS 01311 - 4 City of Miami Beach Muss Park Seawall Rehabilitation or CONSULTANT. March 1, 2017 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 CONSULTANT and CITY. CITY shall have the sole discretion to agree to or reject such early completion plan by CONTRACTOR. CITY 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. N. Unless otherwise specifically provided in the Contract Documents, CONTRACTOR acknowledges that CITY 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 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, CONTRACTOR shall bear the cost of, and pay the CITY, for additional staff and supervisory personnel, including but not limited to the services of 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 CONSULTANT and CITY, 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 CONSULTANT and/or CITY, 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 SCHEDULES AND REPORTS 01311 - 5 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 Schedule. CONTRACTOR shall arrange for its project manager and 8uperintondent, major Subcontractors and Gupp|iers, and any scheduling engineers that it may employ to attend the orientation session. Among other things, the CONSULTANT 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; long -lead items and time requirements for WORK by Subcontractors will be identified. It is understood and agreed that the CONSULTANT has no authority to waive any requirements of the Contract Documents at this orientation nneeUng, 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 Generat Conditions. 1.03 DRAFT OF CONSTRUCTION SCHEDULE A. Within fifteen (15) dayof the orientation session, (evn though CONTRACTOR may not have completed subcontractor negotiations and executed subcontracts) the CONTRACTOR, in consultation with the CONSULTANT and CITY, shall complete a draft of its time -scaled network graphic. 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 CONSULTANT and/or CITY, in its sole discretion, accepts a Ionger duration for certain activities. 2. The Construction Schedule shall represent the C[)NTRACT[)R's best judgment 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 aPI 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 SCHEDULES AND REPORTS 01311 - 6 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 resources to accomplish the activities within the durations set forth in the Construction Schedule. B. CONSULTANT and/or CITY 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 CONSULTANT and/or CITY reasonably determine 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 CONTRACTOR's; (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 CONSULTANT 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; SCHEDULES AND REPORTS 01311 -7 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 4. Different categories of work as distinguished by craft or crew requirements; 5. Different categories of work as distinguished by equipment requirements; 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. SCHEDULES AND REPORTS 01311 - 8 City of Miami Beach Muss Park Seawall Rehabilitation E. All activity durations shall be given in calendar days. 1.05 SCHEDULE OF VALUES March 1, 2017 A. Within ten (10) days after acceptance of the Construction Schedule by The CITY and CONSULTANT, 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 CONSULTANT and the CITY. 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 judgment 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 SCHEDULES AND REPORTS 01311 - 9 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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 CONTRACTOR's.' 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 CONSULTANT and CITY 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 judgment 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 acdvitieo, completed during the reporting pehod, the actual start and finish dates for these activ|daa, 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. O. 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 inmpoot, explanations of corrective actions taken or planned, any newly planned activities or changes in sequenoe, and proposed logic for a Recovery Suhedu|e, if required, as further described herein. The report shall also include: 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; The total number of men by craft actually engaged in the WORK during SCHEDULES AND REPORTS 01311 - 10 City of Miami Beac Muss Park Seawall Rehabilitation supervioory, and field personnel; March 1, 2017 4. A manpower and equipment forecast for the succeeding thirty C30\ 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�nieh dates; c. Percentageofeaoh activity competed as of each report; U. Remaining floatldays 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 informatiori for each ouUvitv, 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; SCHEDULES AND REPORTS 01311 - 11 City of Miami Beac Muss Park Seawall Rehabilitation e. Value of WORK in place to date; Value of uncompleted WORK. March 1, 2017 As part of the updating process, The CONTRACTOR computer will ma/cu|eha, based upon progress data, agreed to by the CONSULTANT and CITY, 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 bathe amount payable to the C{}NTRACTOR, 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 CONSULTANT and CITY 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 8ohedu\e, 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, willbe required for each Application for Payment. Hovvever, one initial provisional progress payment may be payable in the sole discretion of the CITY 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. Hovvewer, no more than one Application for Payment will be approved until all of the requirements of these Schedules and Reports provisions have been met. SCHEDULES AND REPORTS 01311 - 12 City of Miami Beac Muss Park Seawafl Rehabilitation 1.09 RECOVERY SCHEDULE March 1, 2017 A. Should the updated Construction Schedule show at any time during CONTRACTOR's perfonmance, in the sole opinion of the CDNSULTANT, 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. Hovvever, 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 CONSULTANT a one-month maximum duration Recovery 8oheUu\e, incorporating best available information from subcontractors and others which will permit return to Construction Schedule at the ear}/est 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 CONTRACTOR's on the Project. 2. Within two (2) days after submission of Recovery Schedule to the CONSULTANT, the CONTRACTOR shall participate in a conference with the CONSULTANT and CITY 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 CONSULTANT's and CITY's review and acceptance. The CONTRACTOR shall use the approved Recovery Schedule as its plan for returning to the Construction Schedule. SCHEDULES AND REPORTS 01311 - 13 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 3. CONTRACTOR shall confer continuously with the CONSULTANT to assess the effectiveness of the Recovery Schedule. As a result of this conference, the CONSULTANT may require the CONTRACTOR to pertain the following: a. f the CONSULTANT determines the CONTRACTOR is stiM behind schedule the CONSULTANT 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; prov\ded, however, that nothing herein shall limit in any way the rights and remedies of the CITY as provided elsewhere in the Contract Documents. b. If the CONSULTANT determines the CONTRACTOR has successfully complied with provisions of the Recovery Schedule, the CONSULTANT and/or CITY 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 CITY. B. CONTRACTOR shall submit requests for revisions to the Construction Schedule to the CONSULTANT and CITY, together with written rationale for revisions and description of iogic for rescheduling WORK and maintaining the Specific Dates listed in the Contract Documents. Proposed revisions acceptable to the CONSULTANT and CITY will be incorporated into the next update of Construction Schedule. C. If there are separate CONTRACTOR's on the Project, prior to the submission by the CONTRACTOR of its proposed schedule revoions, it shall meet with and gain written approval of the separate CONTRACTOR's to make the revisions which shall be evidenced by the signatures of said separate CONTRACTOR's SCHEDULES AND REPORTS O1311'14 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 on the proposed schedute revisions. If accepted by the CITY the revisions shall be binding upon CONTRACTOR and all separate CONTRACTOR's on the Project. D. In submitting any proposed schedule revisions to the CITY, CONTRACTOR shall submit therewith the foliowing 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 VVORK, 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 rev|sion, 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 CONTRACTOR'e, 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 CONTRACT(}R'o, as evidenced by their signature thereon; and CONTRACTOR further certifies it has fully complied with a// of the requirements of the Contract Documents relating to coordination of said Schedule with separate CONTRACT{}R'a." 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 aoUviUem, 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 in conjunction with their review activities or to resolve for any modification of the Specific Dates or SCHEDULES AND REPORTS 01311 - 15 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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 shafl include a minimum of ten percent (1O%) 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 orgonization, or hire a subcontractor vvith, 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 8chedu|e, monitor prngnsms, provide input for updating and revising logic diagrams when necessary and otherwise assist the CONTRACTOR in fulfilling its obligations hereunder. 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 AnIicable) - END OF SECTION - SCHEDULES AND REPORTS 01311 - 16 City of Miami Beac Muss Park Seawall Rehabilitation March 1.2O17 SECTION 01340 - SHOP DRAWJNGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All auUnnitta|a, whether their final destination is to the OWNER, CON8ULTANT, 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: Coes to CONSULTANT Type ofSubmittal 6 Progress Schedule 6 Schedule of Payment !tems 6 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 CDNGULTANT, clearly identifying the pjeotCONTRACTOR.theeno|omedmateria|andotherpenbnert information specified in other parts of this section. Identify variations from Contract Documents and Product or system limitations which may be detrimentai 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. AII appflcable sections of the Specifications. SHOP DRAWINGS, PRODUCT DATAAND SAMPLES 01340 - 1 City of Miami Beach Muss Park Seawall RehabUitation March 1, 2017 B. General Conditions. C. Designate n the construction schedule, or in a separate coordinated auheduky. the dates for submission and the dates that reviewed Shop Oravvnga, Product Data and Samples will be needed. 1.04 PRODUCT DATA A. The CONTRACTOR shall prepare submittais as follows: 1. CIeary mark each copy to identify pertinent products or modets. 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 applicab}e 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 reated 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 SHOP DRAWINGS, PRODUCT DATAAND SAMPLES 01340 - 2 City of Miami Beach Muss Park Seawall RehabIitation March 1.2017 acknowledged by the CONTRACTOR as noted in Article 1.07 H. B. Determine and verfy: 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 CONSULTANT in vvriting, 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. 1.07 SUBMISSION REQUIREMENTS A. CONTRACTOR shall furnish to the CONSULTANT for mview, six copies of each submittal. The term 'Shop Drawing' as used herein shafl be understood to include detail design co|cu/aUons, shop drmwingo, fabrication and installation dravingo, erection drawings, lists, grapha, catalog oheete, data sheets, and similar items. B. Norme\k/, 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 appropriote, prior to transmittal to the PROGRAM MANGER. C. Except as may otherwise be indicated herein, the CONSULTANT will return prints of each submittal to the CONTRACTOR with its comments noted thereon, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 3 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 within twenty one (21) calendar days following their receipt by the CONSULTANT. It is considered reasonable that the CONTRACTOR shall make a complete and acceptable submittal to the CONSULTANT 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 subnnitta|, including all renubnn{tta|s, will be 21 days per submittal. In other vvordo, for a submittal that required two resubmittals before it is oom9(e&o, the maximum review period for that submittal could be 63 calendar days. O. 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 submitta are returned to the CONTRACTOR marked FURNSH 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 CONSULTANT. 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 CONTRACTOFl, prior to submission to the CONSULTANT. 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 cortsideration for review by the Design ENGINEER of SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340'4 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 any CONTRACTOR submittals will be made for any items which have not been so certified by the CONTRACTOR. AH non -certified submittals will be returned to the CONTRACTOR without action taken by the CON8ULTANT, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. I. The Design EN(S|NEER'e 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 responsibte 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 foliows: 1. Shop di o 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. Shop drawings marked or "REVISE AND RESUBMIT" 2 copies returned to CONTRACTOR 2 copies transmitted to the CITY 2 copies remain with the CONSULTANT L. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and Project number. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 5 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number and/or drawing. O. FieId dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the workor materials. 8. Applicable standards, such as ASTM or Federal Specification numbers, S. Identification of deviations from Contract Documents, 10. Identification of revisions on reaubnnitta)a. 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 aubnnitte|, verification of produota, field measurements and field construction cribaria, 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. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 6 City of Miami Beach Muss Park Seawafl Rehabilitation March 1, 2017 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 CC}N8ULTANT'o stamp of approval to: 1Job site file, 2. Record Documents file. � Other affected contractors, 4. Subcontractors 5. Supplier or Fabricator. B. Distribute samples which carry the CONSULTANT's stamp of approval. 1.10 CONSULTANT DUTIES A. Receive submittals from CONTRACTOR. 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 CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 7 City of Miami Beach Muss ParSeawall Rehabilitation SECTION 0138O -CONSTRUCTION PHOTOGRAPHY PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. The CONTRACTOR shall employ a competent photographer to take construction record photographs pehodicaUy, monthly mta minimum, during the course of the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Summary OfWork. B. Project Record Documents. 1.03 PHOTOGRAPHY REQUIRED A. Provide photographs taken on cutoff date for each scheduled Application for Payment. CONTRACTOR shall provide aerial photographs of the WORK with each Application for payment. The quality of provided aerials shall be in color with resolution no Iess than 300 pixes per square inch. B. Provide photographs taken at each mjor 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 photographermaintainnegativo for a perioof 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. CONSTRUCTION PHOTOGRAPHY 01380 - 1 City of Miami Beac Muss Park Seawall Rehabilitation 1.04 COSTS OF PHOTOGRAPL-IY March 1, 2017 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. 3 Size: 8-inChx10-innh. B. Identify each print on back, listing: 1. Name of Prjeot. 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. C. Any and all still phutognapho, negeUves, video tmpea. DVDe, and images electronic files taken from the construction area are the property of the City of Miami Beach and shall not be released to any source without the prior written permission form the CITY. This provision shall prevail for the duration of the Contract and indefinitely thereafter, CONSTRUCTION PHOTOGRAPHY U1380'2 City of Miami Beac Muss ParSeawall Rehabilitation PART 3 -EXECUTION March 1, 2017 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 CONSULTANT to accompany each Application for Payment. B. Distribution of printsas soon as processed,isanb000tedtobaaandlovvs: 1. CITY (one oeU. 2. CONTRACTOR (one set). 3 CONSULTANT (one set). 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 bid price. - END OF SECTION - CONSTRUCTION PHOTOGRAPHY 01380-3 City of Miami Beach Muss Park Seawall Rehabilitation SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 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 /ndkmbad, all proUucte, matehaks, 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, hovvever, shall not relieve the CONTRACTOR of the responsibility for furnishing produntm, nnateria|a, 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 indiooted, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the AOTK8, 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 vvhinh, 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 epeoified, 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 QUALITY CONTROL 01400 - 1 City of Miami Beac Muss Park Seawall Rehabilitation any requirements of the Contract Documents. March 1, 2017 C. Notwithstanding the existence of such waiver, the CONSULTANT reserves the right to make independent investigations and baetn, 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 shaH verify alt dimensions in the field and shaH 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. B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the CONSULTANT any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site oonditiona, and any required rennnvo|, napair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR, at its expense, within the scope of the Pjact. 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 |avvn, oodeo, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Docunnenba, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the CITY 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 CITY and CONSULTANT QUALITY CONTROL 01400 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 promptly upon placing orders for materials and equipment so that arrangements may be nnode, if dooioed, for observation before shipment from the place of manufacture. The CONTRACTOR shall at aU times furnish the CITY and its repreoantabvea, proper time for inspecting and testing nnote/ia|o, equipment, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materia)s and equipment being inspected and accepted for use. The CONTRACTOR shall furniah, at its own expenaa, all samples of materials required by the CONSULTANT for testing, and shall make its own arrangements for providing vvater, electric povver, or fuel for the various observations and tests of structures and equipment. D. The CITY will bear the cost of all taeb;, obmenvabona, or investigations undertaken by the order of the CONSULTANT for the purpose of determining conformance with the Contract Documents if such testm, 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 teetn, ubservationa, 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 CONGULTANT, acting for the CITY, shall have the right, at all times and p|ooms, to reject any articles or materials to be furnished hereunder which, in any naspect, fail to meet the requirements of the Contract Doounnento, 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 repreoentaUve, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Oocunlents, such nnatar|o|a, no matter in what stage or condition of nnanutootune, de|ivory, or erection, may be subsequently rjected by the CITY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. Al! costs of removal and replacement of rejected rejected articies or materials as specified herein shall be borne QUALITY CONTROL 01400 - 3 City of Miami Beac Muss Park Seawall RehabiUtation by the CONTRACTOR. 1.07 OTHER CONSTRUCTION CONSIDERATIONS March 1, 2017 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 shaH be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shati take necessary precautions to protect alt work, materials and equipment from exposure. 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 inebaUoUon, and rejectdamogad 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 oroducts, 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 - QUALITY CONTROL 01400 - 4 City of Miami Beach Muss Park Seawati Rehabilitation March 1, 2017 SECTION 01410 - TESTING LABORATORY SERVICES 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. AU 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 shafl be deducted from the CONTRACTOR's monthly payment request. E. The foliowing 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 TESTING LABORATORY SERVICES 01410 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 i Asphalt Extraction F. CONTRACTOR shall pay for all other testing including bacteriological and pressure testing. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Alt applicable sections of the Specifications. B. General Conditions. 1.03 QUALIFICATION OF LABORATORY A. Meet "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent Laboratories. B. Meet basic requirements ofASTM E-329. C. Authorized to operate in the State of Florida. O. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of Natural Bureau of Standards during the most recent tour of inspact|on, 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 CONSULTANT, CITY, and CONTRACTOR; provide qualified personnel after due notice. B. Perform specified inspections, sampling and testing of materials and methods of TESTING LABORATORY SERVICES 01410 - 2 City of Miami Beach Muss Park Seawall RehabiUtation March 1, 2017 construction: 1. Comply with specified standards. 2. Ascertain compliance of materials with requirements of Contract Documents. C. Promptly notify CONSULTANT. CITY, 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 CONGULTANT. CITY and one copy to the CONTRACTOR. Each report shall 1 Date issued. 2. Project title, number and Parcel number. 3 Testing|aboradorynonne.addnaseendte|ephonanurnber. 4. Name and signature of Jaboratory inspector, 5 Date and time of sampling or inspection. O. Record of temperature and weather conditions. 7. Date of test. U. Identification of fihI product and specification section. B. Location of sample or test in the prjeoL 10. Type of inspection or test. 11. Results of tests and compliance with Contract Documents. 12. Interpretation of test FasU|ts, when requested by CONSULTANT and/or CITY. E. Perform additional tests as required by the CONSULTANT and/or CITY. TESTING LABORATORY SERVICES 01410 - 3 City of Miami Beac Muss Park SeawaU Rehabilitation March 1.2O17 1.05 LIM!TATION OF AUTHORiTY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Re(eaoe, nevoke, alter or enlarge on requirements of Contract documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the CONTRACTOR. 1.08 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personne\, 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 oonorete, 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 in advance of operations to allow for laboratory assignment of personnel and scheduling of tentm, as agreed between CONSULTANT, CITY, and CONTRACTOR. When tests or inspections cannot be performed after such notice, TESTING LABORATORY SERVICES 01410 - 4 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 due to CONTRACTOR's negligence. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - TESTING LABORATORY SERVICES 01410 - 5 City of Miami Beac Muss Park Seawafl Rehabilitation March 1, 2017 SECTION 01505 — MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists 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 bui|dinga, 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 fadUUea, including telephones and radio pagers. O. Providing on-site sanitary facilities and potabte water facilities. 7. Arranging for and erection of CONTRACTOR's work and storage yard. O. Obtaining alt required permits. S. Having alt OSHA required notices and establishment of safety programs. 10. Having the CONTRACTOR's superintendent at the job site full time. MOBILIZATION, SITE PREP., AND DEMOBILIZATION 01505 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 11. Submitting initial submittals as indicated in the section entitled "Schedules and Reports" 12. Audio -Visual pnaconotnuoUon 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 nnobi|ication, or any part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. PART 2- PRODUCTS 2.01 TEMPORARY UTILITIES A. The CONTRACTOR shall provide all temporary facilities required for performing the Work as sin Section entitled "Temporary Utitities". 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 othenwiee, at its own expense. 3.02 DEMOBILIZATION A. At the completion of Work the CONTRACTOR shall remove its personnel, aqu\pnoend, 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 designated by the CITY 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 the CITY. MOBILIZATION, SITE PREP., AND DEMOBILIZATION 01505 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 - END OF SECTION - MOBILIZATION, SITE PREP., AND DEMOBILIZATION 01505 - 3 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01510 - TEMPORARY UTILITIES 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 oondibon, shall be capable of safely and efficiently performing the required VVurk, and shall be subject to review by the CITY's representative at any time within the duration of the Contract. Alt Work hereunder shali conform to the appUcabte requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shalt 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 fts operations under the Contn*ut, 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 insure 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: Alt temporary connections for electricity shall be subject to review by the ENGINEER and the power company repreaentaUve, and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. O. Separation of Circuits: Unless otherwise permitted by the CONSULTANT, circuits separate from lighting circuits shall be used for all power purposes. TEMPORARY UTILITIES 01510 - 1 City of Miami Beac Muss Park Seawall Rehabiiitation March 1 2017 E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. AU electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.03 WATER SUPPLY A. Genera: Except as noted otherwise, the CONTRACTOR shall make arrangements for and pay for aPI costs for afl 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. 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 nneter, if required by the said outhorhv, 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 condidon, or better, to the satisfaction of the CONSULTANT and to the agency owning the affected utUity. E. Fire Protection: The constnucUon, and all other parts of the VVndh, 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 TEMPORARY UTILITIES 01510 - 2 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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 C[)NTRACT(]R, 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. !n addition, forced air venti!ation shall be provided for the curing of installed nna0er|a|a, humidity control and the prevention of hazardous accumulations of dust, gases or vapors. 1.07 MEASUREMENT AND PAYMENT A. There shafl be no measurement or payment for the WORK under this Section. It shall be deemed inclusive with the Project's lump sum bid price. TEMPORARY UTILITIES 01510 3 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 PART 2 -- PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - TEMPORARY UTILITIES 01510 - 4 City of Miami Beach Muss Park Seawall Rehabilitation SECTION 01520 - CONSTRUCTION AIDS PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. The CONTRACTOR shall furnish, install and maintain required construction aids and remove them upon completion of WORK. 1.02 RELATED REQUIREMENTS A. All app(icabie sections of the Specifications. B. General Conditions. 1.03 MEASUREMENT AND PAYMENT A. There shali be no measurement or payment for the WORK under this Section. It shall be deemed inclusive with the Project's lump sum bid price. PART 2 PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpone, 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; shnhng, scaffolds, staging, /adUens, ntains, nannps, runvxaya, p|offonns, nai|ingo, hoiata, cnyneo, chutes and other such faciities and equipment. 1. Refer to respective sections for particuiar requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equ}pment in first-class condition. CONSTRUCTION AIDS 01520 - 1 City of Miami Beach Muss Park Seawall Rehabilitation PART 3- EXECUTION 3.01 PREPARATION March 1, 2017 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. 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 pje[t. 1 Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required etevations and siopes, and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition. - END OF SECTION - CONSTRUCTION AIDS 01520'2 City of Miami Beach Muss Park Seawall Rehabilitation SECTION 01530- PROTECTION OF EXISTING FACILITIES PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal inc/uding, 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 reinuatinn, 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 alt 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 even<, 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 CONSULTANT and CITY. 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, eevvwr, or water pipeline; any telephone, tokeonaoh, 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 ,ennova, sUure, support or otherwise protect such pipeline, transmission line, ditnh, fenca, or structure or replace the same. When two or more contracts are being executed at one time on the same or adjacent tand in such manner PROTECTION OF EXISTING FACILITIES 01530 - 1 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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 desir\ng, to the extent, onnount, in the nnonner, 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 shafl not destroy, nernove, 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 referenced. A\\eurveynnorkereor 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 aneaa, 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 R8eUrfaCiVn:. In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw, cut back and trim the edge so as to PROTECTION OF EXISTING FACILITIES 01530 - 2 City of Miami Beac Muss Park SeawaD Rehabilitation March 1, 2017 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 Pavement shall be restored at a minimum straight and parallel to the existing trench line along the length of the trenoh, 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. If disturbance is deemed by CITY to be more than 75%, at CITY's opinion, CONTRACTOR shall resurface the entire lane, including striping as necessary. O. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewa)ks 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 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. PROTECTION OF EXISTING FACILITIES 01530 - 3 City of Miami Beac Muss Park Seawall Rehabiiitation March 1.2U1T 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 |ndicated, the CONTRACTOR shaH 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 facUity. In all cases of such temporary removal or re|ooaUon, 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. C|TY'a Riaht 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 otreet, alley, hgWt-of-xvav, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. D. Underaround 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 natoinad, 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 rio additional cost to the CITY. E. Underaround 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 excovsk\on, a written report thereof shall be made immediately to the CONSULTANT and CITY. 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 Iocating, 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 000unacy, 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. PROTECTION OF EXISTING FACILITIES 01530 - 4 City of Miami Beac Muss Park SeawaU Rehabilitation March 1, 2017 G. Aoorovo|ofRepairs: All repairs to a damaged utitity 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 pipe|inem, povver, and telephone or the communication cable duots, gas and water nnaina, irrigation |ineo. sewer |inea, storm drain |inea, po\eo, 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 {}ontraot, unless other arrangements satisfactory to the CITY are made with the OWNER of said pipe\ines, duct, main, irrigation line, aevver, 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 ofthe backfilling. I. Existinq 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. Existing Water Meters: CONTRACTOR shall protect existing water meters when replacing existing service connections. Any water meter damaged by the CONTRACTOR shall be immediately replaced at the CONTRACTOR'S expense. 1.08 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 |inoito, 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. PROTECTION OF EXISTING FACILITIES 01530 - 5 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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'm 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 shaH 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 OVVNER, 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 fao|itiem, including all vveAar, sovver, storm dnain, gas, petroleum pvoducto, or other pipelines; all buried electric povver, cornnnunicatiune, 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 Beooh, and shall provide notice in accordance with Chapter 556, Florida Statutes. B. In addition, the CONTRACTOR shall complete and submit a City of Miami Beach Public Works Department Engineering / Permitting Underground Utility Request Form to request / refresh underground utility locations. The reference form shall be provided to the CONTRACTOR by the City of Miami Beach Public Works Department with issuance of the Right -of -Way Permit. Copies of the Underground Utility Request Form shall be forwarded to the CONSULTANT. A sample form has been ineluded at the end of this section. PROTECTION OF EXISTING FACILITtES 01530 - 6 City of Miami Beach Muss Park Seawall Rehabilitation PART 2 — PRODUCTS (NOT USED' PART 3- EXECUTION 3.01 GENERAL March 1, 2017 A Install facilities in a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintan 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 ijur(ouennateha/sor|iquide. 4. Prevent puddling or continuous running water. D. Carefufly supervise ali WORK to prevent damage. E. Replace trees and plants which are damaged or destroyed due to WORK operations under this contract. 3.05 REMOVAL A. Completely remove banicadee, including foundabono, when construction has progressed to the point that they are no longer naeded, and when approved by CITY's Representative. PROTECTION OF EXISTtNG FACILITIES 01530 7 City of Miami Beach Muss Park Seawall Rehabilitation March 1.2017 B. Clean and repair damage caused by ineiaUcdion, fiU and grade areas of the site to required etevations and siopes, and clean the area. - END OF SECT!ON - PROTECTION OF EXISTING FACILITIES 01530 - 8 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01550 - SITE ACCESS AND STORAGE 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 \innits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the C{}NTRACTOR'a responsibility to construct and maintain any haul roads required for its construction operations. 1.02 TEMPORARY CROSSINGS: A. General: Condnuous, unobetructad, safe, and adequate pedestrian and vehicular access shall be provided to fire hvdnanto, commercial and industrial astabUoknnente, churchea, schools, parking |oty, service ctebono, nnote\e, 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 scheduIes for such services. Vehicular access to residential driveways shail 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 exumvoUona, 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 p|mtes, which written consent shall be delivered to the CITY 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 p|oteo, or shall submit designs to said authority for approvai, as may be required. SITE ACCESS AND STORAGE 01550 - 1 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 C. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public stroet, oUeyvvay, 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 u\reate, o}|eyvvmys, 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 shal! 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 accessib!e 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 in|ets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the CONTRACTOR shall prnvide, p\oce, and maintain all necessary barricades, traffic uones, warning signs, |ights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Oevioeo, 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. A\\e\gns. e\gna\s, 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 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 needed, repair all damage caused by installation of the devces, and shall remove post settings and backfill the resulting holes to match gnade, and make proper restoration pursuant to CITY requirements. Reference the section endUed.''Sun)nnaryofVVork^foraddihona)trathccontro|requ\renmants. 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 wili be closed. The CONTRACTOR shall fully expain 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 CONTRACTORS 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. All costs associated with off-site storage and shops shaH be deemed included in the Project's lump sum bid price. 1.04 PARK/NG: A. All existing traffic and parking areas shall be maintained in a usable sound condition (to the extent ponoib|m), free of excavated material, construction aquipnnant, mud, and construction materials. The CONTRACTOR shall repair breaks, potholes, low areas which collect standing vvobar, 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. SLTE ACCESS AND STORAGE 0155U'3 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - SITE ACCESS AND STORAGE 01550 - 4 City of Miami Beac Muss Park Seawall Rehabilitation SECTION 01580 - TEMPORARY CONTROLS PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. The CONTRACTOR shall provide and maintain nnedhoda, equipnlerd, and temporary oonotruction, as neoeaoary, 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 Specffications. 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 aH applicabie OSHA requirements and local ordinances having jurisdiction on the work, including City of Miami Beach Ordinance No95-2982; Sec46. 2. Noise levels during night time hours shall not exceed 30 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 oponaUona, 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 CITY. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the CONTRACTOR's Bid Price(s). TEMPORARY CONTROLS 01560 - 1 City of Miami Beac Muss Park Seawall Rehabilitation 1.05 WATER CONTROL March 1, 2017 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. 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 fkooding, eroaion, or other damage to any portion of the site or to adjoining areas. D. The CONTRACTOR shafl be responsible for any and aU permits associated with its Dewatering activities. The CONTRACTOR shall procure such permits at its expense and submit copies to the CONSULTANT and CITY 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 neneeoary, submit an informational copy of the proposed program to QTY with copies to the CONSULTANT. 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 TEMPORARY CONTROLS 01560-2 City of Miami Beac Muss Park Seawall Rehabilitation printed instructions and recommendations. 1.07 RODENT CONTROL March 1, 2017 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 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. 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. TEMPORARY CONTROLS 01560'3 City of Miami Beach Muss Park Seawall Rehabilitation b. Provide cleaning at areas as required by CITY. March 1, 2017 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 nnethoda, 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 Fadera|. State, and local |awm, including to those promulgated by Miami -Dade Department of Environmental Research Management (DERM). B. Provide equipment and parsonne, 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 vvaatea, eff|uenta, chennica|o, or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for contro of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. 2. Prevent harmful dispersal of poilutants into the atmosphere. 1.10 EROSION CONTROL A. The CONTRACTOR shall plan and execute construction and oarthvvork, by methods to control surface drainage from cuts and fiUe, and from borrow and waste disposal areas to prevent erosion and sedimentation. TEMPORARY CONTROLS 01560 - 4 City of Miami Beach Muss Park Seawall Rehabilitation March 1.2O17 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 sit 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 thereofthe CONTRACTOR shall take all necessary precautions so that the Work may be proper!y done and satisfactory in all respects. When required, protection shall be provided by use of torpau|ins, wood and building paper ohe(tana, 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 CITY, 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 prjact. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as ordered by the CONSULTANT and/or CITY. Basic site restoration TEMPORARY CONTROLS 01560'5 City of Miami Beac Muss Park SeawaU Rehabilitation March 1.2O17 in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermnone, such work shall also be acoornp|iohod, when ordered by the CONSULTANT and/or CITY, 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 CONSULTANT'S and/or CITY'S satisfaction, the CITY may, upon five days prior written notice to the C(]NTRACT{}F<, employ such labor and equipment as it deems necessary for the purpoae, and all costs resulting thereof shall be charged to the CONTRACTOR and deducted from amounts of money that it may be due. 1.14 MEASUREMENT AND PAYMENT A. There shall be no measurement or payment for the work under this section. It shall be deemed inclusive with the Pject's|unnpournb(dphma. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - TEMPORARY CONTROLS 01560 - 6 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01570 - TRAFFIC REGULATIONS PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall orovide, operate and maintain equ|pment, services and personnel for traffic control and protective dev|can, as required to expedite vehicular traffic flow on haul routes, at site entranoes, on-site access roada, 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 shalt be no separate payment for work under this heading. All coasts 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. Genera 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 siAna|e, 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 jurisdictionat agencies. 1.04 FLAGPERSON / OFF-DUTY POLICE OFFICER OVERSIGHT A. The CONTRACTOR shall provide a trained flag person in accordance with FOOT Standard Specifications for Road and Bhdgea. Section 102-3.2.4 or an off-duty police officer when construction operations encroach on traffic lanes, as TRAFFIC REGULATIONS 01570 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 may be required byjursdictionaI agencies. 1.05 FLARES AND LIGHTS A. The CONTRACTOR shall provide flares and lights during periods of low visibility (as required): 1. To clearly deflneate traffic lanes and to guide traffic. 2. For use of flag person in directing traffic. B. The CONTRACTOR shall provide illumination of critical traffic and parking areas (as required). 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roada, 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, protent, 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 f|ovv, to minimize interference with normal public traffic. TRAFFIC REGULATIONS 01570 - 2 City of Miami Beac Muss Park Seawafl Rehabilitation March 1, 2017 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for work under the section. It shall be deemed inclusive in the Project's lump sum bid price. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - TRAFFIC REGULATIONS 01570 - 3 City of Miami Beac Muss Park Seawall Rehabilitation SECTION 01580 -PROJECT DENTIFICATION SIGNS PART 1 - GENERAL 1.01 THE REQUIREMENT March 1, 2017 A. The CONTRACTOR shall funnieh, install and maintain a project identification sign as per CITY'S requirements. B. The CONTRACTOR shaU remove sign on completion of construction. C. The CONTRACTOR shall allow nu other sins to be displayed, except as may otherwise by required by jurisdictional ageneles. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicabte sections of the Specifications, B. General conditions. 1.03 PROJECT IDENTIFICATION SIGN (One Sign Required) A. One painted sign (4 ft. x 8 ft.), with painted graphic content to include: 1. Title of pjaot. 2. Name of CITY. 3. Names and tities of: a. CONSULTANT. b. ENGINEERS. c. General CONTRACTOR. d. Major subcontractors. e. Authorities and Tities. PROJECT IDENTIFICATION SIGNS 01580 - 1 City of Miami Beac Muss Park Seawall Rehabilitation 5. Funding sources. March 1, 2017 O. Project logo sample as provided by CJTY on disk,to be added on signbv CONTRACTOR. B. Graphic design, style of letterng, and colors: As per CITY'S standards. The sign requires a two color process. The CITY prepares the language and graphics to the sent to the printer. C. Erect on the site at a Iocation, as approvedby CITY. 1.04 QUALITY ASSURANCE A. Sign Painter: Professional experience in type ofwork required. B. Fin/ahma, 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. Rouqh Hardware: Galvanized E Paint: Exterior quality. 1. Coors for structure, framing, sign surfaces and graphics: As per CITY'S standards. PROJECT IDENTIFICATION SGNS 01580 - 2 City of Miami Beac Muss Park Seawall Rehabilitation PART 3 - EXECUTION March 1, 2017 2i01 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 sty|mo, sizes and colors selected. 3.02 MAINTENANCE A. Maintain signs and supports in a neat, clean condition; repair damages to atructune, framing or sign. 3.03 REMOVAL A. Remove signs, franling, supports and foundations at completion of p'e(t. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section. It shall be deemed inclusive in the Project's lump sum bid price. - END OF SECTION - PROJECT IDENTIFCATION SIGNS 01580 - 3 City of Miami Beac Muss Park Seawall Rehabilitation SECTION 01590 — CONTRACTOR'S FIELD OFFICE PART 1 - GENERAL 1,01 THE REQUIREMENT March 1, 2017 A. The CONTRACTOR shall furn}oh, 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. B. The CONTRACTOR shall funniah, install and maintain storage containers and contents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. AU appflcable sections of the Specifications. B. General conditions. 1.03 OTHER REQUIREMENTS A. Prior to installation of offices and storage oontainers. CONTRACTOR shall obtain all necessary permits from the jurisdictiona agencies. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with requirements of all applicable Federal, State, and Local codes and regulations. 1.0 REQUIREMENTS FOR FACILITIES A. Construction 1, Structurafly sound, weather -tight, with floors raised above ground. 2. Temperature transmission resistance: Compatible with occupancy and storage requirements. 3. At CONTRACTOR'S opUon, portable or mobile buildings may be used. CONTRACTOR'S FIELD OFFICE 01590 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 a. Mobile homes, when used, shall be modified for office use. B. CONTRACTOR'S Office and FacUities: 1. Size: As required for general use and to provide space for project meetings. 2. Lighting and temperature control. 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 fUes for project Record Documents in or adjacent to the meeting area. 5. Other furnishings: CONTRACTORS'S option. 6. Restrooms and potable water 1.06 USE OF EXISTING FACILITIES A. Existing facilities at the site shall not be used for fietd offices or for storage. 1.07 USE OF PERMANENT FACtLtTIES A. Permanent facilities shalt 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 aen/ioeeb\e, 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. CONTRACTOR'S FtELD OFFICE 01590 - 2 City of Miami Beac Muss Park Seawall Rehabilitation 3.02 INSTALLATION March 1, 2017 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 Iandings at entrance doors. B. Mount thermometer at convenient outside Iocation, not n direct sunlight. 3.03 MA)NTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. 3.04 REMOVAL A. Remove temporary field off(nes, contents and services eta time when 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 deemed inclusive in the Project's lump sum bid price. - END OFSECTION - CONTRACTOR'S FIELD OFFICE 01580'3 City of Miami Beac Muss Park SeawaU Rehabilitation March 1, 2017 SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall ensure that all material and equipment incorporated into the work: 1. Conform to applicabie specifications and standards. 2. Comply with eiza, make, type and quality apeoUhed, or as specifically approved in writing by the CONSULTANT. 3. Manufactured and fabricated products: a. Design, fabricate and assemble n 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 ideDtica|, by the same manufacturer. U. Products shali be suitable for service conditions. e Equipment capocidoo, 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 desiDed or is s . 1.02 RELATED WORK SPECIFIED ELSEWHERE A. API applicable sections of the Specifications. MATERIAL AND EQUIPMENT 01600 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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. In addition, the CONTRACTOR shall maintain one set of complete instructions at the job site during installation and until completion. B. Handka, inetaU, onnnaut, oleen, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's inatruodona, 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 sohedu|ea, coordinate to avoid conflict with work and conditions at the site. Products shall be deiivered 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. Immediatey upon delivery, inspect shipments to assure compiance 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 (1) weeks prior to installation. B. Provide equipment and personnel to handle products by methods to prevent MATERIAL AND EQUIPMENT 01600 - 2 City of Miami Beach Muss Park Seawall Rehabilitation March 1.2U17 soiling or damage to products or packaging. C. Coordinate d&iveries 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. CTY's use of premises. D. Deliver products in undamaged condition in original containers or pockaQing, 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. 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 oroduots, 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. /. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. MATERIAL AND EQUIPMENT 01600 - 3 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 1.05 STORAGE A. The CONTRACTOR shall comply with the requirements set forth in the Section entitled "Summary of Work". B. The CONTRACTOR shall store products in accord with nnanufanturer'o inatructions, 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. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. C. Exterior Storage 1. Provide substantial plaffonne, blocking or skids to support fabricating products above gnound, prevent soiling or staining. Cover products, subject to discoloration or deterioration from exposure to the e|ennentn, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved armaa, or provide plywood or sheet materias to prevent mixing with foreign (a) Provide surf'ace drainage to prevent flow or ponding of rainwater. (b) Prevent mixing of refuse or chemically injurious materials or liquids. O. 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 CONSULTANT and CITY on request. E. The CONTRACTOR shall verify that storage facilities comply with supplier's product storage raquinannenta, subject to CONSULTANT's review and acceptance. MATERIAL AND EQUIPMENT 01600 - 4 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 F. The CONTRACTOR shall verify that Supplier required environmental conditions are maintained continually. 1.06 MATNTENANCE OF STORAGE A. The CONTRACTOR shall maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facUities s 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, projections, wall corners, and jambs, silis 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 materias in MATERIAL AND EQUIPMENT 01600 - 5 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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. 2. When some activity must take place in order to carry out the Contract, obtain recommendations of instaUer for protection of surface. (a) Install recommended protection, and 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 !awn and )andscaped 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. 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for work under the section. It shall be deemed inclusive in the Prjeot'o|unnpaurnbidprice. PART 2 - PRODUCTS (Not Applicable) PART 5 - EXECUTION (Not Applicable) - END OF SECTION - MATERIAL AND EQUIPMENT 01600'6 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTON 01660 -EQUIPMENT TESTING AND STARTUP 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 inopeut, check, adjust if neuesaary, 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 instaliation and operation are satisfactory to the CONSULTANT. B. The CONTRACTOR shall require that each manufacturer's representative furnish to the CONSULTANT a written report addressed to the CITY certifying that the equipment has been properly installed and \ubrioabad, is in accurate a|ignnnent, 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 CONSULTANT and CITY at Ieast 2 weeks in advance and shall be provided while the respective manufacturer's equipment is fu//y 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. EQUIPMENT TESTING AND STARTUP 01660 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 D. The CONTRACTOR shaJl notify the CONSULTANT and CTY at Ieast3 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 Appflcabte) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - EQUIPMENT TESTNG AND STARTUP 01680'2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01700 - CONTRACT CLOSEOUT 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 app!icabJe sections of the Specifications. B. General Conditions 1.03 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers the work is substantially connp/eto, it shall submit to the CONSULTANT, 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A Iist of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the CITY and CONSULTANT will make an inspection to determine the status of completion. C. Should CONSULTANT determine that the work is not substantially compete: 1. CONSULTANT will prompfly 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 comp!etion to the CONSULTANT. 3. CITY and CONSULTANT will re -inspect the work. D. When CITY and CONSULTANT concur that the work is substantially complete, CONTRACT CLOSEOUT 01700 - 1 City of Miami Beac Muss Park Seawafl Rehabilitation March 1, 2017 CONSULTANT will: 1. Prepare a Certificate of Substantial Completion accompanied by list of items to be completed or corrected. 2. Submit the Certificate to the CONTRACTOR for its written acceptance of the responsibilities assigned therein. 1.04 FINAL INSPECTION A. When CONTRACTOR considers the work is oonop\ete, 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 competed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the CLTY Representative and are operational. 5. Work is completed and ready for final inspection. B. CITY and CONSULTANT will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should CITY and CONSULTANT consider that the work is incomplete and defective: 1. CITY Representative will promptly notify the CONTRACTOR, in writing, tisting the incomptete or defective work. 2. CONTRACTOR shall take immediate steps to remedy the stated de5c{enoies, and send a second written certification to CITY Representative that the work is complete. 3. CITY Representative and CONSULTANT wilt reinspect the work. D. When the CITY's Representatives find that the work is acceptable under the CONTRACT CLOSEOUT 01700 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 Contract Docunnents, it shall request the CONTRACTOR to make closeout submittals. 1.05 REINSPECTION FEES A. Should CITY Representative perform re -inspections 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 wifl deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.00 CONTRACTORS CLOSEOUT SUBMITTALS TO CITY!S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificate of Occupancy. 2. Certificates of lnspection. (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 [)ata." O. 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. CONTRACT CLOSEOUT 0170O'3 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 1.07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to CONSULTANT. 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 Iiquidated damages. (g) Deductions for re -inspection payments. (h) Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 5. Sum remaining due. C. CONSULTANT 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 CITY. 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. CONTRACT CLOSEOUT 01700 - 4 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 B. CONSULTANT shall prepare a 'Fina Certificate of to be executed by the CITY. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTON - CONTRACT CLOSEOUT 01700-5 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION O171O-CLEANING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall execute nhaaning, during progress of the VVork, and at completion of the VVork, as required by the General Conditions and these specifications. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. AU applicable sections of the Specificatioris. B. General Conditions. 1.03 DISPOSAL REQUIREMENTS A. The CONTRACTOR shall conduct its cleaning and disposal operations to oomph with all applicable oodee, ond}nences, ragu}ations, and anti -pollution 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 wi)l 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 nnohshaks, debris and rubbish from the site CLEANING 01710 - 1 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 periodically and diof at legal dareas away from the site. 3.02 FINAL CLEANING A. The Contractor shall employ skilled workmen for final cleaning. B. The Contractor shall remove greams, nnaaUc, mdhesiven, dust, dirt, stains, fingerprints, |mbe|a, and other foreimaterials from sight -exposed interior and exterior surfaces. O. The Contractor shafl polish glossy surfaces to a ciear shine. D. The Contractor shall broom clean exterior paved surfaces; rake clean other surfaces of the grounds. E. Prior to final connp/edon. CONTRACTOR shall conduct an inspection of sight- expoaed interior and exterior surfaces, and alt WORK areas, to verify the entire WORK is clean. F. All storage and staging areas shall be cleaned and returned to priornondhionn or better as per requirements of this section. - END OF SECTION - CLEANING 0171O'2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01720 - PROJECT RECORD DOCUMENTS 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 applicabJe sections of the Specifications. B. General conditions. 1.03 MALNTENANCE OF 000UMENTS 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 Iocked cabinet or secure storage space for storage of samples. B. Fiie documents and sampes 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. O. Make documents and samples available at all times for inspection by CITY's PROJECT RECORD DOCUMENTS 01720 - 1 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 Representatives. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the following color designation: Red = Corrections Yellow = Deletions Green = Comments 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: PROJECT RECORD DOCUMENTS 01720 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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. 1.00 RECORD DRAWINGS A. The CONTRACTOR shall maintain full size /22'X34'1 field drawings to reflect the "reonrd" items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of drawings on an electronic file in .DWG format (Auto CADD, latest version). An electronic file of the design drawings on compact disk will be furnished to the CONTRACTOR by the CONSULTANT for this purpose. B. At a minimum the record drawings shall be reviewed on the 20th working day of every third nnorth, or more often, as deemed necessary by CONSULTANT and/or CITY, 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 withholding monthly progress payments until such time as the record drawings are brought up-to-date. C. Record drawings shail be accessibie to the CITY at ali 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 compietion of the WORK, the CONTRACTOR shail furnish the CONSULTANT and/or CITY the reproducible recent Drawings and electronic files. Pay request quantities must match oe'bui|tn. The completed Record drawings shall be delivered to the CONSULTANT 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 CONSULTANT, 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 PROJECT RECORD DOCUMENTS 01720 - 3 City of Miami Beac Muss Park Seawafl Rehabilitation March 1, 2017 te!ephone number of the surveyor. F. Representative items of work that should be shown on the record drawings as verified, chariged or added are shown below: 1. Plans: a. Structure types, Iocation with grade of rim and flow-Iine elevations. b. Sewer type, Iength, size and elevations. C. Utility type, leOgth, size and elevation in conflict structures. d. All maintenance access structures, valves and hydrants within right- of-way. e. Spot (criticat) elevations at plateaued intersections. f. Sewer laterals shall be stationed between maintenance access structures. 2. Pavement Markina and 8kln(no Plans: Sign location where installed if different from plans. 3. Water and Sewer Plans: Location (horizontal and vertical) of all pipe lines, structures, fittings, valves and appurtenances. a. Every va|ve, tee, bend, fire hydrant, beginning and ending of UeOendono, maintenance access struotune, wet well, etc. shall be |ooatod, both horizontally and vertioaUy, from the nearest surface landmark (i.e, centerline of inbanseution, seawall corner, maintenance access structure, face of a building extended or some other similar Iandmark that is unlikely to "move" or be buried). b. Every maintenance access structure, xalve, tee, bend, fire hydrant, beginning and ending of deflections, etc. Iocations shaU be indicated by state plane ouordinetea, 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 PROJECT RECORD DOCUMENTS O1720'4 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 presented in a table format, providing it is readily decipherable what each coordinate refers to. For instance, the Consultant may "number" every tee, va|ve, 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 appurtenanoeo. 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 vaives, doubte detector check vatves, fire hydrants, etc. c. All tie-ins to existing lines shall be as -built. d. The ends of aU water services at the bufldings or homes shall be as- built 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 !andmark. 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 horizontai alignment). f. If there are water services that do not have meter boxeand/or sanitary sewer laterals that do not have cleanouts at the property line (or are not readUy 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 PROJECT RECORD DOCUMENTS 01720 - 5 City of Miami Beac Muss Park SeawaU Rehabilitation March 1, 2017 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 foltowing are minimum Record Drawing data that is to be annotated on the Profile Plans: a. Every vmlve, tee, bend, fire hydrant, beginning and ending of deOeodVnu, maintenance access st/uctune, wet well, etc. shall be i000ted, both horizontally and vertically, from the nearest landmark (\.o., 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 appurteriances, the elevation along the top of pipe every 200 feet will also be required. 7. Force main as-buibo shall be prepared the same as the water line as- builts. O. As-buflts 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. S. All rock as-builts for parking lot, roadways and svxolea areas shall consist of the following: a. Rock elevations at all high and low pointo, and at enough intermediate points to confirm stope consistency and every 50' for roadways. b. Rock as-builts shall be taken at all locations where there is a finish PROJECT RECORD DOCUMENTS 01720 6 City of Miami Beac Muss Park Seawall Rehabihtation March 1, 2017 grade elevation shown on the design plans. c. All catch basin and manhole rim eJevations shaH be shown. d. Elevations around is)and areas will a!so be required. e. As-builts shall be taken on all paved and unpaved swales priortu placement of asphalt and/or 0opooiKood, at enough intermediate points to confirm slope consistency and conformance to the plan details. 10. Lake and canal bank as-builts shall inciude 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 desinp|gne.thanU1eyshaUbgos-buUt8SvveU. 12. If a change is made via field order or deviation to any etruotuoa, pioeine, etc., a new location shall be noted on the as-builts. The CONSULTANT and/or CITY may request additional as -built information to verify horizontal or vertical locations. 13. Every utility (gas, telephnno, pnvver, water, force mnain, etc.) encountered and/or crossing drainage, water or sanitary sewer facilities (whether it is a conflict or has sufficient clearances) shall be |noated, 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 nnoin, the bottom elevation of the gas main shall be noted and the top of the water main shall be noted. The difference between the two facilities will be the clearance between the two facilities. Parallel mains shall note the ciearance between the outside of the mains. /t shall be the CONTRACTOR's responsibility to note these crossings on a daily basis and insure that this information is reflected on PROJECT RECORD DOCUMENTS 01720 - 7 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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 - PROJECT RECORD DOCUMENTS 01720 - 8 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 SECTION 01730 - OPERATING AND MAINTENANCE DATA 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. OPERATING AND MAINTENANCE DATA 01730- 1 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 2. Paper: Manufacturer's original printed data, or neatly typewritten. 3. Drawings: 22 -inch to 34 -inch Blueprints a. Provide reinforced punched binder tabs, bound 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. 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 OPERATING AND MAINTENANCE DATA 01730- 2 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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. Sub -CONTRACTOR 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. 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. OPERATING AND MAINTENANCE DATA 01730- 3 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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. OPERATING AND MAINTENANCE DATA 01730- 4 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 C. Content, for moisture - on and weathproducts: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c. Details ofinstallation. 2. Instructions for inspection, maintenance, and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate. 1. Descriptiori 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. Reuulation, coDtnd, etopping, shut -down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. Maintenance Procedures: OPERATING AND MAINTENANCE DATA U1730-5 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 a. Routine operations. b. Guide to "Trouble -shooting." c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and Iubrication schedule. a. List of lubricants required. 5. Manufacturer's printed operating and mantenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts |iet. U|uotroUons, assembly drawings and diagrams required for maintenance. 8. As -installed control diagrams by controls manufacturer. S 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 oiine\ manufacturer's spare porto, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Ss. C. Content, for each electric and eiectronic 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 pans. OPERATNG AND MAINTENANCE DATA 01730'6 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 5 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. b. Guide to "Trouble -Shooting". C. OiS@esenlU|y, repair, and reassemby. d. Adjustment and checking. M. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare psrts, manufacturers current pricas, 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 CITYs personnel. E. Additional requirements for operating and maintenance data: Respective section of Specifications. OPERATING AND MAINTENANCE DATA 01730 7 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 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 finaf 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 opereUon, 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. 1.10 MEASUREMENT AND PAYMENT A. There sha!l be no specialial measurement or payment for work under the section. It shall bedeemed inclusive |Dthe Project's |UnnpSUn1bidphn8. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - OPERAT!NG AND MA!NTENANCE DATA 01730 8 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 SECTON 01740 - GUARANTEES AND BONDS 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 CONSULTANT for review and transmittal to CITY. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. All appficable 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 sgned 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. � Duration of warranty, bond or service maintenance contract. GUARANTEES AND BONDS 01740 - 1 City of Miami Beach Muss Park Seawall Rehabilitation March 1, 2017 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. 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, GUARANTEES AND BONDS 01740 - 2 City of Miami Beac Muss Park Seawall Rehabilitation March 1, 2017 (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 - GUARANTEES AND BONDS 01740 - 3 APPENDIX G Plans BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 106 r M1AM1BEAJ PUBLIC WORKS DEPARTMENT NEIGHBORHOOD 7 NAUTILUS ORCHARD PARK MUSS PARK SEAWALL REPLACEMENT, 4400 CHASE AVENUE MAY 12, 2014 BS -2014X REVISED JULY 22, 2016 BS -2014X REVISED SUBMITTAL MMaMou�ill E666. YOU OI6 uswrottaludOOLan CITY OF MAIQ9EACH MAYOR: PHILIP LEVINE COMMISSIONERS: MICKEY STEINBERG JOY MALAKOFF MICHAEL GRIECO KRISTEN ROSEN GONZALEZ RICKY ARRIOLA JOHN ELIZABETH ALEMAN CITY MANAGER: JIMMY L. MORALES CITY ATTORNEY: RAUL J. AGUILA PUBLIC WORKS DIRECTOR: ERIC T. CARPENTER. P.E. CITY ENGINEER: BRUCE A. MOWRY, Ph.D., PREPARED BY, ATKINS 2001 NORTHWEST 10718 AVENUE MIAMI. FLORIDA 33172 (305) 592-7275 LB #0000024 MAY 12, 2014 REVISED JULY 22, 2016 LOCATION MAP GULF OF MEXICO ATLANTIC OCEAN 15111 BEACH PROJECT LOCATION INDEX OF DRAWINGS UM MINN 01:31212321 1 G-0 COWR SHEET AND INDEX GP DRAWW160 2 0-1 511E PIAN 3 G-2 MARGO 511E PLAN 4 G-3 511E PHOTOGRAPHS 5 0-4 UM115 OF CONST, ACCE55, AND 1AYUO891 8 V-1 PROPERTY SURVEY 901E5 7 V-2 PROPERTY SURVEY MAP 5 V-3 SURVEY SECTIONS 9 V-4 SURVEY 0C111I5 10 0-1 DEMO0TON PLAN AND SECTION I1 5-1 GENERAL NOTES 12 5-2 SEAWALL SITE PLAN 13 5-3 WALL PLAN AND ELEVATOR -1 14 5-4 WALL PLAN AND ELEVA1101-2 15 5-5 WAIL PLAN AND ELEVATION -3 16 5-6 TYPICAL WALL SECTORS 17 5-7 WALL DETAILS AND SECTIONS -1 15 5-6 WALL DETAILS MD SECT0N5-2 19 5-9 WALL DETAILS AND SEC110115-3 20 5-10 WALL AT MANGROVES SECTION AND DETAILS 21 1-1 LANDSCAPE 0EMO11I061 PLAN ANO NOTES 22 L-2 PANNG. GRADING AND FENCING PLAN 23 1-3 LANDSCAPE 601E5 PLAN 24 L-4 LANDSCAPE NOTES AND DETAILS 25 116-1 IRRIGATION PVN 26 IR -2 6RIGATON N01E5 AND DETAILS 0 SOUTH REGION OF EXISTING WALL. LOOKING EAST AT SOUTH PROPERTY LINE ()e MIDDLE REGION OF EXISTING WALL, LOOKING EAST () SOUTH REGION OF EXISTING WALL, LOOKING EAST AT SOUTH PROPERTY LINE ® MIDDLE REGION OF EXISTING WALL AT OUTFALL, LOOKING EAST ()LOOKING SOUTH ALONG EXISTING WALL Q SECTION OF EXISTING WALL REMOVED 005,5G OUTFALL INSTALLATION (C. (C. 2009) MIA MI BEACH ( MUSS PARK SEAWALL REPLACEMENT ATKiNS I ------- PUBLIC wcr PUBLICWORKS AAAAAMMENT 1TILE SITE PHOTOGRAPHS ",°Rc• 'oEI�„„,,, w no..�° Il w�•�°� WASK ® NORTH REGION OF EXISTING WALL, LOOKING EAST AT NORTH PROPERTY LINE © NORTH REGION OF EXISTING WALL, LOOKING EAST AT NORTH PROPERTY UNE () LANDSIDE REGION OF EXISTING WALL, LOOKING NORTH () LANDSIDE REGION OF EXISTING WALL, LOOKING SOUTH ()LOOKING NORTH ALONG EXISTING WALL 0 BISCAYNE WATERWAY, LOOKING NORTHWEST FROM LANDSIDE REGION OF EXISTING WALL NOTES: 1. SEE SITE PLANS FOR PHOTOGRAPH LOCATION AND DIRECTION. 2. PHOTOGRAPHS TAKEN FEBRUARY 2014. Wns OF� """ OON BISCAYNE WATERWAY T�— TEMPORARILY REMOVE EXISTING FENCE TEMPORARY CONSTRUCTION FENCE (ALONG EAST EDGE OF EXIST. CONC. WALK, FROM NORTH TO SOUTH PROPERTY UNE) is CHASE AVENUE TEMPORARY CONSTRUCTION ACCESS GATE MIAMIBEACH 1 POBUO WORKS DEPARTMENT MO& 3100.Y SCALEPLAN rlzn MUSS PARK SEAWALL REPLACEMENTATKINS Ido ° aw. AE.,z�' _p a F��RE� � T1111C.' ie LIMITS OF CONSTRUCTION, ACCESS AND +r`oE ICmexvNErn wce.Mw.rs. mv N.gxv.��Rura /xIccw LAYDOWN a ---1----------- ® CONTRACTOR'S STAGING AREA IEMPORARY MSTRUCTOX FENCE LIMITS OC coxxssTROcnox 1 NOW WYLY. II MOW 0 ...le OWN. MONWICIR .1011.1. MEM INE ENVOI OPEO POON Nana.. we. PAX ASPIWEE0 TO WNW EA/WM APO WNW. NV ITA NOW CONNEENT Cl• NENOLNEW NO CONWERIONINSLINEWERWATENWWWWW W 2102 PER NEW MO NONPORATIONONIWYPOWNWE ONECIOWN i'll'Cii."'":"FIZi.'1Or' WELT WNW WU PAM ALL INC,Pr. PAWL OR WM OF WO MACAW Al AWNS • OF WI REPORT. WOMEN TO WO • IMIN MI A. WEE ALL NO COWIE COTIPPMEL NZ CIAZZALVCOLPITY.A""POLLE'"I=TARTACTLESVINE WE Or NWN WAS ONNNEWCWOADE COWEN NY tO arras °mamma AMMO 12 NO NO WNW EV me eaux, OF COW' COWNECNERBWOJAAT TO COWANCE MI 82211. WACE. POWWOW TO OCOAAINTE FANO FOR FONNO NW TOON, CATE aar.... awry.. TWAL NEW TO ER MEMO WOW WE NO DOWENTS FM FCE WOO MILOWOR TO NW CATE OR WEVNEI COW01 WW2 AF TO ule WV WENALL WI INNOWWWWWW CCONTVEW WESTAINTO WOO 4.. AWES CONETWANWLACE , WENWEIWOOLNENTINO WWII= WOE E=EAMIENONIONEEN ND nom Pr.PENA IOW IONETWO Cf rOWIT8 COT WI *NAT WY NNW OA www0 NAT OF WOW PLOW AliNO IOW La...4 ARTCLICI TIONCUCAPP TWORAPIC ENE/ET/2e TIE ELOPE' WI NO WONT PEBLATAO TNONNOP NOE WE. OUP NEWINC2 Cf ATE CEPTE0 TN ....= TNET=SOLNOW2 WO TOWEAPPC WOE NOW WINEPINP NO REPORT FEWTNETWENICAWN REFONOO LEEWAY WOW NO WOW. ENE NOW cWATOSEET .....NCOWEATED WEN NO WEE A WO KEW AT WNW- INE OPTE OF COMETON OF COWL ME MAW ENE WEVIT 12A1L, CONECTION NEW EMT VA) MOWERY NO TOPNWPW WANE WTO 1NE NOW OF NEWS/AN WW2 STNONEWCE LANOWYETVO WE STATED" NAPONTWOONT TO WWI/ OFTEN PENOWEGEWTRATAI OWOOPWOLEMENTWOAANWOIO WM PLOWFTAIV1191. WOW WIN PONIN ANEW NC. taw mem. or was, ram, WEIDA CENTOCATE OF ALIWOATTO WM UN LOTS T TO E. WWW2 WEN 2 OF WOW NJOINEW WOW° A -PE PUT WOOT RECCECOON FLAT MOON A PT WE OE CP TO POW WOW OF OW COWL PLOODA ANTON N ACONOCE WW1 WEICC. wwww 2.No wow... No NTATWWINEW Al1110110111M11.11.CMCIERTV.TIMODLCICIVOlCF11{UNO.M111.11•160 ThEINAIlll TEEN1.481NOCC• FORWO SURVEY103 1YE CATE C 0.CORO, P.1111.1Ir ou• or new TO WA ALIT OFTEE COM • CON.0.4.011 NW Ill WNW RELATNE =TAW WOW FP /VFW OF MAYO IS 1 FOOT .1 WIC FEET AN WICWEATENAIWWW1 12 EN4 ow To pow NEE wwwort ANA ENE wow:. woow yowl. NO PROCNOLWE WW1 WNW WOW TWOJOANPE MAW PAWL VI, OF TEE NEWT. WIC. NOW", WWI OE MEOW NO WW2 WOW/ OF A FLOW WSW OUTOPCE NO WW2 INNEOPE CALEIWO TO SAW WS REACETW OWE NW NE WNW WTI OR WIEN NEE PENMEN, WOUT TIE NOME CCNEENT OF TM TROWN NOTICE OWEN TAO CCONOR Ci WITLE WWI NO FNET WOOF AWL NOT OE WNW= FULL WOO h. COWAN WO EEO EV NE NNW WI WOE IMMO ET NW SAN OF El WW2 AWNITRATNECOCE. MOON V AWL= OF EAT. 1.2 WNW, WP MOW VI WT. WW2 MAO • WWW. CATE0 MOWN MN emu. ENV Cf 1414 RECO.11. COULEE NO WO WAWA NC. OCHNIIIIOR OWE ANY MEWL FLOW NOWANT WER - .tr."00.42•TO WED AR. , acme, sm. or WY •0.1 MAN PAW merrouncli OTT OFEWEENO. ROW WOW NO ITECORAW ALENET,NCER ON MOWN, 01 1NE POWETWENNEW N PAWN • OF NE. NEW WO COWED NON EAWOUNNAP YAW WIPPEPANED VIEW. RONEY. IOWA AWE NC 11.• LBW LEIONNICE ALCAMO VERNAW PEON WINANTY COED WY TEN WARE WWWON ACAN911 TO TO NW 01111. WOE FLOWN AA FECONTED ‘ENFTWEN.O. OFRON.PWCW002 =Ng FANE I OF WNW PECCWOF OWE 0=NONZAWACIE COUITTX1WW. WEN NW TE IWO WA REAMED EV POET WOW SOW • WNW NC. AA COM DI NW I WNW. FOP TM WOW Cf WNW NM WEE =WOW • WWWNIZO awe. Lae AO CONEATO3 MAW, Mk EENNWENNIED CN RAO WEDNATI COW FM ER OST NW OF rum. KIONNOWN ONILN CIF WI NOACANSWAT NNW% E. NO NOWNO RAT Cf WNW ELEOVNEW OF WA W. BAT WE 0,ACCCEONO MI. NAT WW2 AN WNW] WEINWP It 10 FLO NW O AT WE El OF INE NEC NECOVOOF ONO COW PON WIWALECOWEI NOWA ITO INFOPOITT W WIN F2000 UN. WE RCM etv.. FEAT. NI OENOD Er RE WED WEN WANTIENT OF WOW @LW. NEER. NEWEINCY WANIWIT WOW F2000 NEWS WNW NOW WICTENL WW1 A WNW WE OF OPTEWEA11.202 2 MOPERWO WWWWWW. COW, PLO.) WOW. PET WOW AS OWED EV EN WNW PLAT OF WOONNTEFO /WNW /OWE PLAT THEW, AB WONEWAY WENN, WE 21 AT PAM NCI WOO. WOW WW2 COW WNIANNOACE COIANOELCEEN. :=ATIONEAS=011 EWAN. WPM MOWN NE Tr AWNEVERECAL MAW OF= .W.PuOW..... • PAW. EINATOE SIENT.INE WOW. WWWW. AW WAWA NOIOF WOW AT 1W NOWNOTTOWEI -rxe vrtmecr. WINO WI WERNO ME TREWS • WNW. WI POT NE NOWAIR E A PA WO OW NO WNW ENT NEE NOWNENT NW AT TNE OW OF WE NW AT IWNWEELWN OF NW WINETEETWOOWEAWEE • " 1. ENCE PO OWEN FONNONON WORNPAWE CP INTA REENEW MEOW WIESEN WNW WWI! WV LEON FEWECTIONE CN EWER FECONINITIET WEST EWAN COPTAW VANNEW NEW 1NAT WEE FOAM NW PAW OCOEE CI WWI= COW. NEON,. WM WO. CP WNW WAN WO INEIP ARWICTWIEW WAAL 11O EAPOTOR WEN 110 NEPENNTANNI AN TO OWEN OR FEMME OF NALECWCIPEATOIV NNW, OA NOWA. ANYNNEAN Of AWC KOCNO. • 22,2.22,E cat w.2222222 2222 .2. 2. To www, L2222,02 NE, WM 2CO28. MEE WC CAELO CrEER WOW ANOLLAW TO DE DELWIN NOW WOW OF WOO WIEWATNN WNW WOW, NW TOWNE WNW CABLE IIALEWEP EN Al ENV WE VOL YAW 11PON AWNS OR AEUTTNO NE WIER MONSEN WNW LOCATIE AMI NOWT SOW N AMMON porw 'Low Egy N2y ,w2A, LE,2, 2.NEAN, woo., WNW ONE WEAN TEO-NEAL OWEN FOINAIWANOIXO NEE !NATE OF WOW POWAT TO IAAEINIONTIE FLONOWNEWETRAWOW ISOSOf ACE SON COONOO ATAT CIETOWN1 AB TIE PALLE WI= FIANIOP INO WYO. TWE WORE. WV NEW TNE OETERWATEN OF WW2 W NW NEW °POL....LWOW:2UL COOMONE ON PEWEE 002TWANON WENVOU• WO OE WOO WEINI TINT hIAV COW YEW LIPONWAW WOW AZ= T-ZPARES =OM NE WNW INPNOWEAEWO TOM OTNATEWNEENTALPOWOW MOWN/ CO 11.0 FONT. ELE *22. 2., 2. 2.222,2, y2wr..,2 20,2,, 2,02 ▪ WNW OW ACES WO UCE [OCT rOA WOW'S MOW. 21M• EOPADAW TOPOORAPOC coo rot WON 1. POWWOW. WEAL NOWATTP OFEE WONT MOWN NA CONED 29010102WIE PAN. OF NE Wou OAPALS •olorce • NEW WEA CALL OF FUMES NC. WET WWI° AT INENOWN AT 2LIAT BLOWN OW El MAW. OF NE CCWILICTON OWEN. co .../FTNO CatAACENT TO NE NEW WNW WICE 111 WIN IA °WNW PAM NE INEOWANO FACZATT 2.127:32 WOWS ANO=NONE TI1N BOWAN ONOTWAS CSEICNO. LWOW REAWANO COWIONSI • 2,2Arao Nowwwwwww wwwwwww wow.. porr www wwwww EA=r1r="CLAGEM WAN WA ENEN ELNETWEL OWIEWO NE NOWT NTONNWO TPA MOOT LAE NOM El FART ONO ANEW OW CI' NO 21PNAN NNW TOPCOWNT PEWEE 2031 WOMEN! FEW= FOR NFORWCW2PURPOOMON. WOW. . . EILE ECOONIT NC TOPCOWNO WNW 120 ROULTIO WWI IMP INO NEWT PENLATINO NINON.. WAS WOW ME NE WOW WNW OF WOW TM kEN'= C '01; %,T.711 IrE=CC C • W !!! .67.404"11 {=, E E I A C • O C MIAMIBEACH 1 WENNOCO P USLIC WORKS EEEEEEEEEEE I • 34,4,,,,F,U, DPW PROPERTY SURVEY NOTES MUSS PARK SEAWALL REPLACEMENT ALL RENT. FENOT.E. w•Ngoo opog EEETENTEE ATKINS - -" !:: -.70-.:•:744-- I "="117" I AN Po CeWEEN NOWINVAWIEWE INEEN1 WOW L. , ••,..” ......, ...y. m.o. _Sa_ •... _NIA_ wk. 0....- _ALL_ 1 vro sr a. re., .. • • •• ..--,-,--- BISCAYNE WATERWAY EXISTING OUTFALL LOCATION STA 1+23.5 60%38 RCP EXISTING DRAIN LOCA110N!"- STA 2+00 .712' PVC 1 •e . 4 Q L SLL iiia i INNIBEAVIINOE t• .6L AXEY TO 9E LIA.TED ARD RECEPTRED PROP TO 90X SO31A6A1 MIAMIEACF3 MUSS PARK SEAWALL REPLACEMENT .O.LIC O..S OEV6RTMENT PROPERTY SURVEY MAP AN SCALEd GrEMBASIN CVOS\ Off OVIWIRE 1.1011 POLE PINE TREE RIST MAC 80% 91004 CONIRCLLEP TRA.FIC NOW.. YOST AMY MEE uPOLE VE.Ra„00R Ra, CCO/71.0, LIE CAULLATEDxfm ON 1FA.RIED OWE, A,aTN MILL .014.11•11IFEACE .064.76.1 E.1.0TREM6VUSED CUPIE CAT, MT Tay. mvnxvT 111.1, POINT Of NON TAIOXENT INTERSECTLW SCAL 0E: o' 0tlli"""IMO •..- r oma• •/^ i BWAYNE --- COGS PAW WATERWAY T• • P1.P TRT FELE IP IOmTIC TP.NMLL" CARTING WOUN -10 B9GYNE WATERWAY O COSTING CONCRETE NO OKSER PRE WNL m -i0 OFFSET METING SECTION AT %TIP71v30 eyimam WNL velL eI�N+E(- y. MUSS PARK • I WIN RET FACE OF IXSRNc SE,WA,. COSTING CONCRETE DoTMO anur ICP ANO nmeER PLE ANL CNFALL PPE -a ,a -ID -T• Tt a a a a OFFSET C EXISTING SECTION AT STATION 1+23.50 LES: T. ELEVATIONS ARE REFERENCED TO WTO!! MNR. P CENTRES WEST PROPERTY UNE EWS LOOKING P.M 1. SECTION TO REFERPHOTO@ ON DRAPING 5-4 FOR NEW OF COSTING RAU. SECTION. Mi/i»BEACH I MUSS PARK SEAWALL REPLACEMENT PUBLIC WORKS DEPARTMENT I SURVEY SECTIONS re ATKINS m a aN.R O OFFSET COSTING BECTON AT, O+•50 BISCAYNE MUSS PARK WATERWAY yiT r WET FACE OF FxIXrnISONNc c suG.LdFWAU_ I _ 40 48 -311 30 M 10 OFFSET EXISTING SECTION AT STATION 1+50 n x •oAmN Li CTA I ••� � aEJ6tr BISCAYNE WATERWAY �T/ EOS�WO 'Y.1LL SEL L ;WINO WOUNE MUSS PARK IWIC WES FACE CW COPING S DOTING IP PIC OUTFALL PPE AMINO CONCRETE NO TECO PEE WAIL OFFSET OESSRNG SECTION AT SfARON2Q00 50 -40 50 OFFSET E%ISTING SECTION AT7N A 3+00 NEIMEA ELEVATIONS ARE REFERENCED TO RANN S DAMNf eDE,as WEST pRovurrr UNE. 3. SECTION NEWS �. NEFER TO LOON. PHOTO @ ON DRAWING 0-3 FOR NEW OF ocsn. CONCRETE ALA MOEN PEE SECTION. MI! iMIBEACF k PDBUCWORIO' DEPARTMENT I WNc SURVEY SECTIONS POROGINOSN MUSS PARK SEAWALL REPLACEMENT 51 1 -1.54.4.-4,5 05.4.11 044.44144,41,410141314 ATKINS - BISCAYNE WATERWAY COPING NN MUSS PARK S } WP FACE OF EOPING EAWALL T.TB WALL I, • 31 . COSTING GRADE • -TI.a COPING CON9EiE ALo 'W TIMER PEE FOL OFFSET 0s EmmaSE4RION AT TS A7 ixotEO YY.l1� FF O OFFSET NI JO IC EXISTING SECTION AT STATION 3+23.76x 11J'-10" FROM SONH PROPERTY UNE TO WAGED SEAWALL BISCAYNE WATERWAY 020.711 PROJECT LMITS 115-0" MPPO%IL410 WRS OF L ! Z. E]mlNO giwul aY"ucc "J I' 1Po'-0" TROY SOU10 PROPFRI11 0160 _ _.__:� / '\y, i ^-M'---.s . `�` iZY-0',11101 _SWTM 000-0.81 ''�^.� j ! -- ,.,..4,..._. ,..4 -NIC 10 ODiW'.ONFNL-'! l5 �6. - y - IIDNIIO-�"A J t T4iA NTE 1011 _ . EMT _. _ �T-.P .. _-.y r,..._ / #- N.>� f � 11� r "—::.-y-JN�t /,oma � ,t._____,...__„„„_,__ �"•-- 7 ROME PIMA .Wmf ..wAw 1 W B Omy agnm WN LN(, 101/YM( 1 1 9 • , ' WAI:WNAWIWa 1 MAARAPAC DATA MOM MA SURVEY scum PROPEMY LOC M Y MIAMI BEACH I PUBLIC WORMS DEPARTMENT I MIO P/PoE—�= ;_ia--,- 3 1 I I! r�. l : RAN SCALE COP, EXISTING UNDERGROUND UTILITIES, IRRIGATION LINES, ETC. NOT SHOWN. MUSS PARK SEAWALL REPLACEMENT rw DEMOLITION PLAN AND SECTION ATKINS-w,...F5,14 DILNEEP ��_„� EAST. COMM- WALLA TO BE ROANEU (SFE NOTES) NORM P00l101T 11C 11010E DMT COS. 11/LB NOM 1. FOR 511E PHOTOGRAPHS REFER TO MEOW FD. 2. FOR UMMS OF CONSTRUCTION. ACCESS ANO LE OWN AREAS REFER TO MAME G-4. D. FOR SOIL BORING INFORMATION REFER TO GEOTECHNICAL ENGINEERING EVALUATION REPORT. 4. EXISTING CHAIN UNI FENCE IND GATES TO BE TORPOR1444 RELOCATED DURING CONSTRUCOON 010 RENSTALED IN PERMWEE LOCATION ALTER CONSIRUCIION. 5. EXISTING CGVCREIE WALL TO BE REMOVED ANO RECONSTRUCTED. 6. FOR TREE REWNO/DEMOLMON. REFER TO OMMNO L-1. T. FOR APPROXIMATE LOCATION OF UNO D WATER NPR, CHECK VALVES. EIEC1E001 CAL CONDUIT AND LIGHT POLES REFER TO SURVEY RAN AND WOR4HATE WM1 CITE' OF MCMI BOCA AND FLORIDA POWER ANO UCH, B. CONTRACTOR TO VERIFY LOCATOR OF ELECTRICAL GANDER. WATER PIPES AND UGIR MOIRES. HMO BG WHERE NECESSARY TO PROTECT CONIRACTOR TD REPVGE NV WAGE 10 1000 TO EXSTING MUTIES ICBM` 111-1 NGTOCPAPH NUMBER AM MEC,. 61 - DENOTES SOIL BORING j/ DENOTES KNOW/ SCALE 3/6” - 1'-0" rydd Bop jilik, _VA_ MAO BY 011712/1 ..----. 1 GENERAL STRUCTURAL NOTES: GENERAL. I. EXCEPT AR NOTED .THE PLANS. AL MATERIALS AND CONSTRUCTOR EPS MENT of TRANSSHALL PORTATION STTNANDARD SPECIFIiCATTIONS DR ROAD AND BRIDE CONSTRUCTOR. 2. PRIOR TO BEGINNING CONSTRUCTION ME CONTRACTOTHE R WORK AND CHECK ME PROJECTREP"5 AGAINST M w WRING OF ANY SCREPANCI. W ETTE MEHSIONS AND/OR SITE CONDITIONS. ME CONTACTOR SHALL .1) BEGIN CONSTRUCTION IN ANY SUCH AREA UNTIL DISCREPANCY RESOLVEDHAS BE. Br THE CONTRACTOR AND APPROVED B/ TIE PROJECT REPRESENTATIVE. J °URI.. THE COURSE OF THE WORK. EWORK. ROTE CONTRACTOR SHALL DRE PERIOD HIS CONSTRUCTOR. THORK SCHEDULE E SITE IS THE TOE UBJECT FOR TO VARIABLE WAVE 0 SURGE CONI ONS AND IT 5 THE RUPP..I. E THE CONTRACTOR TO PROVE TEMPORARY SUPPORT FOR MARINE STRUCTURES AND STORE/DIE DURING CONSTRUCTOR. ME St.. COMPLY 41. wAro. OUAUTY A REDUIREEN CONTRACTOR ND REGULATORY PERMITS ISSUER BY THE LOCAL, STATE AND FEDERAL AUTnORITES. 5 THE CONTINCTOR LIGHTS SIGNALS . R1 EOUI DBALL E THE PROJEALL CT4GNS. REPRESENTATVEE TO ADEOUATTIHI THE OE THNATED UC AGAINST DANCER AND E SIc COSTRUCnON SITE 6. THE CONTRACTOR SHALL TAKER ALNECESSARY PRECAUTIONS TO PROTECT THE EXISTING ST RES INCLUDING ALD CONCRETE S.WAILS AND UNDERGROUND AND ABOVE GROUND UTILITIES. COORDINATOR. 1. ME CONTRACTOR SHALL COORDINATE ALL HIS ON-SITE CONSTRUCTION ACETATES WITH THE CITY OF MIAMI PEACH PUBLIC WORKS DEPARTMENT PROJECT REPRESENTATIVE LOCAL BUILDING CODES. 1. THE (000)LOCAL 30 0 05 DING CODE IEN WITH S THE ROM. BULLING CODE GEOTECHNICAL DATA. I. SHEET PARAMETERS FOR NEW SEAWALL 5 DLJ IN ACCORDANCE MTH THEEEID WITH L OTECHNICA EXPLORATION REPORT BY 0E050E. INC. MIAMI LAKES. TITLED: MUSS PARK SEAWALL REPLACETAENT SUBSURFACE EXPLORATI. AND CEOTEREPORT E OwLENGINEERING EVALUATORS, FEBRUARY 14. 2014 ELEVATIONS. 1. ELEVATIONS ARE REFERENCED TO THE NAV055 .NM. DIMENSIONS STRUCTURALI. ALL NEW EN CONCRETE. AND5 SWILL BE .CURAIEY PD MEIREINEN5ONSVETFED 8, THE CONTRA CTO ORDERING MATERIALS. 2. CONTRACTOR SHALL BE PREPARED TO MAKE FIELD DADJUSDAENTS CONOI ONACCURATELY FIT THE NEW WORK TO fjENGN CRITERIA I. NATER ELEVATION LWOSIDE OF WALL(E.000 EVENT): EL 450 2. 'WATER ELEVATION WATERSIDE E WALL OILER) EL -2.30 3. SCOUR POTENTIAL AT SUWALL 1 FOOT STEEL SHEET PIE WAS DESIGNED FORA 75 YEAR LIFE MIAMIBEACH 1 wOue MINN DEPARTMENT I 000 WYNADINCOO CONTRACTORS SUBMITTALS' ME FOLLOWING MINIMUM SUBWD TTASHALL BE PREPARED BY THE nCTOR SUBMITTED TO THE PUBLIC WORKS DEPARTMENT q R.I. PRIOR TO CDNSTRUCnON ACTIVITY. I. DEMEITONMETHODS AND DISPOSAL PLAN CONTROL PUN AND MONITORING METHODS 3. CONCREryTE FORMWORK EXPANSION JOINT MATERIALS CONCRETE MIX LESIONS 6. REINFORCEMENT STEEL CERTIFICATIONS ].REINFORCEMENT STEEL PLACEMENT DRAWINGS B. STEELL�SHEET RUUNG LAYOUT, sun. PROPERTIES AND TES MATE 9. SHEET PROCEDURES METALPINSTALLATION FABRICATORS T T. OTHERS . SPECIFIED CAST N PLACE CONCRETE 51NULTURALI' 1. ALL UST -IN -PUCE STRUCNRAL CONCRETE SNAIL BE 0MPRISE35 OAVOCOMFPRESMVETYPE IIPSTTIENGTH OFE5.OE PSI IN TITOTEN. CEMNT AND SHALL AN CONFORMANCE MTH FOOT BASS RM CONCRETE CONCRETE CHAMFER: I. ALL EXPOSED EDGES OF CONCRETE SHALL E CHAMFERED 31 INCH BY IE INtn. CONCRETE COVER. 1. CONCRETE COVER OVER REINFORCEMENT BANS AND SMALL E • UAL OF 3 INCHES. PROTECTRE COATINGS STEEL SHEET PNNG ICENTIEED ON THE DRAWINGS SHALL RECENT A PROTECTIVE con. PER THE REQUIREMENTS 1. SYSTEM COMPRISED Of OLIN INORGANIC ZINC PRIMER AVO TWO COATS OF CUL TAR EPDXY IN ACCORDANCE WTM FOOT SPECIFICATION 01 S00 5D-14. ONLY THE EXPOSED SICE (WATER IDE* SHEET PILES SHALL E COATED FOR THE TOP 12 3. DAMAGED COATINGS SHALL BE REPAID PER MANUFAC... RECOMMENDATIONS. THE COATINGS SHALL BE CONSIDERED DAMAGED WITHIN 2 INCHES OF ANY FIELD WELD CUT AND SHALL L E RE -COATED EVEN IF NO DAMAGE 5 APPARENT. CU• RD BIS' AGEO WBE TWOVAPATERAPPUUTION E ALOCIT 28.1 EAND PDXY COATING OR APPROVEDPREPARATIONL. SURFACE PREPARATIONRECOMMEN ED PROCEDURES. N TO PE PER UFACNRER'S MISCELLANEOUS METALS MISCELLANEOUS METALS SHALL BE IN CONFORMANCE WTHEITH RA N. AND BRACE 50 BEE HOT DIPPED OTHERWISE LVANIZ 0 IN TOED ON ACCOROACE WITH ASM A123 AVO AI53 . ARPUGABLE STEEL .FET PILING v) 1. STEEL R L• CL DN RROOLLEEEET U0NSTE. SEcn,o. PAUSE S0 To AS°OLLED A572, GRADE 50. INTERLOCKS SHALL BE FREE SLID. PROVIDE A SWING RANT. INUIT FOR THE PATENCE0 INSTALLATION CONTINUOUS OUS INTERLOCKING RHD 0 SHALL BEIO FULL ENG. SECT. OF TMEEDMENSIONS SHOWN ON THE DRAWINGS. .TICAL SP SECTIONS STALL BE USED FOR SSP WALL AND SSP ANCHOR PANELS. 2 MAY LPL OR GREATER PHYSICAL PROERIIESASPEORD BELOW. /HE DEPTH OF GP HAS BE. LARGER SHLED EET wDLEES MEL A REQUIRE A MERJPPILE GAR. MUSS PARK SEAWALL REPLACEMENT GENERAL NOTES STEEL SHEET PIUNG CONE .qNEL Bs DO gry�n .,z) vtnTl 2"" _� 7,r JAA 2 1.1 I. ALL SSP SHALL SE INSTALLED TO ACHIEVE TP ELEVATORS S.. ON TIE DRAWINGS AND SNARL BE CUT LEVEL WITH A PLASMA CUTTER TO TOLERANCE OF 4/_ ONE H5F (1/2) INCH FROM THE FINISHED GRADE ELEVATIONS SHOWN ON ME DRAWINGS. 2. CONTRACTOR SHALL SUBMIT COMPLETE PILE DRAWINGS FOR ALONG WITT PETALED FABRICATION 0 A.1REVIEW AND AWROVAL PRIOR TO LKTIOD DIMENSIONS SWILL BEN. REQUIREDTTOTFITNFIEU) P CONOTONS AND SND ..,.VENTS SHALL BE CONSIDERED AN INCIDENT. AND NECESSARY PART OF THE WORN. RENFORCNG STEEL. 1. 5E15DRCING 51EEL SHALL 0001405 N ASM 0515, 05004 50. TIE ROE: I. .LTHRSE RODS SHALL COMPRISE OF STARLESS STEEL ROOD TH .TM 0555/09550 55 MIND EARS CROSS SECTORS .ARIN CONFORMANCE 0F 122] (1.25 INCH DIAMETER) EXCLUDING THREADS. NEW MATERIAL N INCLUE TIE REDO NUTS. BEVELED PATES ANO WASHER TES N BE CORROSION SRESISTANT 3. ALL TIE RODS SHALL BE WRAPPED WITH A COAL TAR IMPRENRATEOT TAPE. APPROVED MAR PRODUCT 001INC01: OA20 lM SOLACE REINFORCING STEEL. INDICATED. IME OR APPROVED EO.L, PER FOOT STANDARDD SPEOEGTIONS. LAR SOLACES NOT SPECIFICALLY DIMENSIONED TURBD.' CONTROLS: 1 TURBIDITY CONTROL DEMES AS MAY BE REQUIRED BY THE R' REGULATOPEBMnS ISSUED RN M5 PROTECT. 2. PBRATION RONITORING IS REFER TO FOOT STANDARD SPECIFICATION. OMS PROJECT.EOUIRED AS3. SOCIATED TO CONTROLS SUBMIT M PREVENT EXISTING LOGY ROOT FROM ENTERING n0AL WATERS DURING CONSTRUCTION. CONTRACTOR TO SUBMIT MIS M TO THE CITY ERN...R ENTAL DMSO TO LL OSTRUCnpN. WETLAND IMPACT'. AREA OF WETLANDS TO BE IMPACTED IS 0.035 ACRES. .WNW PALING. I. THE PALL SHALL BE FOOT DESIGN STANDARD INDEX 862 TYPE 1 WITH 4-1/2' ETWEEN PICKETS. CREOSOTE MANAGEMENT T STEAWALL COMMENCEMENT U CONTRACTOR SHALL VTEST ONE ATION OF THE EXISTING IMERP FOR THE EXISTENCE OF CREOSOTE IF CREOSOTE IS DUNG TO BE ESOT THE CONTRACTOR SHALL CONTACT WASTE SES MANAGEMENT AN E ROFMTE DISPOSL CONTNFR FORLSE AT THE JOB S MASER PILES CREOSOTEBE STORED OVERA LCONTAINING PERVIOUS GROUNDSURFACE. WARS NAE CONTAINERS SHALL HAULED BY WASTE MANAGEMENT, INC TO ANAPPROVED Awl -.DE COUNT ELL IN CONFORMANCE WITH PROTOCOLS FOR NUNCARO DISPOSAL OF UMENTATIONCINDC IN PROPER DISSPOSAL POSAL OR BE OTHER PROVIDED TO MMPI-DADE000UNTY DE. PRIOR TO THE CLOSURE OF THE CUSS I PERMIT REINFORCING LAP SPLICES UNCERWATER 501E DISTURBANCE I. ME CONSTRUCTION • MODE RTE UIRES DISSPIACE4MENTLOLCHANNELISBOTTTTOM FONETE D IN ORDER TO PLACE LN. STEEL SHEET PILE WALLS. 2. PRIOR N EXCAVATION. RSEDIMENT SAMPUTTO R CONTAMINATION RBE EGULATIONS E REGULATRY PERMITS INCLUDING w5 O ONS .103 FOR THIS PROJECT AND 05 APPUUBLE AR J. PREVENTION PUN WAA-DDADE COUNCONTRACTOR TY DERHALL V DETALING BMIT A METHODOLOGY TO ADDRESS ME PREVENTION OF WATERS O 5CIX EVWTTERWAY WOD FILL RK SHALLENTERING THE NOTCOMMENTS UNTIL PR-DAM COUNTY REVIEWED AND .THO1 RIZD THE FILL EVENTION PUN. E ELL PREVENTION SHALL INCLUDE: 3.1. REMOVING A MAXIMUM OF 50 LINEAR SET E OD EXISTING MORE TAN 50 FEETSEAWALL PRIOR TO NSTALUNG THE OF EXPOSED SNORELNEALL NNNTNN NOT 3.2. EXCAVATION OF EMBANKMENT LANDWARDS O EXIST. TOWALL SHALL NOT DCED A MANIMW SLOPEOF1 HORIZONTAL VERTICAL ME EXPOSER EMBANKMENT SHALL BE COVERED WIN MOPE BLANKET AND ONE ROW E HAY 0 LES SHALL E STATED CONTINUOUSLY ALONG THE BASE OF THE EXCAVATION, ABM ME TOLL HON WATER ELEVATION. 3. A CONTINUOUS FLUTING NRBIONY BARRIER INSTALLED NOT MORE SEW LL CON) FEERUT . TH . On MEN Dm .RIT R VAEL SHEET LE GOMAN A SKIRT AND ME SKIRT SHA L BE ANCHORED OR WEIGHTED TO THE WATERWAY BOTTOM. ATKINS P'AR°R DFMwwDS iiwl E IN ApCOROANCE BELOw6DTDP a 5 .DRE HORIZONTAL rT VIM 13 INCHES OR 400E OF CONCRETE CASs BELOW THE BMS. 1 BAR SPLICE TAB. I IDR - D K51 ARO 5,040 PSI BART DIMER HDDK SIZE BARS OM EMBED I- II 11 i•, Ili }I � I 1 ], N.DRAWING 5 DIRECTION sm.., CUT 28 49. 55) SECTION LETTER SECTION IS DU OF SECTION SECTION CUE DRAWING SECTION IS FOUND SECTION 1 MMEAR WATER .VELS D ICON YAIERI'ELEVATION 1Fl01 0.11 I4HHW1 NEAR HIGH WATER DVDs - 3' I - 2,26 YGTI SU LLKL 145E 440LuwI, MEAN °AEIDAER R LAW WATER OREELEVATIONS BASED ON MVO. DATUM DRAWING SYMBOLS AREA FOR OEC DUAL NUMMI SECTION SCA. WA Id DRAYANO DUAL 5 FOUND DETAIL CALLOUT DEERE NUMBER DRAWING END DETAIL DETAL ELEVATION LETTER DRAWING ELEVATOR 5 FOND ELEVATION VIEW ..^:IP. -SA- tip. NEI RETNNINO 31.18'-0' NEI SSP VARA. BISCAYNE WATERWAY 9.170'3 PBiE3.T MRS *14'-U'I. SOP NEN WICRETE 51P Nf0R Br >F/i!L -44A._ I FOR SOIL BORING INFORIASON REFER TO GEOTECHNICAL ENGINEERING EVALWOON REPORT. B1 - DENOTES SOIL BORING 0+ 0 DENOTES STATIONS HANG SEAWALL 0057 PROPERTY UNE ORNNIO 0-4 EXISTING 60, m R^ w -u. .PF —i ENTERO CST. E0136' RCP OUTFALL rN:.N.Na LST. 12. PVC TNN PPE TO ROOM 044+0044 5-9 OPER, UNE 10 •' 1 % '."f! 11, CNASEAveNue j r t A 11\ f I 2A 1.LCH 1 MUSS PARK SEAWALL REPLACEMENT t/\ SEAWALL SITE PLAN PUBLIC WORMS DEPARTMENT >n� PLAN SCALE. FAST PROPER++' UNE I ATKINS RN. Lm nnro 1 . wcaaelOSPECONO 1:-.‘77,,,ceampt w .WN ,,NPE. MKRE ;.NP,� ; w ror� ok - PL+ Iv n SOUTH PROPERTY BOUNDARYOF SS SOUTH PROPERTY UNE — WEST PROPERTY UNE TOALI NE WITH WWEESTT PROPERTY BOUNDARY .STING SEAWALL TO 8E REMOVED, TYPICAL BISCAYNE WATERWAY NEW SSP WALL f' L,_ MUSS PARK ETE RING WAIL \,T CONCRETE NEW PE NEW SSP AN l PANEL. TVP. WNL PIAN (STA 0+00 TO STA 1+00) EL (.0,70 CDT.) NOSHED GRADE EL (a)S.XI (TYR.) f` E.J.ET LOCATE BWEEN PE -RODS TEE . E1 NEM CONCRETE WALKWAY 1. THE LOCATION of PE -RODS AND AN. R ARE APPROXIMATE. CONTRACTOR TO ADJUST AND ADD PANE. W. ANCHOR PANELS REQUIRED TO NNW. WXIMOM I0'-0' SPACING MIAMIBEACH PUBLIC WORKS DEPARTMENT 'RLL MUSS PARK SEAWALL REPLACEMENT WALL PLAN AND ELEVATION -1 WALL ELEVATION (STA 0+00 TO STA 1+00) ' ATKINS I'"Y''.E' ''E :.'n'.I `-rvomono, M ,larl .TVMN 9 a 1� RM wDEVAIaW., I b.;NW ro .4 Nu. M/,L,A a..13 a s o..v MEND EXIST W IXrtEALL R WEST PROPERTY UNE "` WET P` E WOIiHNwFSi % PROPFAry UNE BISCAYNE WATERWAY 8 EJ. EXIS NG WALL TO DE REMOVED. TVMGL AP 4. (A)5.)0 /(iTCPJ FINISHED HW GRADE EL(+)520 (TVP.) NEW TIE ROOS P tC O. MAX. O.C. MUSS PARK I/ RCP OUTFALL PIPE (TO REMAIN) �l �T 2-0- AN.j, ELL((W. H) 303 (TVP) II LOCA. SPP WALL TAAL. RAVOIO OUTPAI PIPE (TVP.) NEW SSP ANCHHtOOR PANE, I CONCRETE X±111001 WALL PLAN (STA I+00 TO STA 2+16) I II 8 06T CONCRETE TTC RETUNING WALL y1. -------- MITRED ENO PER INDEXNO. 272 EXIST PVC ORA. ECESSET SARY TO NMEET GIVOE = N U EXISTING 10 PVC 0RAI PIPE --.i (TO REMAIN) BM I. ME LOCATION OF TIE -RODS AND ANCHOR PANELS ARE APPROXIMATE. CONTRACTOR TO .UST AND ADO PE -RODS WITH ANCHOR PANELS REWIRED TO MAINTAIN MUN IO' -0- SPACING. MIAM! EA H I" DUatIC WORKS DEPARTMENT I TDA' WALL PLAN AND ELEVATION -2 MUSS PARK SEAWALL REPLACEMENT WALL Ft PBC.. (qTA 1+00 TO STA. 2+16) SCALE TA v ILLY 1 ATKINS 1::_----,•17=1„ : e1a <<..oa,.R. n i 1� °11, . FelMCEANOV..Ph0PE aZW,°;4,Lt.1“..' N�._� , PMN AIM OlvAW,L.N I ..i P... 1001016 O O ;LA a P,.,o.... 6-0 _MS-- .T./..e(2;07`' BEL (a)130 / CONCRETE CAP r El vMIEB IW�E LOGTION OF TIE -RODS AND ANCHOR PANELS ARE APPROXIMATE CONTRACTOR TO ADJUST AND ACID TIE -RODS WITH 3. VE"XE EAE5 OWGDO 4OMNAmm4O'-O'LWOW 7 S82. CONCRETE RETAINING WALL 1[I4-0' 8 + BISCAYNE WATERWAY WEST PROPERTY LINE WET FACE OF N. SSP NG SUwu1 TO AUDI REST TO BE REExANRIED Isn. ttPICAL l P�PERTr UK 8 T/ CAP EL (.)S.m (P(P.) EO.) LOGTE E.J. EiR(a7833 (TTP.) BETWEEN TIE -RODS (TMP) x TIE RODS 0 I3 -O MO- 3.C. MUSS PARK - EDGE LC Lf, NEW SSP ANCHOR T.P. NEW CONCRETE WALKWAY OF NEW SEAWALL /kid A NvI BEACH 1 -- MUSS PARK SEAWALL REPLACEMENT PUBLIC WORKS DEPARTMENT I WALL PLAN ANO ELEVATION -3 ATKINS WALL ELEVATION (STA 2+18 TO STA. 3+23.76) SCALE 1M F Cry aaA IRK, C6RIEWERV P.O. L JI +� BRICE♦Ywwr. Pno..P cl=R:w iirmW62PEP / ' CITY 5-]m 6P11NuP.....—q vm e.0 xA• aw •AP w. _xA• . OX/MAX mow WEST PROPERTY UNE T B ERI.s uROo L(a)0.05 EL. THE PROPOSED SEAWALL ACEIWET FALWAYS LANDWARD OF EXISSINGLS WET PAGE, AND VARIES FROM 2FT TO OR PROTECTIVE CONING WATERSIDE TOP 12.-0' (TPJ (a) #7 BARS TBP (2) 17 BARS E.F. /4 STIRRUPS O 12' - OF SSP WALL 0 OF WALL ro 0 ANp100 GRADE REFER TO SHEET L-2 FOR GRADING AND SWALE (2) /T BARS BOT. EF. SLOPE SALVAGED LIGHT POLES AND RXTIIRES CONTRACTOR ENUAND REPLACE DAWm ELECTRICAL CO CONTRACTOR TO VELD VERIFY PREPARED 0 REPLACE ANY WATER PIPES (REFER TO ED SOIL URA (6 T 1v! VNDSC.RING 0005.) COMPACTED BAKMENT OF SSP ANCHOR PANELS L 2 FORGRwnG AND VIA. RN RIDE EL 3.50 SIDEWALK (e' MIN.) ri SSP �\ EL (4)2.004 JI NEW TIE ROD O 10'-0. 0.4 NW MPJ R/ RACKRLL B EL. 6d(-)14.00 MUD UNE LAMi BEACH I yi PUBLIC WORK. DEPARTMENT I Imo' TYPICAL WALL SECTION NEW SSP .ANAL MUSS PARK SEAWALL REPLACEMENT ST STONE (BELOW W) RACKFII )0. c) NEW 55P ANCHOR PANEL f RMS. I. WET FACE OF NEW SSP TO ALIGN WITH WEST PROPERTY LINE MPJ 2. EXISTING UNDERGROUND UnUnES, IR 1.110N LINES, ETC., ARE NOT SHOWN. B. CUT AND FI SLOPES ARE APPROXITE CONTRACTOR TO SUBMIT GUT AND Flu P. FOR APPROVAL 4. FOR APPROXIMATE LOCAION OF IE-ROOS ANO ANCHOR PANES, REFER TO ALL PUNS ADJUST AND AAD TIE -BOOS AND ANCHOR PANELS AS REQUIRED TO AVOID CONFLICTS AND Mu ACING AT 10 5. CO TRACTOR TO RESTORE ALL MARIAN SPACING 10.-0. ANO/OX REMOVED DURING OEMWION AID CONSTRUCTION TO FULL WORKING ORDER. TYPICAL WALL SECTION ATKINS MMRR REVISION TIE 000 Loa SCALE: 3/4. . 1.-0. 131.10.07;1713. w umT 'Pro PeiCraw* 1404 M r_ 6 •M K PrnWTA EXISMO WALL TO BERELANEO NEW SSP WALL WEST PROPE,IFEY PALL A 2.23.78 NOR, I -O. AOJUSTNEW SEAWALL AUW{MENTE�uNe 0' TO RE -IN mM EOSPNG SEAWALL B/ CAP 0 EL (2).0 El CONCRETE FROM (-)6U TO TUNDER5DE OF CAP 0'-0' LONG SEGMENT OF EXISTING SEAWALL (TO —/00 WALL PREMOLOED E.J. W_ SEALER JC.17- (TMJ NEiI uONG WILL EL (*)5..'7 FINISHED GIUDE E (+)5.20 NEW CONCRETE CAP NEW TIE ROD / (TX,) FINISHED MACE EL. (2)520 7/ WALL EL (0)5.70 FOOnN KZALW NORTH END WALLCONf.ECTIDN DETAIL (SOUTH WALL SPAY O D • Ll�(T�oBREwx) WALL I SEL ()2 CO BOPROPERTY UNCMY L ` 0 MUSS PMR ND'WORN TMS SIDE OF PROPERTY UNE i% SHEEiT PIIE B EL (+)5.20 B( W k 0FOORNC B EL (+)T0 rt(-PAD. (0) YT BARS TCP (0) 17 Bus E.F. 110 C0N2 /. STIRRUPS 0 T0' (2) n BARS BOT ME PROPOSED SEAWALL'S WET FACE IS WE WFACE. AND RABIES ARS l/ODWAR° OF NSI 2FT TO OFT � kL VMIES V4171141; JERN 2a SRACO. IR POOP. EL. (2)2.05 2. -0. LONG SEGMENT OF EXISTINGCONC WALL TOREMO (DE) TO 007100 TN EMD WALL CLOSURE DETAIL MOLAR. AA NORTH END WALL CLOSURE DETAIL - -1\r- - MUSS PMN NO WORN ,IS LOE OF PROPER, UNE SECTION AT NORTH WALL O(SOUTH WAILSIMSCALE ale • .)) tv IAMIBEACH I'�'p°iO�MUBB PARK SEAWALL REPLACEMENT I ATKINS .wx.M, ..K.;Ma,A..x,aP.I PURLFt C'WORKS S/f�i i TT WALL DETAILS AND SECTIONS -1 j 9 Z Y FMMRRYI )➢ s...L.IIM08 007860x. .ppp .. 6.0. 0.88470 AAAA 0 MOM VARIES (SEE NOTES) A -/Fr .�I.. x/Fr 3.9 x W2 WWF O MID DEPTH N. GRADE KWIC NEW PACTS) UMEROCK BASE I. CONTRACTOR T) REMOVE Eximmo CONCRETE WALL AS SHOWN ON OEMOUTION PVN AND REPVCE WITH MILK BECTON GNARK AND COLOR OF NEW WALK TO MATCH EXISTING PRIOR TO REMOVAL. N9 PAL (15.20 TYPICAL SECTION NEW CONCRETE WALK 1 V GROOVE JOINT I � I TYPE 'A' TYPE (OPEN ME JOINTS) (SAWED 40035) WALK JOINTS NEW WALK CONSTRUCTION DETAILS TYPE C .PARSION JOINTS) MUM I. ALK TO BE CONSTRUCTED T] LATCH EXISTING WALK MOTH. ORADE AND COLOR. 3. PROVIDE ME •A• JOINT 40'-0• CENTER TO CENTER. 3. PROVIDE ME •B• JOINT I0'-0• CENTER TO CENTER. 4. PROVIDE ME C' JOINT WHERE NEW WALK ABUTS EXISTING W.. OUTP PPE DETAIL BGALE .10- II.. SAVAGE EXISTING MANATEE GRATE AND REINSTALL USING STAINLESS G. STEEL TO REMON , THAORST NMANATEE GRATE HAROWARE TO TCH FIT ONI NEW HEADWALL AND ADJUST HEADWALL DIMENSIONS IF NECESSARY. AAI PI BEAH 1 NONNID:MMN MUSS PARK SEAWALL REPLACEMENT MIMIC WORKS DEPARTMENT I WALL DETAILS AND SECTIONS -2 aR' (TRA) NEW NTERZ AT WALL v — 40WWA LL SECTION /-) O SCALE ATK NNS = MR U LSECTION n• SCALL: 1-T/3' - N'-0• SCALL: 5/a• - Y-0• scALE 1/2- 1.-0• „m 2RxxHMP KULL. e..IALL, P.r o.,. mA / .w. _ 4 N D END 11.71 n DR▪ AM RPE EXTENSION AS ♦ O MEET ORAS bS OPE '9lOPE TO D NUE:UNE L• ,wx SPUCE 1 PVC DRAIN PRE SECTION uSTA !,1;0.05 FOR TIE HOLD SSP ANCHOR PANEL (PAR) R B" X B" X %" w/ 1101, HOLE PIPE (TO REMAIN) NEW POUR PREVIOUS POUR CONSTRUCTION JOINT PREVIOUS POUR %" EXPANSION JOINT FILLER W/ %" X %• SENANT TIE BARS FUI TYPICAL CONSTRUCTION JOINT WALL CAP 11. FOR ROAR SPUCE LDNGTHS REFER TO GENERAL NOTES. 2. MNIRACTOR TO USE CONSTRUCTION JOINTS. ONLY WITH PROVAL 3 ALLOW U HOURS BETWEEN ADJACENT POURS. BEVELLED PLATE 2)T" 2x" X %• W/ 1%0A HOLE 1)2. H. NUT n TIEAND WALL PANEL 112ro TIE -ROD GONCRE15 INFILL ANCHOR PANEL RAN VIEW MIAMI EACH 01111.1C WORKS DEPARTMENT I I� R 52" X 12" X %• (3 PER FA ANCHOR) ANCHOR PANEL ELEVATION VIEW TYPICAL SSP ANCHOR PANELS MUSS PARK SEAWALL REPLACEMENT WALL DETAILS AND SECTIONS -3 x 5.5 BOLT w/ Nu AND WASHERS CUP ANGLE STAINLESS STEEL PLATE FROP.�D p5' FROM HORIZONTAL O T O.C. SSP ANCHOR PANEL (PAIR) 1.1 HOLE VARIES 6' SN. STARLESS S XP SECTION - STAINLESS STEEL PLATE 1- x" PVT: PPE SLEEVE ROLES I. RECEIVE PROTECT. CO... 2. THE TIE -ROD HARDWARE BEARI DETAIL IS SINKAR AL N. SSP WALL ^ ` SFAWNL NEM POUR •.x" CHAMFER. Iry ALL EDGES CLOSED-ENDORFO-SLEEVED INNORIZ. OSG HATCH 2 (TERMINALE 0 JOINT) Platt TYPICAL EXPANSION JOINT WALL CAP 1.FORLOCATION OF EXPANSION JOINT (Ea.). REFER TO NEW WALL 2. ALLOW NB HOURS BETWEEN ADJACENT POURS. 3. MANIA SPACING OF 40'-0" UNLESS OTHEfinSE APPROVED. CUP DETAIL L2%2%3/15 6'0" TYP STANL65 IEEE A WX' PUTS 12 PVC MAIN GRATE AO Si A5 REVDTOTIT ON SEAWALL ST/UNLESS STEEL PUTS %"0 S.S. BAs 02000. S.S. NP ANGLE SEE OCTAL STEELDIRECTIVE VANE ANGLED 13. 0 T O.C. (TW.) SEEANGLE DE.. VERT. BARSk PLATE HOLES SVM. ABOUT RPE 11 VENT., FOR SO"XvB" RCP OUTFALL PIPE 007.33V BEEOSVERDGLS FOR 13 PVC OUTFALL RPE I. STAINLESS STEEL O A).1NAN PLATES. PS, BOLTS O NUTS 5 SIDE VIEW GRATE DETAIL FONT MEW GRATE DETAIL I ATISM ;/ SCALE: 1/a' - 1-0 - ,-u mV N/A F..V. .XVI oaf ,wo (NI oW. o5/1y1A s,.. 1R .ANWM 1WTAs�. r(E061.0r±210612VE AREA 6 ttn.)a.os • • • (nWALL SECTION @ MANGROVE AREA al. VC • v.0- • GARIMEDAE 0 MANGROVE • (+).006 -- FIVE MEV 862 TYPE I ALUMINUM PEOESTRMN %RUNG YORE AT 12- ES. EKK MI AAA! BEACH I wwWWWPe MUSS PARK SEAWALL REPLACEMENT 1 ATKINS -- DIRECTOR. CARIEWER, RE, Clam &- PUBLIC WORKS EEEEEEEEEE I 'WALL AT MANGROVE SECTION AND DETAILS I 7.1.=riiin Or& &Gm& 0/LCE AMON, E , MALE 1 1 FOAMING WALL DEG& 0 V SCALE: V, • r -d• &&•••&&&&&&Nall. &my& wen.. flollon•C-11 TO 5-0 0001660 I600,00.0. _111.1— ..ve ovm 0602/14 60.0 0 a ss a BISCAYNE WATERWAY MANGROVE PROTECTION AREA MAKEIXmr AVIAJ�NOV> MB MAY PELEAVING ADJACENT SEAWALLS w PLACE. CONTRACTOR MUST PROVIDE OF PROMOTION OF R TE Y OR APPROVAL Pro TO Taws PROPERTY ME- UNDw RS VIAL AINWrogRNSImKPl PR�ERTY AND EARTH...SEE TREE PRUNINGNO W ES `ir S LINE 1 MIAMI BEACH MUSS PARK SEAWALL REPLACEMENT ATI $ r, PUBLIC WORKS DEPARTMENT • LANDSCAPE DEMOLITION PLAN 8 NOTES Mhwws .11 TREE DISPOSITION 'ABL. GRE I emEA ANNE GOO. NNE A2 Wp/ INCA /f!f AWrwM RTETawniu RorRxo wE 7� ,o,LETPORMIA KRMILA PNE it GC r a o000 103 WON. wrt mu NOEnx SIAM PK SO. u. raw N'UL �� AWR%MM IEINOPPDLA wRDlt MIM RE ROA CCM 101. W. RAE. ANG .G aom Ir Dv. eN sa n. KOP 1m DEL. Ra POTN it . .0 Ia .00ARia emus D®l RIMENCODs• nun. Rw IM wmPOA NAB[ FED LAWANEK.Y c1L lm n III us Om UAWEAM wmIPN RNaME ID I FT. GLOD 112 MEWL PNWSA W1E10 K. Ill AWN. PTuvtmu Nara[ EE.MD PEE iY Et VCR POOR NOOSE MINE NYRE RUNE MAW Ruu RYAN MINS Rias 1 ❑ 4' CHAIN LINK TREE PROTECTION FENCE At Om RR Ww•wwww. wARn. e + a w.., JILL— SEE BISCAYNE WATERWAY `v.--% �!�• MANSIONE PRESERVATION AREA : COSTING 0, •om•r�svnwr �� • ! lK •SwELE OMER GRACE 1t4 TOM AREA AA EOSTINLICF MUSS PARK SEAWALL REPLACEMENT nac PAVING, GRADING, AND FENCING PLAN FENCING & SIDEWALK LAYOUT PLAN Oq TYPICAL SECTION THROUGH SEAWALL �ATKIN5^": tl� 1. ME a1xlxEEmx 91ELL aaEu XAxu n mauInrmM Caal' RCP SRALL EXERCISE own. WHEN MOON ENNINIIS �OFAS PIPE UNE HAS SEEN uuaomISxOT NECESSARY m a PRESERVED. AND 5 `"',0 1Z,'"'" oEx%Evunua caEsmM:nol. 10 SECTION THROUGH SEAWALL AT PRESERVATION AREA BISCAYNE WATERWAYI: MLL CONNECT TO wxa G Ean LlrlE ��S CN45EAVENUE v'AM BEACH PUSLIG WORKS DEPARTMENT ss MUSS PARK SEAWALL REPLACEMENT LANDSCAPE PLAN ATKINS �r FENCE GATE DETAL NTS ZRAT OP Tp•z IM: TNG FUN T ' wl RP o. cow. AssoRM ABINSOME DENIS.0w.1 _\ \ Kerma. m OR APPROVED EMIL FENCE DETML 111111Ars .II ROOT BARRIER IRxTwzE6. ro"'ICiLxD A.M. POST r6'ax.a4s'Ram 6121661WIN SPECIFIED 0.6111.0. TO MOVE AN POW. M{ j1 MI BE R CH MUSS PARK SEAWALL REPLACEMENT ATKINS PUBLIC WORKS GEPARTMFNT � ^® LANDSCAPE NOTES AND DETAILS TRICK TREE RAMROD GENERAL NOTES NL FUMING m CONFORM To NL Nmn6E L. OF me arc OF WPM BEN. z 6 6 THE A60D am OF 16 COWL.. TO DEAN KOPER PM. DR 1MAWR 1006. 3. ALL FUDR YAM SHALL N N CPLIW LOOM . FREE Of NL MHCIS NO DISUSE NO MALL BE FOWL OR E SURBER N A CI.ASSFGTBR DAN ASFLDRG oua FI. B IFR TNGSUM RLNWA MOB ND 6.1.5 GRAN MR 1001106 SNARL E RlWED R 1E CONTRACTOR PROR TO COMMENCING NOW. E MUTT CONFLICTS .016 WNW Mom N AREAS EG. CONIANDOR SNAIL =TACT ME PROW. NMRN N M 1.2 TN 1001016 NO rEEO TO DE SiNIED w A SURELOFOR wr RECESS,. AR 01 MIN COMPNONSILLOS. W. ROwxG TONTMC1OM INS 111E OPTION TO CALL 966111E 011E CAW AT 811101 SCNOAE LOCATOR O MR. OMT SURL'AH T) TWO SMINCE 5. RAW. MO WAAL 6 TO EC 1 PARTS NATNE SOL ARO 1 PART PLO OR AMC. COMPOST PI. 1 P0.66 Ci 6-6-6 FERTILDFR PER INC CIBC YARD O SOLE RL6. MIL BE RFC. AOODINTE WATER 0RW uY INRODWOUT PINE RSITYi1E OF rWLA.SUPE 0361.71.ARRANTEE NROO OF31 INTELCr ALL . W.. ANY ANY SUPPLE... YOUNG TAT WA E MORD To NOW. ATWML RANFNL OR . fRGTUN 5 WWI.. To INSOLE PROPER PAN DEwrouENF AND WALL E PRIMED AS PART OF 016 CONTRACT. TSR SR. 070RONAIE WOW WM ALL ow. TRA. ON .5 L LLL ARDS o B�f� A ME CONTRACTOR .0 BE RE OTD TNEn mow m1wNON AIL RREE PL IS aaaR' ED. STN Ism m PROPER .0/ED 'Ew01 mEa A rn M.O.. MD SMIL R. RBENEC IRON ALL TREES ARO PAL. Arm WEL. 11006 ASTER numw. POMO6 KOOK WRIT�iENNGWTIONIATE N FRONT PE Cm 1 LPMTN A All TROD . m M NOP OF If ROO., ROOT WAR. AND WAST ORDER ROWS ARE AT >HF SwF LEVEL OR DOWN MOVE 1 E FINAL GRACE WENT . ROMs .UO NOT CONSUMED WE ODER .TS I I. ALL TROD A. P.6 LOLL NNE A WAN RING GE A 1611610M OF A MASA 6.11 SMLL BE A .466 DEP. OF 2/ AND AT MATERIAL TREES 10 16121. MIA... RrccOCLWCPLANT ESS LD . s0.. a R LAM SPALL BE PrelN.OTERc.N I ROW0PT oo sES R ERECYCLED W. NAY BE USEDCIMA PL.MING ®WES. DART NO LESS TAN ]f 0 DNW WOE O RANI WTFFN. f0 MADEADOE IL A FINAL DRS. INSPECT. SWEL os°waPcAanus EmoumC LATER. N CROP TO VER.RArtR .1iO mmPemcwaiOLmaK F.APCCM.. SPECi.COLD .ULT IR REACTION Cf . PIMP ENTERAL TS. NW WAGM TRIMMING S1020 E COMM. WAN TIE arcs SAWA FurtS RR 1 KEY SCIENTIFIC NAME IOL I RMI ..11.6117 ...N PLANT SCHEDULE I COMMON NAME CITY. SIZE REMPW(S I COMBO LIMBO I r NT. .09R + uPER RSNB�.mR;� i'111«RN REM ROOT PARROT SUMMARY OF QUANTITIES OTE. 1 SIZE ee ` 1 d(Ipi1. N ...�ie.. ,JMs ....JILL ...o..—Iu` abAN a ^lHs REMARKS 1 Iran. Nin . ur.16 w.. I..•11 M-1.iY••.W.N BISCAYNE WATERWAY 1 MEAM BEACi PUBLIC WORKS DEPARTMENT I 1 PROPERTY VE i1 fib 100 3 QF 1 AAA PROVIDE NEW VALVE NG 10 CONTROLLER mAJA caNNEcr TO EEISTIW INRWAMM Y/N 11 MUSS PARK SEAWALL REPLACEMENT IRRIGATION PLAN COSMO RANRIRD ESP -MME CONTROLLER. PROVIDE MS A R-STA/OMODULE. W00EL ZONE LAMAND SLFUNRE NEEDS NSIGN OF NEW ATKINS.. —TV' �A UMW. .31. 507r _a� NO �saP i P! as LEM. e RAINDRU 1300 -AF BUBBLER Q RANORD PEVA 1 SI IRRIGATION VALVE — IRRIGATION LATERAL UNE IRRIGADON 1.1.1 UNE PONT OF CONNECTION NOTES. 1HE CONTRACTOR SHALL LOCATE THE Cr R 313' RCP OOTFALL ANO NE MI PVC OUIFALL MO PROTECT FROM DAMCANE. 1Y PVC OLIITALL TRACTOR SHALL EUNE EXEROSEAC ROT GLIM FIEIp DIGGINGDWIITHN ITS VICINITY, won a. 07/14/P Am/ Ma DA/Au NS: 17 SNAA(NGS UNOO To SPRINKLERS ; VALVE MARKED e wATER TOO WIRE CONNECTORS REOb ON AM. CONTROL WIRES FINNED GLADE IIF ' "PIALoI�1':�L Tr•a SCHEEL b PEC CUT NIPPLE 27 MIRE COL FACIE WIRE OR TA K"x 9" PRESSURE EED WOOD WR REO'0 LAII NERVE BOK). R 17 DK WM91ED ROCK VALVE INSTALLATION NTS (MIN. ILA ANG). 064E WIRES AT 10. INTZWALS WAN. PRO,12' AT w' REVIVALS (1YP.. THROUGHOUT) TRENCHING HNG DETAIL NTS MIAMI BEACH PUELIC WORKS DEPARTMENT EI61R4 10411700 WIRES (LA1N. 414 AMC). BUNDLE WIRES AT 10' RIALS R PRONE 1E" CYPANSCIA AT 50. INTERVALS (M.,THROUGHOUT) IRRIGATION NOTES I. THE AND SHALL BE OH TO OBEE. ALL IRRIGATION IwNSTRIJ TITHEONIAcn �¢ A'� Z Yim-,11, FOR TES PROW SHALL BE NEN NO MDSnNn0N5 V. R ALLOWED TOUT PROM APPROVAL BY TE ERUCT ENGINEER. ] PLANS ARE SHOWN SCHEMATICALLY FOR GRAPHIC CURITY ALL EQUIPMENT SHALL BE INSTALLED SIEENNC)D MITHN 100 41WI O' w4YWS AREA (EXCEPT FOR l IRRIGATION COMPONENTS AND THEIR INSTALATOM SHALL BE N ACCORDANCE WM LOCAL CODES. CONTRACT DRAWN., MANUFACNRER ENOATONS AND CONTRACT SPEORCATWS 5 ME OUANTITESS ARE SUMMARIZED FOR' THE CONVENIENCE OF ME CONTRACTOR D XCTHEWS EN E E ON SYSTEM SAL P SUM B MATERIALS RRETQU RR WN FOR A PLETEN AND I ALL NNCnCN,, 100X CONERACE SYSTEM INCLUDING WATER ONO ELECTRICAL SERMCE CONNECTORS B CCNSNCTOM. KS DEPARTMENT SHALL BE NOTIFIED PRIOR TO START OF 1. NO EXCAVATION SHALL TAKE PLACE UNTIL ALL EXISTING UTILITIES HAVE BEO EF BSI AND MEN. C�NPAER TAC`55 OEIMTEMT B 4N TAO ESS DAYOSE PRI D EXCAVATION. B. ZONE LINES ARE OESGNED TO PERFORM AT 30 PSI AT ME UST HEAD. 9. ZONE UNE PIPING SHALL BE SCHEDULE 40 PNC PLASTIC PIPE OR APPROVED EQUAL ' THE IRRIGATOR FT00150ED CRAPE. D GRADE SHALL BE ALL BE SCHEDULE BO PVC I NSTAULED BELOW THEY BELOW TOP OF ADJACENT PAVEMENT, ANO/OR SURROUNDING ORO NO. II IRRIGATION SLEEVE PIPING SHALL BE SCHEDULE BO PVC FOR TRENCHES ASHALL ND 0417 BE NO LESS THAN HOPE PIPE FOR TRICE MEDDIM. ER OFONAL ORE THE PIS PE i0 BE SETIN IT. 12. IRRIGATOR UNES AND FITTINGS SHALL BE SOLvENT WELDED WM E-2 NEL° BLUE 0.UE MM WELD -ON 1770 PURPLE PPoMER, OR APPROND EQUALS. 13VE0010S, FILTERS. GAUATE 92S. .. MESE ITEMS MUSHALL BE ST BE EA IN 550100 'AtSSBI£ FOR SERNONL ANO MANTENANCE AFTER INSTALUnOMEI ME LANDSCAPING. MUSS PARK SEAWALL REPLACEMENT InIL IRRIGATION NOTES AND DETAILS FL000 BUBBLVV NSTAUATION nTKINS i=n I-- EbE.: E ha�P..a wA�P � �0 P� IN. FLUSH ALL UNES FORA MINIMUM OF TEN MINUTES 16. pno NT GF E IR MmsN M IS SYSTEBr NTING DURI C MEDIATCnYWTIE IRRIGATION CONTRACTOR SHALL IMMEDIATELY MAKE ALL NECESSARY REPAIRS TO THE IRRIGATION SYSTEM ME CONTRACTOR SHALL BE AREA ARE OF ANY EXISTING NO ENSURE THAT NO EXISTING IRRGATION SYSTSySTEMS EMS MILL N THE PROJECT xv DAMAGE TO Ax EXISTING IRRIGATOM SYSTEM SHALL BE r gSATED F BY SUCH LEPAIRSTOV. TNS RESPONSIBLE SHALL THE NLLv COMPENSATED FOR SUOI REPAIRS BY MDSE ftESPONSIBIE f0R ME DAMAGE RE SMALL BE MERM0011041 5010 COPPER, LA0 50110 COMMON LOw SOLTAGE. Fa, IRRIGATOR IAL AND WRE AND ��o WHITE couuaN WRE rwrABIE FOU DIRECT BURIAL AND c«Nnxuaus AGES MAKE EMECMNUM CE'R", ESONN A M 0PE E71 N BOXES 5001100 EXTRA BOXES. ARES i0 ME LA AND AT ME CONTROLLER. PRONOE TWO N EACH DIRECTION 17. IRRIGATOR SYSTEM SHA BE OPERABLE FOR A MINIMUM OF AB HOURS PRIOR SATR TO MPRIOR GANN. THE G OF SO GROUND OF SHALL BE THOROUGHLY Ia. AFTER THE SATISFACTORY COMPLETION OF ME MAIN, AND BEFORE BACKFTWNG, THE MAN SHALL BE FILLED WM WATER AND TESTED FOR PRESSURE AT ME WORKING PRESSURE RAM GAUGES AT OPPOSITE ENDS 1 55 ALDE CNMZONE SITLL' BE NSUALLY TESiN nr.EVAPCERESSRE 'g THE SIEETSNOF ALLTIRWCON ,OnEQUIPMENT CONTRACTOR BE PROMDEDRrvNOE: ST BREAKDOWN CP PROPOSED IRRIGATOR MATERIALS TO BE INSTALLEDAN INSTALLATION SCHEDULE FOR ALL IRRIGATOR EQUIPMENT AT EACH AREA OF ME SITE 20. RESPONSE, BEFORE IRFOR COORDINATINGRIGATION IS PAND ORGANIZINGTED THE AN SHALL OPERATONAL TRAINING MSESSION TOWNS FILED. AINMIS mErnmo RILL TENANCE STAFF OF MESYSTEM COMPONENTS 21. UPON PROJECT ACCEPTANCE ME CONTRACTOR SHALL PRONROE CORES OF A EB 15,TIIRRIWnON 040 NPERMi ARID CDNOnp00 ANOTAN1 OTHER PERTINENT INFORMATION ABOUT ME SYSTEM. SHALL ME E0' X b" RCP Par, MD THE 1Z' RC OUTFALL 22AND CONTRACTOR R FROM CAM, 127 PVC OUTFALL PIPE M TE THE LN HELL DOWSE CAUTION WEN =ON G RNA n9ONOMD IOCITEA ITY. CONTRACTOR S MMIR( OF NIGATIDN PIM -KEY MAMMAL UST DAMP1ON - ESR BMB r tom Dr. urEBIL TINE 'G1a 3/4- LATERAL vE mom, comma RAE LMN now I 77 ME DUN11R6 MAIM ARE APPROXIMATE SONE OIMPTl6 RLL VARY By MEMDD O NSMAIAMN. ALL ME1M0010CY WLL BE MmI ME APPROVAL OF ME DONEES. THE WNnn6 ARE SWANARDEO FOR THE CORENIpCE O ME CONTRACTOR ARO O ME ENGINEER. ME EMOTION MTM IS A LIAR STM BO ITE AL IN[LUSM Cr u BOR ANo RATER. REWIRED FOR A COMPLETED HID TOTALLY 1NIcnDNAL IRRIGATOR SYSRu, MIMING WATER .MIG SERACE CONECTON. APPENDIX H Structural Calculations BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 107 Muss Park Seawall Replacement, 4400 Chase Avenue Structural Calculations Final Submittal City of Miami Beach February 7, 2017 Plan Design Enable Table of Contents Summary of Calculations 1. Hot -Rolled Sheet Pile Design 2. Cold -Formed Sheet Pile Design 3. Deadmen (Anchor Panel) Design 4. Tie Rod Design 5. Tie Rod Connection Design 6. Concrete Cap Design 7. Retaining Wall Design Appendix A — Geotechnical Report dated February 14, 2014 Summary of Calculations: 1) Hot -Rolled Steel Sheet Pile Design The main steel sheet pile section selected for primary design is AZ14-770. The loading conditions for design were as follows: • Flood load - Water behind wall to 6" above grade • Construction load - 240 psf surcharge behind wall • "Normal" loads —120 psf surcharge behind wall, water table behind wall at ground level Based on these loading conditions, the minimum factor of safety is 2.0 with a total max deflection of 0.1 in. The max stress ratio for the steel sheet pile is approximately 0.15, which is well below safe operating limits to account for corrosion of the sheet over time. 2) Cold -Formed Steel Sheet Pile Design The deadmen anchor wall panels for the project were designed to be either hot -rolled or cold -formed steel sheet piling. An AZ14-770 sheet was the primary design for hot -rolled sheet, but an SKZ-24 sheet may be used if cold -formed sheet pile is desired. 3) Deadmen (Anchor panel) Design The max tensile anchor load of 2.3 kip/ft was used, based on the loading conditions outlined in Section 1 — Hot -rolled Sheet Pile Design. Based on the applied anchor load and using Pile Buck Sheet Pile design procedure for anchor wall design, the factor of safety for the anchor wall was calculated as miniumum of 2.0. 4) Tie Rod Design A 1.25" diameter Grade 75 tie rod was used for the tie rod on the project. Based on the calculated anchor loads, the stress ratio for the tie rod was calculated as 0.817 for elastic strength of tie rod, which meets AISC requirements. Corrosion was considered during the design, however, stainless steel tie rods were specified on the plans to meet local building code requirements to meet corrosion design criteria. 5) Tie Rod Connection Design The maximum slope of the tie rod, taken as 11.5 degrees from horizontal, was checked against AISC guidelines. Based on the configuration of the site, an 8" x 8 " x 3/4" steel plate will be used with a 2.5" x 2.5" x 1" thick beveled steel plate to accommodate angle of tie rod. 6) Concrete Cap Design The concrete cap along the top of the steel sheet pile wall was designed to comply with ACI 318-11. Reinforcing provided in concrete cap meets ACI 318-11 requirements for all loading configurations for the steel sheet pile wall design. 7) Concrete Retaining Wall Design The retaining walls on the north and south portions of the wall are designed as cantilevered concrete retaining walls. The retaining walls were designed using the "normal" loading conditions from Section 1, with 240 psf surcharge load behind wall and water table taken up to top of grade. Based on ASCE 7-10 load combinations and soil requirements, the retaining wall design stability factors of safety (FOS) are as follows: • Overturning FOS = 4.3 • Bearing Pressure FOS = 1.8 • Sliding ratio = 1.8 Steel checks were performed for shear, moment, and development length per ACI 318-11 requirements. The design included satisfies all requirements for ACI 318-11. Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Ti; 954-7N..m5 Title: Structural Engineer Designer: SJS Page: 1 Date: 4.16,14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Fraa arth Support Maximum d (ft) ❑ 9476.5ftIb/ft 7.52 • 0.1 in 8.42 Flood Loads (Tieback) Hot Rolled Steel Sheet Pile 6.30 ft 9.00 ft 9.0° +0.50 ft 2325.6 Ib/ft 0.75 ft --- 0.0 WL— f +0.50ft s 0.00 ft Loose Fine Sand 7.00ft 17.36 ft 17.36 5 Atkins SPW911, v2.40 ihAi 2001- 2007, Pile Bucl®, Inc. Ernsdl, pllebclp'leluckwm Web: wnw.pileGCkcam Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Ttle: Structural Engineer Designer: SJS Page: 2 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Flood Loads (Tieback) Hot Rolled Steel Sheet Pile Input Data Depth Of Excavation = 9.00 ft Depth Of Actile Water = +0.50 ft Surcharge = 0.0 psf Depth Of Passiee Water = 6.30 ft Slope (active) = -2.9 degrees Slope (passii.e) = 9.0 degrees Soil Profile Depth (ft) Soft Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Soil Profile Depth(ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Sheet Sheet Name AZ 14-770 Load Model: Area Distribution Supports Linear Depth (ft) Type Load (lb/ft) 0.75 Waler 2325.61 1 (in4/ft) 170.60 Atkins Water Density = 62.49 pcf Minimum Fluid Density = 31.82 pcf Actiee Side y (POO) y` (pct) C (psf) Ca (SI) 4C1' 80 Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.30 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.29 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.20 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.28 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 Passibe Side (pd) y' (Pct) C (psi) Ca (pat) 4(1 6(1 Ka Kap Kp' Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.28 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.27 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.19 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.26 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 E (psi) 3.04E+07 Solution Z (ina/ft) 25.20 f (psi); 32500.0 Maximum Bending Moment (ftlb/ft) Upstard (ft) 68250.0 0.50 Maxima Toe (ft) 8.36 Pile Length (ft) 17.86 Maximum Depth Bending Moment 9476.5ftIb/ft 7.52 ft Deflection 0.1 in 8.42 ft Pressure 540.1 psf 9.00 ft Shear Force 2272.41b/ft 0.75 ft 1 SPW911, v2.40 ® 2001 - 3107, Pile Bwl®, Inc. Ertail: pilebucla'5pliebuckcoe Web: ~01 lebuckcoee Client: Muss Park 2-7-14 Ste: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 3 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Maximum d (ft) O 540.1 psf 9.00 ❑ 9476.5ftIb/ft 7.52 O 2272.41b/ft 0.75 • 0.1in 8.42 Flood Loads (Tieback) Hot Rolled Steel Sheet Pile 'Pressure (psf) r r ri 1 Mp-m-e-r' (ftll ft) --r-- —1--2-ix -1- u -45 -40 -35 -30 -25 -20 -15 -10 8 0 5 110 -10 8 -6 -17 -6 8 -4 8 -Q -11 0: 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 ---1---1---1---1---1---1---1---1--2— -�---� 1---1---1---1---1---1---1--- - ---1--2- 1 1 1 1 I I 1 I 1 I I I I 1 I 1 1 1 I I 1 1 1 1 1 1 I 1 11. 1 I I I 1 I 1 1 1 1 1 8- I I 1 1 I • I I I 1 1 r---r---i---T---T---T---T---1 1 I I I 1 1 I 1 1 1 1 1 1 I I I 1 I 1, 1, 1 1 1 44- 1 1 1 1 1 1 1 1 : d(ft) 1 I 1 1 I 1 1 1 r r r r r r I 1 I I I I I 1 1 1 1 1 1 1 1 1 8- 1 1 1 1 1 1 1 1 1 I• I 1 1 1 I . i 1 I 1 1 1 1 1 4 1 1 1 1 _1_1___ 1 d(ft) 2TDeflect on in r ----- r ----- r----1 ----- r -x 1012 --- i o: 1 2 8 4 5 6 7 8 -24 -20 -16 -12 8 -4 0: 4 8 1Q 16 Atkins I 2 . 1 � 1 i 1 i 1 � 1 1 I 1 I � 1 I 1 i A4_ 1 1 � I 1 i 1 1 i 1 i d(ft) SPW911, v2.40 likAl ® 2001- 2007, He Bud®, lec. Erteil: pilebucl@glebuckcom Web: ...plebuckcom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale depth P M D F depth P Tel: 954-733-7233 (ft) (psf)<< (ftlb/ft) (in) {Ibrft) (ft) (psf) Title: Structural Engineer 0.00 31.2 1.3 0.0 8.2 5.84 471.7 Designer: SJS 0.15 42.9 2.9 0.0 13.9 5.99 484.1 Page: 4 0.31 55.3 5.7 0.0 22.0 6.15 495.3 Date: 4.16.14 046 66.5 9.6 0.0 31.2 6.30 506.2 Sheet: AZ 14-770 0.61 77.7 15.0 0.0 42.0 6.45 508.4 Pressure: Coulomb 0.77 90.1 -47.9 0.0 -2269.8 6.61 510.3 FOS: 2.0 0.92 101.3 -384.8 0.0 -2255.4 6.76 512.2 Toe: Free Earth Support 1.08 112.5 -719.5 0.0 -2239.4 6.92 514.3 Flood Loads (Tieback) 1.23 124.9 -1084.9 0.0 -2219.9 7.07 513.3 Hot Rolled Steel Sheet Pile 1.38 136.1 -1414.1 0.0 -2200.4 7.22 515.4 1.54 147.3 -1740.2 0.0 -2179.2 7.38 517.7 1.69 159.7 -2095.3 0.0 -2154.0 7.53 519.8 1.84 170.9 -2414.3 0.0 -2129.3 7.68 521.8 2.00 182.1 -2729.5 0.0 -2102.9 7.84 524.1 194.5 -3071.7 0.0 -2072.0 7,99 526.2 2.31 205.7 -3378.1 0.0 -2042.1 8.14 528.3 2.46 216.9 -3680.1 0.0 -2010.6 8.30 530.3 2.61 229.3 -4006.6 0.0 -1974.0 8.45 532.6 2.77 240.5 -4298.2 0.0 -1938.9 8.61 534.7 2.92 251.7 -4584.4 0.0 -1902.2 8.76 536.8 3.07 264.1 -4892.8 0.0 -1859.9 8.91 539.0 3.23 275.3 -5167.0 0.0 -1819.6 9.07 526.2 3.38 286.5 -5435.1 0.0 -1777.7 ' 9.22 497.7 3.53 297.7 -5696.9 0.0 -1734.2 9.37 466.3 3.69 310.1 -5977.2 0.0 -1684.3 9.53 437.8 3.84 321.3 -6224.8 0.0 -1637.2 9.68 409.3 4.00 332.5 -6465.3 0.0 -1588.5 9.83 377.9 4.15 344.9 -6721.3 0.1 -1532.9 9.99 349.4 4.30 356.1 -6946.0 0.1 -1480.7 10.14 320.9 4.46 367.3 -7162.9 0.1 -1426.7 10.30 289.5 4.61 379.7 -7392.0 0.1 -1365.5 10.45 261.0 4,76 390.9 -7591.4 0.1 -1308.0 10.60 232.5 4.92 402.1 -7782.2 0.1 -1248.9 10.76 201.1 5.07 414.5 -7981.8 0.1 -1182.0 10.91 172.6 .22 425.7 -8153.6 0.1 -1119.4 ; 11.06 144.1 5.38 436.9 -8316.0 0.1 -1055.1 11.22 112.7 5.53 449.3 -8483.4 0.1 -982.4 11.37 84.2 5.69 460.5 -8625.1 0.1 -914.6 11.53 55.7 Atkins M r R F depth P M D F (ftlbtft) (in) (Ibfft) (ft) (psf) (ftlb/ft) (in) (lb/ft) -8756.6 0.1 -845.1 11.68 24.4 -5584.3 0.1 1545.4 -8889.2 0.1 -766.8 11.83 -4.2 -5361.8 0.1 1546.7 -8998.5 0.1 -693.8 11,.99 -32.7 -5139.4 0.1 1545.1 -9096.8 0.1 -619.2 12.14 -64.0 -4895.1 0.1 1540.6 -9192.0 0.1 -536.1 12.29 -92.5 -4673.9 0.1 1534.0 -9266.8 0.1 -460.2 12.45 -121.1 -4453.7 0.1 1525.1 -9330.2 0.1 -384.1 12.60 -152.4 -4213.2 0.1 1512.7 -9386.8 0.1 -300.0 12.75 -180.9 -3996.4 0.1 1498.9 -9426.4 0.1 -223.5 12.91 -209.5 -3781.8 0.1 1482.7 -9454.5 0.1 -146.9 13.06 -238.0 -3569.6 0.1 1464.3 -9472.3 0.1 -62.3 13.22 -269.3 -3339.5 0.0 1441.2 -9476.4 0.1 14.9 13.37 -297.8 -3133.6 0.0 1417.8 -9469.2 0.1 92.5 13.52 -326.4 -2931.3 0.0 1392.1 -9448.4 0.1 178.1 13.68 -357.7 -2713.1 0.0 1361.1 -9417.7 0.1 256.3 13.83 -386.2 -2519.3 0.0 1330.5 -9375.8 0.1 334.8 13.98 -414.7 -2329.9 0.0 1297.5 -9322.5 0.1 413.6 14.14 -446.1 -2127.4 0.0 1258.5 -9250.8 0.1 500.7 14.29 -474.6 -1948.7 0.0 1220.6 -9173.6 0.1 580.1 14.45 -503.1 -1775.7 0.0 1180.4 -9085.0 0.1 659.9 14.60 -534.5 -1592.2 0.0 1133.4 -8974.2 0.1 748.0 14.75 -563.0 -1432.0 0.0 1088.3 -8861.4 0.1 827.9 14.91 -591.5 -1278.5 0.0 1040.8 -8737.3 0.1 903.9 15.06 -622.9 -1117.7 0.0 985.8 -8588.5 0.1 982.5 15.21 -651.4 -979.2 0.0 933.4 -8442.8 0.1 1049.6 15.37 -679.9 -848.4 0.0 878.7 -8287.6 0.1 1112.5 15.52 -711.3 -713.9 0.0 815.8 -8106.9 0.1 1176.7 15.67 -739.8 -600.3 0.0 756.1 -7934.0 0.1 1230.6 15.83 -768.3 -495.5 0.0 694.1 -7753.7 0.1 1280.3 15.98 -799.7 -390.8 0.0 623.2 -7547.4 0.1 1330.1 16.14 -828.2 -305.4 0.0 556.3 -7353.4 0.1 1370.8 16.29 -856.7 -229.8 0.0 487.0 -7153.7 0.1 1407.3 16.44 -888.1 -158.4 0.0 408.2 -6928.4 0.1 1442.6 16.60 -916.6 -104.4 0.0 334.0 -6719.0 0.1 1470.2 16.75 -945.1 -61.3 0.0 257.5 -6505.9 0.1 1493.6 16.90 -976.5 -26.7 0.0 170.6 -6268.0 0.1 1514.4 17.06 -1005.0 -7.4 0.0 89.2 -6049.1 0.1 1528.8 17.21 -1033.5 0.0 0.0 0.0 -5828.4 0.1 1539.0 17.36 -4248.0 0.0 0.0 0.0 1 SPW911, v2.40 m 2001- 2]07, Pile Bicl®. Inc. Erten: pllebucl@pilebeckcom Web: www pi lebuckca n Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 1 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Maximum ❑ 6011.1 ftlb/ft • 0.0 in Construction (Tieback) Hot Rolled Steel Sheet Pile d (ft) 7.26 7.83 6.30 ft 9.00 ft 9,0° +0.50 ft 1568.1 lb/ft 0.75 ft ---- nose Fine Sand 15.83 11 Atkins 0.00 ft 3.90 ft 7.00 ft 15.83 ft SPW911, v2.40 IhAl ® 2011- 7307, Pile &cle, Irr Erell: pllebckgVieb-acorn Web: wow.plelvtktom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Ttle: Structural Engineer Designer: SJS Page: 2 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Construction (Teback) Hot Rolled Steel Sheet Pile Input Data Depth Of Excavation = 9.00 ft Depth Of Active Water = 3.90 ft Surcharge = 240.0 psf Depth Of Passive Water = 6.30 ft Slope (active) = -2.9 degrees Slope (passive) = 9.0 degrees Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Sheet Sheet Name IAZ 14-770 Load Model: Area Distribution Supports r Depth (ft) Type ` Load (ib/ft) Linear 0.75 Waler 1568.1 ft) 170.60 Atkins Water Density = 62.49 pcf Minimum Fluid Density = 31.82 pcf Active Side y (pcf) (pcf) "C (psf) Ca (pet) #(1 8(1 Ka Kac Kp Kpc, 105.00 43.00 0.0 0.0 30.0 10.0 0.30 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.29 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.20 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.28 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 Passive Side y (NO t (PO C (psf) Ca',(Psf) �("1 &0 Ka Kac K9 Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.28 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.27 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.19 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.26 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 E (psi) 3.04E+07 Solution Z(ina/ft} f (psi) 25.20 32500.0 Maximum Bending Moment (ftlb/ft) 68250.0 Upstand (ft)1,Toe (ft) 0.50 6.83 Maxima Bending Moment Deflection Pressure Pile Length (ft) 16.331 Maximum Depth 6011.1 ftlb/ft 7.26 ft 0.0 in 7.83 ft 404.8 psf 9.00 ft 1504.2lb/ft 0.75 ft SPW911, v2.4O a 2001 . 2207. Pile 0icl®. Inc. Erreil: pi lebuc420p2eb00kcom Web: nxe pllebckcam Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 3 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Maximum d (ft) o 404.8 psf 9.00 ❑ 6011.1 ftlb/ft 7.26 O 1504.2lb/ft 0.75 • 0.0 in 7.83 Construction (Tieback) Hot Rolled Steel Sheet Pile 'Pressure (psi) t 91 1 I I 1 I I I 1 I I I I 1 I I I I I I 1 T I I 1 I I I I I 1 I I I I I 1 I I 1 1 I ---- I I I I I I J L 1 L 1 L }¢. 1 I I d(ft) ;701 r 2 r I Deflection (in) h 0. T I I J -1 1 J 44— 1 L____46- d(ft) i J Atkins 1 J Bending Moment (ftlb/ft) -7iI11 ••.•••••••• 1 1 1 1 1 I I - -- 1 I I I I 1 I -1 t 1 2 -h r L — i J 1 r- r 1 r 'sShear Force (Ib/ft) -2 r 2- . . . I . . 0_ I `1 L 1 L 1 - d(ft) + r ,, 4 d(ft) i 1 I L J 1 SPW911, v2.40 IY� 0 2001- 2007: Pile Buda, Inc. Email: pile Wcl4Pile0uckcam Web: xw.pllebuckcom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale depth P M D F Tel: 954-733-7233 (ft) (psf) (ftIb/ft) (in) (1b/ft) Title: Structural Engineer 0.00 72.0 0.8 0.0 1.0 Designer: SJS 0.14 76.8 1.7 0.0 12.2 Page: 4 0.28 81.1 4.1 0.0 22.9 Date: 4.16.14 0.42 85.4 7.9 0.0 34.3 Sheet: AZ 14-770 0.56 89.7 13.3 0.0 46.3 Pressure: Coulomb 0.70 94.4 21.1 0.0 60.1 FOS: 2.0 0.84 98.7 -118.9 0.0 -1494.9 Toe: Free Earth Support 0.98 103.0 -321.0 0.0 -1481.1 Construction (Tieback) 1.12 107.7 -541.1 0.0 -1465.3 Hot Rolled Steel Sheet Pile 1.26 112.0 -739.1 0.0 -1450.3 1.40 116.3 -935.0 0.0 -1434.8 1.54 120.6 -1128.8 0.0 -1418.6 .68 125.3 -1339.4 0.0 -1400.2 1.82 129.6 -1528.4 0.0 -1382.8 1.96 133.9 -1715.0 0.0 -1364.8 2.10 138.6 -1917.4 0.0 -1344.4 2.24 142.9 -2098.8 0.0 -1325.2 8 147.2 -2277.5 0.0 -1305.5 2.52 151.9 -2470.9 0.0 -1283.0 2.66 156.2 -2643.8 0.0 -1262.1 2.80 160.4 -2813.8 0.0 -1240.5 2.94 164.7 -2980.8 0.0 -1218.3 08 169.5 -3161.0 0.0 -1193.3 .22 173.7 -3321.6 0.0 -1169.9 6 178.0 -3478.9 0.0 -1145.9 50 182.7 -3648.2 0.0 -1118.9 64 187.0 -3798.6 0.0 -1093.7 .78 191.3 -3945.5 0.0 -1067.9 3.92 196.7 -4088.8 0.0 -1041.5 4.06 207.9 -4242.3 0.0 -1011.2 4.20 218.2 -4377.8 0.0 -982.1 4:34 228.5 -4509.2 0.0 -951.6 48 239.8 -4649.0 0.0 -916.5 4.62 250.0 -4771.4 0.0 -883.1 4.76 260.3 -4889.1 0.0 -848.3 4.90 271.6 -5013.1 0.0 -808.4 5.04 281.8 -5120.5 0.0 -770.6 18 292.1 -5222.8 0.0 -731.5 .47 5.61 5.75 5.89 6.03 6.17 6.31 6.45 6• 6.87 7.01 7.15 7.29 7.43 7.57 7.71 7.85 7.99 8.' .27 8.41 8.55 8.69 8.83 8.97 Atkins 9 9.53 9.67 9.9,5 10.09 10.23 10.37 10.51 M 0 F depth P M (psf) (111b/ft) (in) (Ibfft) (ft) (Psf) Mb/ft)(in) 302.4 -5319.6 0.0 -691.0 1065 86.5 -3878.6 0.0 313.7 -5419.7 0.0 -644.8 10.79 60.5 -3729.8 0.0 323.9 -5504.6 0.0 -601.3 10.93 34.4 -3579.8 0.0 334.2 -5583.5 0.0 -556.5 11.07 8.3 -3429.2 0.0 345.5 -5663.1 0.0 -505.5 11.21'. -20.4 -3263.4 0.0 355.7 -5728.8 0.0 -457.7 11.35 -46.4 -3112.9 0.0 366.0 -5788.0 0.0 -408.5 11.49 -72.5 -2962.8 0.0 375.8 -5840.3 0.0 -357.9 11.63 -101.2 -2798.6 0.0 377.8 -5890.0 0.0 -301.5 11.77 -127.2 -2650.4 0.0 379.6 -5927.7 0.0 -249 9 11.91 -153.3 -2503.6 0.0 381.3 -5958.5 0.0 -198.1 12.05 -182.0 -2343.8 0.0 383.3 -5984.2 0.0 -140.9 12.19 -208.1 -2200.5 0.0 377.2 -6000.1 0.0 -88.7 12.33 -234.1 -2059.3 0.0 379.1 -6009.0 0.0 -37.2 12.47 -260.2 -1920.6 0.0 381.2 -6010.7 0.0 19.7 12.61 -288.9 -1771.0 0.0 383.1 -6004.9 0.0 71.7 12.75 -315.0 -1638.1 0.0 385.0 -5992.0 0.0 124.0 12.89 -341.0 -1508.4 0.0 386.9 -5972.0 0.0 176.6 13,03 -369.7 -1369.9 0.0 388.9 -5941.8 0.0 234.7 13.17 -395.8 -1247.8 0.0 390.8 -5906.7 0.0 287.8 13.31 -421.8 -1129.8 0.0 392.7 -5864.5 0.0 341.1 13.45 -447.9 -1016.1 0.0 394.8 -5809.7 0.0 400.1 13.59 -476.6 -896.4 0.0 396.7 -5752.3 0.0 454.0 13.73 -502.7 -792.6 0.0 398.6 -5687.5 0.0 508.1 13.87 -528.7 -694.0 0.0 400.5 -5615.4 0.0 562.5 14.01 -557.4 -591.8 0.0 402.6 -5527.5 0.0 622.6 14.15 -583.5 -504.8 0.0 404.5 -5439.8 0.0 677.6 14.29 -609.6 -423.8 0.0 383.7 -5344.8 0.0 731.4 14.43 -638.2 -341.9 0.0 355.1 -5232.0 0.0 786.5 14.57 -664.3 -274.3 0.0 329.0 -5122.6 0.0 832.9 14.71 -690.4 -213.4 0.0 302.9 -5007.2 0.0 875.7 14.85 -716.4 -159.7 0.0 274.2 -4873.8 0.0 918.8 14.99 -745.1 -109.0 0.0 248.2 -4747.1 0.0 954.1 15,13 -771.2 -70.9 0.0 222.1 -4615.9 0.0 986.0 15.27 -797.3 -40.7 0.0 196.0 -4480.7 0.0 1014.2 15.41 -825.9 -16.9 0.0 167.4 -4327.7 0.0 1041.2 15.55 -852.0 -4.1 0.0 141.3 -4185.4 0.0 1062.1 15.69 -878.1 0.0 0.0 115.2 -4040.4 0.0 1079.4 15.83 -4383.2 0.0 0.0 F (16/ft) 1094.3 1104.1 1110.4 1113.1 1112.5 1109.9 1105.3 1098.0 1089.3 1078.6 1064.6 1049.8 1033.0 1014.2 991.3 968.5 943.6 914.0 885.0 854.1 821.2 782.7 745.6 706.6 661.4 618.3 573.2 521.3 472.1 420.8 367.7 306.9 249.6 190.3 122.8 59.4 0.0 0.0 SPW911, v2.40 IYl m 2001- 2007, Pile 9¢I®, Inc. Email: pllebecl®plletuckcOm Web: vmw,pileWckcom Client: Muss Path 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-723 Title: Structural Engineer Designer: SJS Page: 1 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 T9e; Frw.E.aith Sgppon Maximum d (ft) ❑ 8845.4ftlb/ft • 0.1 in "Normal" Loads (Tieback) Hot Rolled Steel Sheet Pile 7.45 8.35 +0.50 ft 2162.4 Ib/ft 0.75 ft -- Loose Fine Sand 0.50 ft 0.00 ft 6.305 _W 9.00 ft 17.17 ft 9.0° Loose Fine San Atkins 7.00 ft 17.17ft SPW911, v2.40 Jim e2001-2107, NO e, Inc. 6rall� pllebuziQpllehxkmm Web; wxw.pilehcko Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Ttle: Structural Engineer Designer: SJS Page: 2 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support "Normal" Loads (Tieback) Hot Rolled Steel Sheet Pile Input Data Depth Of Excavation = 9.00 ft Depth Of Active Water = 0.50 ft Surcharge = 120.0 psf Depth Of Passive Water = 6.30 ft Slope (active) = -2.9 degrees Slope (passive) = 9.0 degrees Soil Profile Depth ()t) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Sheet 'Sheet Name IAZ 14-770 Load Model: Area Distribution Supports IDepth (ft) Type 0.75 Waler Unear Load ([blit; 2162.41 in4/ft) 170.60 Atkins Water Density = 62.49 pcf Minimum Fluid Density = 31.82 pcf Active Side y (PO y` (PO 'C (pot) Ca(Pat/ $(°I 80 Ka Kac Kp.. K pa 105.00 43.00 0.0 0.0 30.0 10.0 0.30 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.29 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.20 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.28 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 Passive Side y (Fctl y (pct) G (pst) Ca' (psf) $(°! S(9 Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.28 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.27 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.19 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.26 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 E (psi) 3.04E+07 Solution Z (in3/ft) 25.20 f (psi) 32500.0 Maximum Bending Moment (ftlbift) 68250.0 Maxima Upstand (ft) 0.50 Toe (ft) 8.17 Pile Length (ft) 17.671 Maximum Depth Bending Moment 8845.4ftlb/ft 7.45 ft Deflection 0.1 in 8.35 ft Pressure 521.4psf 9.00 ft Shear Force 2124.4Ib/ft 0.75 ft 1 SPW911, v2.40 IY� 52001- 0107, Pile Bicle, Inc. Eneil: pilebucKppileWckcom Web: v. w.glebuckcom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Ttle: Structural Engineer Designer: SJS Page: 3 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Maximum d (ft)'' o 521.4 psf 9.00 ❑ 8845.4ftlb/ft 7.45 O 2124.4Ib/ft 0.75 • 0.1 in 8.35 "Normal" Loads (Tieback) Hot Rolled Steel Sheet Pile 1Pres$ure (psf) i i i i i i - ix 10 -45 -40 -35 -30 -25 -20 -15 -10 -6 0: 5 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ---L---L---L---1---1---1---1---1--2 -1--- I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 - i---i---i---T__'T__'T'--T---1--4- 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 - 1 1 1 1 1 1 1 1 - • 1 1 1 I 1 I 1 1 8— 1 I 1 I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 l 1 d(ft) on (inl 2 8 4 5 1 6 x 10-8 r r --&--"'i"'--L -1 r- -8-- L__ _---L—_--L---_ r- L__ d(ft) r Atkins r 71 Bendi M r ent ftlb/ftr T 1 r 1 1 `�• x 103 'Bending �g i)I 1 1 1 1 O -6 17 -6 -6 44 -0 -Q +i o: 1 1I 1 1 1 1 1 L 1 1 1 1 I 1 1 I 1 T i l ¢" I I I 1 I 1 1 1 1I $_— 1 1 I 1 I I 1 1 1 1 1 ' 14-•- 1 I 1 I I 1 I r---l----r---T----r---T---T--'1 I I I I I 1 I I d(ft) rSh-e-a7F-o-c§C--/-T— --r —27 -1-01 -24 -20 -16 -12 $ -4 0: 4 8 12 16 1 :, I I : . • • i4 1 J - I 1 1 1 1 d(ft) 1 SPW911, v2.40 02001 - 2007, Pile BucIW, Inc. Eneil: pilebuckppilebuckcom Web: wwx.pilebuckc m Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Ttle: Structural Engineer Designer: SJS Page: 4 Date: 4.16.14 Sheet: AZ 14-770 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support "Normal" Loads (Tieback) Hot Rolled Steel Sheet Pile depth (ft) 0.00 0.15 0.30 0.46 0.61 0.76 0.91 1.06 1.22 1.37 P M D F depth (pst) (fttbfft} (in) (Ib+ft) (ft) (psf) (ftib+ft) 36.0 0.5 0.0 0.5 5.77 450.3 -8159.3 41.1 1.1 0.0 6.8 5.92 461.4 -8273.8 45.8 2.5 0.0 13.2 6.08 472.5 -8378.2 50.4 4.9 0.0 20.4 6.23 484.7 -8481.4 60.7 8.8 0.0 29.3 638 490.2 -8564.1 71.8 -17.9 0.0 -2123.3 6.53 492.1 -8636.3 82.9 -328.8 0.0 -21118 6.68 494.0 -8697.9 95.1 -668.7 0.0 -2097.3 6.84 496.1 -8753.3 106.2 -975.5 0.0 -2082.4 6.99 498.0 -8792.4 117.3 -1280.0 0.0 -2065.9 7,14 495.5 -8820.7 1.52 129.5 -1612.1 0.0 -2045.8 7.29 497.8 -8839.6 1.67 140.6 -1911.0 0.0 -2025.8 7.44 499.8 -8845.4 1.82 151.7 -2206.9 0.0 -2004.2 7.60 501.9 -8840.7 1.97 163.9 -2528.6 0.0 -1978.6 ' 7.75 504.1 -8823.6 2.13 175.0 -2817.3 0.0 -1953.6 790 506.2 -8797.2 2.28 186.1 -3102.2 0.0 -1926.9 8.05 508.2 -8760.5 2.43 198.3 -3411.0 0.0 -1895.7 8.20 510.5 -8708.0 2.58 209.4 -3687.2 0.0 -1865.6 8.36 512.5 -8649.3 2073 220.5 -3958.9 0.0 -1833.8 8.51 514.6 -8580.1 2.89 232.8 -4252.3 0.0 -1797.0 8.66 516.8 -8491.7 3.04 243.9 -4513.7 0.0 -1761.9 8.81 518.9 -8400.3 3.19 255.0 -4769.9 0.0 -1725.1 8.96 520.9 -8298.2 3.34 266.1 -5020.5 0.0 -1686.6 9.11 496.9 -8173.6 3.49 278.3 -5289.6 0.0 -1642.5 9.27 468.7 -8049.6 3.65 289.4 -5527.8 0.0 -1600.6 9.42 440.5 -7916.0 3.80 300.5 -5759.9 0.0 -1557.1 + 9.57 409.4 -7758.7 .95 312.7 -6007.6 0.0 -1507.4 9.72 381.3 -7606.8 4.10 323.8 -6225.8 0.0 -1460.5 9.87 353.1 -7447.1 4.25 334.9 -6436.9 0.0 -1411.9 10.03 322.0 -7263.0 4.41 347.1 -6660.8 0.0 -1356.6 10.18 293.8 -7088.7 4.56 358.2 -6856.4 0.1 -1304.6 10.33 265.6 -6908.4 4.71 369.3 -7044.4 0.1 -1251.0 10.48 237.5 -6722.7 4.86 381.5 -7241.9 0.1 -1190.1 10.63 206.4 -6512.8 5.01 392.6 -7412.8 0.1 -1133.0 ` 10.79 178.2 -6317.5 5.17 403.7 -7575.2 0.1 -1074.3 10.94 150.0 -6118.5 5.32 415.9 -7743.8 0.1 -1007.9 11.09 119.0 -5896.1 5.47 427.0 -7887.6 0.1 945 8 11.24 90.8 -5691.4 5.62 438.1 -8022.2 0.1 -882.0 11.39 62.6 -5484.7 Atkins (fbltt) (ft} (psfj (klb/lt} 0.1 -810.0 11.55 31.6 -5256.0 0.1 1495.8 0.1 -742.8 11.70 3.4 -5047.3 0.1 1498.2 0.1 -674.0 11.85 -24.8 -4838.6 0.1 1497.2 0.1 -596.4 12.00 -55.8 -4609.3 0.1 1493.5 0.1 -524.4 12.15 -84.0 -4401.5 0.1 1487.6 0.1 -452.1 12.31 -112.2 -4194.7 0.1 1479.5 0.1 -379.5 12.46 -143.2 -3968.6 0.1 1467.9 0.1 -299.3 12.61 -171.4 -3764.9 0.0 1455.0 0.1 -226.1 12,76 -199.6 -3563.0 0.0 1439.7 0.1 -153.3 12.91 -230.6 -3343.6 0.0 1420.3 0.1 -72.8 13.06 -258.8 -3146.9 0.0 1400.2 0.1 0.6 13.22 -287.0 -2953.2 0.0 1377.8 0.1 74.4 13.37 -318.0 -2743.9 0.0 1350.5 0.1 155.8 13.52 -346.2 -2557.3 0.0 1323.3 0.1 230.2 13.67 -374.4 -2374.8 0.0 1293.7 0.1 304.9 13.82 -402.6 -2196.4 0.0 1261.9 0.1 387.4 13.98 -433.6 -2005.6 0.0 1224.2 0.1 462.7 1413 -461.8 -1837.2 0.0 1187.6 0.1 538.3 14.28 -490.0 -1674.2 0.0 1148.6 0.1 621.9 14.43 -521.0 -1501.2 0.0 1103.1 0.1 698.1 14.58 -549.2 -1350.2 0.0 1059.3 0.1 774.7 14.74 -577.4 -1205.5 0.0 1013.2 0.1 857.4 14.89 -608.4 -1053.8 0.0 959.8 0.1 928.3 15.04 -636.6 -923.2 0.0 908.9 0.1 995.0 15.19 -664.8 -799.9 0.0 855.6 0.1 1063.6 15.34 -695.8 -672.9 0.0 794.4 0.1 1121.6 15.50 -724.0 -565.9 0.0 736.4 0.1 1175.4 15.65 -752.2 -467.0 0.0 676.0 0.1 1229.8 15.80 -783.2 -368.1 0.0 606.9 0.1 1275.0 15.95 -811.4 -287.6 0.0 541.7 0.1 1315.9 16.10 -839.6 -216.3 0.0 474.2 0.1 1352.8 16.25 -870.6 -149.0 0.0 397.3 0.1 1388.5 16.41 -898.8 -98.1 0.0 324.9 0.1 1416.6 16.56 -927.0 -57.5 0.0 250.3 0.1 1440.5 16.71 -958.1 -25.0 0.0 165.5 0.1 1462.1 16.86 -986.3 -6.9 0.0 86.0 0.1 1477.3 17.01 -1014.4 0.0 0.0 0.0 0.1 1488.4 17.17 -4266.7 0.0 0.0 0.0 SPW911, v2.40 0 2001 - 2007. Plle Bud'.@, Inc. Email: pllebucl4pilebuckcom Web:%yew d lebuckcom skylinesteell • PYUCOR•ompiny AZ AZ Hot Rolled Steel Sheet Pile SECTION AZ 12-700 AZ 13-700 AZ 13-700-10/10 AZ 14-700 AZ 12-770 AZ 13-770 AZ 14-770 AZ 14-770-10/10 AZ 18 AZ 17-700 AZ 18-700 AZ 19-700 AZ 20-700 AZ 26 AZ 24-700 AZ 26-700 AZ 28-700 AZ 24-700N AZ 26-700N AZ 28-700N AZ 36-700N AZ 38-700N AZ 40-700N AZ 42-700N AZ 44-700N AZ 46-700N AZ 46 AZ 48 AZ 50 Width (w) in Height (h) in THICKNESS Flange Web Itf) (t,,,/) in in 27.56 12.36 0.335 0.335 WEIGHT Cross Sectional Pile Area 5.82 123.2 45.49 700 314 8.5 8.5 67.7 SECTION MODULUS Wall Elastic Plastic Ib/ft' in '/ft in'/ft 19.81 22.4 96.7 1205 21.65 24.3 26.3 1415 Moment of lnertia in'/ft 138.3 18880 COATING AREA Both Sides ftlft cd single ( 5.61 1.71. 5.61 1.71 5.61 1 7 5.61 1.71 6.10 1.86 6.10 1 Y` Wall Surface ft'/ft' 1.22 1.22 27.56 12.40 0.375 0.375 6.3649.72 28.6 150.4 1.22 700 315 9.5 9.5 134.7 74.0 105.7 13051540 20540 1.22 27.56 12.42 0.394 0.394 6.63 I 51.85 22.58 25.2 29.8 156.5 1.22 700 316 10.0 10.0 140.4 77.2 110.2 13551500 21370 1.22 27.56 12.44 0.413 0.413 6.90 53.96 23.50 26.1 31.0 162.5 1.22 700 316 10.5 10.5 146.1 80.3 114.7 1405 166522190 1.22 30.31 13.52 0.335 0.335 5.67 48.78 19.31 23.2 27.5 156.9 1.20 770 343.5 8.50 8.50 120.1 72.60 94.30 1245 1480 21430 1.20 30.31 13.54 0.354 0.354 5.94 51.14 20.24 24.2 28.8 163.7 1.20 �,, fl n 3" � , ,� , 1'<'V 1'T 2 .8 tp 3031 13.56 0.37 0.375 6.21' 1 53.42 2114 25:2`r tl+ 17t 770 340.5. 9511` 95tF' 131;5' 74.50 10320 '1:355 161•:•2: 233iii I 30.31 13.58 0.394 0.394 6.48 55.71 22.06 26.1 31.2 177.5 6.07 1.20 770 345 10.0 10.0 137.2 82.9 107.7 14051677 24240 1.85 1.20 24.80 14.96 0.375 0.375 7.11 49.99 24.19 33.5 39.1 250.4 5.64 1.35 630 380.0 9.50 9.50 150.4 74.40 118.10 1800 2104 34200 1.72 1.35 27.56 16.52 0.335 0.335 6.28 49.12 21.38 32.2 37.7 265.3 6.10 1.33 700 419.5 8.50 8.50 133.0 73.10 104.40 1730 2027 36230 1.86 1.33 27.56 16.54 0.354 0.354 6.58 51.41 22.39 33.5 39.4276.8 6.10 1.33 700 420.0 9.00 9.00 139.2 76.50 109.30 1800 2116 37800 1.86 1.33 27.56 16.56 0.375 0.375 6.88 53.76 23.41 34.8 41.0 288.4 6.10 1.33 700 420.5 9.50 9.50 145.6 80.00 114.30 1870 2206 39380 1.86 1.33 27.56 16.58 0.394 0.394 7.18 56.11 24.43 36.2 42.7 299.9 6.10 1.33 700 421 10.0 10.0 152.0 83.5 119.3 1945 2296 40960 1.86 1.33 24.80 16.81 0.512 0.480 9.35 65.72 31.79 48.4 56.9 406.5 5.91 1.41 630 427.0 13.00 12.20 198.0 97.80 155.20 2600 3059 55510 1.80 1.41 27.56 18.07 0.441 0.441 8.23 64.30 28.00 45.2 53.5 408.8 6.33 1.38 700 459.0 11.20 11.20 174.1 95.70 136.70 2430 2867 55820 1.93 1.38 27.56 18.11 0.480 0.480 8.84 69.12 30.10 48.4 57.1 437.3 6.33 1.38 700 460.0 12.20 12.20 187.2 102.90 146.90 2600 3070 59720 1.93 1.38 27.56 18.15 0.520 0.520 9.46 73.93 32.19 51.3 60.9 465.9 6.33 1.38 700 461.0 13.20 13.20 200.2 110.00 157.20 2750 3273 63620 1.93 1.38 27.56 18.07 0.492 0.354 7.71 60.28 26.26 45.3 52.3 409.3 6.30 1.37 700 459 0 12.5 9.0 163.3 89.7 128.2 2435 2810 55890 1.92 1.37 27.56 18.11 0.531 0.394 8.33 65.11 28.37 48.4 56.1 437.8 6.30 1.37 700 460 13.5 10.0 176.4 96.9 138.5 2600 3015 59790 1.92 1.37 27.56 18.15 0.571 0.433 8.95 69.95 30.46 51.4 59.9 466.5 6.30 1.37 700 461 14.5 11.0189.5 104.1 148.7 2765 3220 63700 1.92 1.37 27.56 19.65 0.591 0.441 10.20 79.70 34.61 66.8 76.5 656.2 6.76 1.47 700 499.0 15.00 11.20 216.0 118.60 159.00 3590 4110 89610 2.06 1.47 27.56 19.69 0.630 0.480 10.87 84.94 37.07 70.6 81.1 694.5 6.76 1.47 700 500.0 16.00 12.20 230.0 126.40 181.00 3795 4360 94840 2.06 1.47 27.56 19.72 0.669 0.520 11.53 90.18 39.32 74.3 85.7 732.9 6.76 1.47 700 501.0 17.00 13.20 244.0 134.20 192.00 3995 4605 100080 2.06 1.47 27.56 19.65 0.709 0.551 12.22 95.49 41.57 78.2 90.3 766.0 6.76 1.47 700 499.0 18.00 14.00 259.0 _ 142.1 203.00 4205 4855 104930 2.06 1.47 27.56 19.69 0.748 0.59112.89 100.73 43.83 81.9 94.9 804.1 6.76 1.47 700 500.0 19.00 15.00 273.0 149.9 214.00 4405 5105 110150 2.06 1 1.47 27.56 19.72 0.787 0.630 13.55 105.97 46.08 85.7 99.5 842.2 6.76 1.47 700 501.0 20.00 16.00 287.0 157.7 225.00 4605 5350 115370 2.06 1.47 22.83 18.94 0.709 0.551 13.76 89.10 46.82 85.5 98.5 808.8 6.23 1.63 580 481.0 18.00 14.00 291.2 132.60 228.60 4595 5295 110450 1.90 1.63 22.83 18.98 0.748 0.591 14.48 93.81 49.28 89.3 103.3 847.1 6.23 1.63 580 482.0 19.00 15.00 306.5 139.60 240.60 4800 5553 115670 1.90 1.63 22.83 19.02 0.787 0.630 15.22 98.58 51.80 93.3 108.2 886.5 6.23 1.63 580 483.0 20.00 16.00 322.2 146.70 252.9 5015 5816 121060 1.90 1.63 Technical Hotline: 1-866-875-9546 I engineering@skylinesteel.com www.skylinesteeicom 1 lines#eell a N PE company AZ Hot Rolled Steel Sheet Pile ASTM A 328 A 572 Gr. 42 A 572 Gr. 50 A 572 Gr. 55 A 572 Gr. 60 A 572 Gr. 65 A 690 A 690* I. STRENGTH 39 42 50 55 60 65 50 57 270 290 345 380 415 450 345 390 7 A 640.2 Grade 260 W Grade 300 W Grade 350 W Grade 400 W NADIAN YIELD STRENGT EUROPE YIELD STRENGTH; 38 260 5 240 GP 43 300 S 270 GP 51 355 S 320 GP 58 400 S 355 GP S 390 GP S 430 GP S 460 AP "Not available for AZ 36-700N and larger. ** Corrosion resistant steel, check for availability Corner Piles -0.98" -2.76° -(25 mm) -(70 mm) -0.98" -(25 mm) C 14 Grade: S 355 GP Weight: 9.68 Ib/ft (14.4 kg/m) 90°-135° Omega 18 Grade: S 430 GP Weight: 12.10 Ib/ft (18.0 kg/m) —1.18" -(30 mm) -1.18° r (30 mm) PI C9 Grade: 5 355 GP Weight: 6.25 Ib/ft (9.3 kg/m} —0.79" —(20 mm) 35 39 46 51 57 62 67 Delta 13 Grade: S 355 GP Weight: 8.73 Ib/ft (13.0 kg/m) Delivery Conditions & Tolerances ASTM A 6 EN 10248 Mass ± 2.5% ± 5% Length +5 inches -0 inches ± 200 mm Height ± 7 mm Thickness 58.5 mm ± 0,5 mm >8.5mm ±6% Width ± 2% Double Pile Width ± 3% Straightness 0.2% of the length Ends out of Square 2% of the width Maximum Rolled Lengths* AZ 101.7 feet (31.0 m) C 9 59.1 feet (18.0 m) C 14 59.1 feet (18.0 m) Delta 13 55.8 feet (17.0 m) Omega 18 52.0 feet (16.0 m) • Longer lengths may be possible upon request. Technical Hotline: 1-866-875-9546 engineering@skylinesteel.com 240 270 320 355 390 430 460 Delivery Forms Blue 320 Blue 355 Blue 390 46 51 57 320 355 390 Single Pile Position A Double Pile Form I standard f ft Single Pile Double Pile Position B Form II on request www.skylinesteel.com ����YY�iYii� VViI�WIVYVYIYlY Il ilYi+ilYlYi��)I�YY�IYYtllliuultiYIIWIWYWYw�IlIIIIIY Y�16YiiIIYYIWililii�IY Iiillhii ��IIYVVVYEV�YYY�IIiIV�lliullWluYiC6IUIlI��I�ii4ti� VI�YYYYhYIYYYYYYYWIu�h,6,,mI�YW��I��ouluuiiitllYWIIVI`Iudu6lYdIIYY��i�iin�Viml�luwuliVl Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 1 Date: 4.16.14 Sheet: SKZ24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Maximum ❑ 9476.5ftlb/ft • 0.1 in Flood Loads (Tieback) d (ft) Cold Formed Steel Sheet Pile 7.52 8.42 6.30 ft 9.00 ft 17.36 ft 9.0° +0.50 ft W L 2325.6 Ib/ft 0.75 ft -- +0.50 ftOppp,pp 0.00 ft nose Fine Sand Atkins 7.00 ft 17.36 ft SPW911, v2.40 m 2001 - 2007, Pie Bucl®, Iro. Erol: relebucl00±xkcom Web: wart ilehtkoom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 2 Date: 4.16.14 Sheet: SKZ 24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Flood Loads (Tieback) Cold Formed Steel Sheet Pile Input Data Depth Of Excavation = 9.00 ft Depth Of Active Water = +0.50 ft Surcharge = 0.0 psf Depth Of Passive Water = 6.30 ft Slope (active) = -2.9 degrees Slope (passive) = 9.0 degrees Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Sheet Sheet Name 1SKZ 24 Load Model: Area Distribution Supports Linear Depth (ft) Type Load (Ib/ft) 0.75 Waler 2325.6 I (n"/ft) 241.44 Atkins Water Density = 62.49 pcf Minimum Fluid Density = 31.82 pcf Active Side 7 (xi) y (pct) C (est) Ca (Psi) 0(9 60 Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.30 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.29 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.20 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.28 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 Passive Side y(Pcf) Y(pi) C (Ps° Ca (psi $(°! OM Ka Kac Kp KRo 105.00 43.00 0.0 0.0 30.0 10.0 0.28 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.27 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.19 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.26 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 E (psi) 3.04E+07 Solution Z (in3/ft) 30.18 1 (psi) 30000.0 Maximum Bending Moment (ftlb/ft) 75460.1 Maxima Upstand (ft) 0.50 Toe (ft) 8.36 Pile Length (ft) 17.861 Maximum Depth Bending Moment 9476.5ftlb/ft 7.52 ft Deflection 0.1 in 8.42 ft Pressure 540.1 psf 9.00 ft Shear Force 2272.4 Ib/ft 0.75 ft SPW911, v2.40 m 2001 . 2107, RIs &d®, Irc. ledsl5 Ith boom Wm: www.pleocm Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 3 Date: 4.16.14 Sheet: SKZ 24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Maximum d (ft) o 540.1 psf 9.00 ❑ 9476.5ftlb/ft 7.52 O 2272.41b/ft 0.75 • 0.1 in 8.42 Flood Loads (Tieback) Cold Formed Steel Sheet Pile r--- r---r---r---r---r------�--e ---- r--nc---r-pmer-- Wy--r---r---r---r---�--e --- x 103 ,i3efn-g Mi (ft1t) -45 -40 35 -30 -25 -20 -15 -10 -6 0 -1 - 5 10 -10 -e -8 i7 -6 -4 -8A 0 1 , 1 1 1 1 1 1 1 1 1 1---L---L---1---1---1---1---�--2 1 1 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 1 1 1 i 1 i i 1• i i 1 i • 8 i ___ d(ft) Deflecticm (in) 1 -0 0: 1 2 1 a 1012 3 4 5 6 • i 1 1 i r r ti i L L J L 4 Atkins 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 i d(ft) •r -She, For-- ---c4-(IWft)-1----r-- , , 4 8 12x 10 16 -24 -20 -16 -12 -8 4 2 1 0 i i • -147 r----r---r- ---r • d(ft) 1 SPW911, v2.40 OMM.2007,Mloadajm. Endl: pileh d®plleeu kcom wIebuckcom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale depth P M D F depth P M D F depth P M D F Tel: 954-733-7233 (ft) (psf) (Bib/ft) (in) (Ib/ft) (ft) (pst) (ftlb/ft) (in) (Ib/ft) (ft) (psf) (ftlb/ft) (in) (lb/ft) Title: Structural Engineer 0.00 31.2 1.3 0.0 8.2 5.84 471.7 -8756.6 0.0 -845.1 11.68 24.4 -5584.3 0.0 1545.4 Designer: SJS 0.15 42.9 2.9 0.0 13.9 5.99 484.1 -8889.2 0.0 -766.8 11.83 -4.2 -5361.8 0.0 1546.7 Page: 4 0.31 55.3 5.7 0.0 22.0 6.15 495.3 -8998.5 0.1 -693.8 11.99 -32.7 -5139.4 0.0 1545.1 Date: 4.16.14 0.46 66.5 9.6 0.0 31.2 6.30 506.2 -9096.8 0.1 -619.2 12.14 -64.0 -4895.1 0.0 1540.6 Sheet: SKZ24 0.61 77.7 15.0 0.0 42.0 6.45 508.4 -9192.0 0.1 -536.1 12.29 -92.5 -4673.9 0.0 1534.0 Pressure: Coulomb 0.77 90.1 -47.9 0.0 -2269.8 6.61 510.3 -9266.8 0.1 -460.2 12.45 -121.1 -4453.7 0.0 1525.1 FOS: 2.0 0.92 101.3 -384.8 0.0 -2255.4 6.76 512.2 -9330.2 0.1 -384.1 12.60 -152.4 -4213.2 0.0 1512.7 Toe: Free Earth Support 1,08 112.5 -719.5 0.0 2239.4 6.92 514.3 -9386.8 0.1 -300.0 12.75 -180.9 -3996.4 0.0 1498.9 Flood Loads (Tieback) 123 124.9 -1084.9 0.0 2219.9 7.07 513.3 -9426.4 0.1 223.5 12.91 209.5 -3781.8 0.0 1482.7 Cold Formed Steel Sheet Pile 1.38 136.1 -1414.1 0.0 -2200.4 7.22 515.4 -9454.5 0.1 -146.9 13.06 -238.0 -3569.6 0.0 1464.3 1.54 147.3 -1740.2 0.0 2179.2 7.38 517.7 2472.3 0.1 -62.3 13.22 269.3 -3339.5 0.0 1441.2 1.69 159.7 2095.3 0.0 2154.0 7.53 519.8 -9476.4 0.1 14.9 13.37 297.8 -3133.6 0.0 1417.8 1.84 170.9 -2414.3 0.0 -2129.3 7.68 521.8 -9469.2 0.1 92.5 13.52 -326.4 -2931.3 0.0 1392.1 2.00 182.1 -2729.5 0.0 -2102.9 7.84 524.1 -9448.4 0.1 178.1 13.68 -357.7 -2713.1 0.0 1361.1 2.15 194.5 -3071.7 0.0 -2072.0 7.99 526.2 -9417.7 0.1 256.3 13.83 -386.2 -2519.3 0.0 1330.5 2.31 205.7 -3378.1 0.0 -2042.1 8.14 528.3 -9375.8 0.1 334.8 13.98 -414.7 -2329.9 0.0 1297.5 2.46 216.9 -3680.1 0.0 2010.6 8.30 530.3 2322.5 0.1 413.6 14.14 -446.1 2127.4 0.0 1258.5 2.61 229.3 -4006.6 0.0 -1974.0 8.45 532.6 2250.8 0.1 500.7 14.29 -474.6 -1948.7 0.0 1220.6 2.77 240.5 -4298.2 0.0 -1938.9 8.61 534.7 2173.6 0.1 580.1 14.45 203.1 -1775.7 0.0 1180.4 2.92 251.7 -4584.4 0.0 -1902.2 8.76 536.8 -9085.0 0.1 659.9 14.60 -534.5 -1592.2 0.0 1133.4 3.07 264.1 -4892.8 0.0 1859.9 8.91 539.0 2974.2 0.1 748.0 14.75 263.0 -1432.0 0.0 1088.3 3.23 275.3 2167.0 0.0 -1819.6 9.07 526.2 2861.4 0.1 827.9 14.91 291.5 1278.5 0.0 1040.8 3.38 286.5 -5435.1 0.0 -1777.7 9.22 497.7 -8737.3 0.1 903.9 15.06 -622.9 -1117.7 0.0 985.8 3.53 297.7 -5696.9 0.0 -1734.2 9.37 466.3 -8588.5 0.1 982.5 15.21 -651.4 -979.2 0.0 933.4 3.69 310.1 -5977.2 0.0 -1684.3 9.53 437.8 -8442.8 0.1 1049.6 15.37 -679.9 -848.4 0.0 878.7 3.84 321.3 2224.8 0.0 -1637.2 9.68 409.3 2287.6 0.1 1112.5 15.52 -711.3 -713.9 0.0 815.8 4.00 332.5 -6465.3 0.0 -1588.5 9.83 377.9 -8106.9 0.1 1176.7 15.67 -739.8 -600.3 0.0 756.1 4.15 344.9 -6721.3 0.0 -1532.9 9.99 349.4 -7934.0 0.1 1230.6 15.83 -768.3 -495.5 0.0 694.1 4.30 356.1 -6946.0 0.0 -1480.7 10.14 320.9 -7753.7 0.1 1280.3 15.98 -799.7 -390.8 0.0 623.2 4.46 367.3 -7162.9 0.0 -1426.7 10.30 289.5 -7547.4 0.1 1330.1 16.14 -828.2 -305.4 0.0 556.3 4.61 379.7 -7392.0 0.0 -1365.5 10.45 261.0 -7353.4 0.1 1370.8 16.29 -856.7 -229.8 0.0 487.0 4.76 390.9 -7591.4 0.0 -1308.0 10.60 232.5 -7153.7 0.1 1407.3 16.44 -888.1 -158.4 0.0 408.2 4.92 402.1 -7782.2 0.0 -1248.9 10.76 201.1 2928.4 0.1 1442.6 16.60 216.6 -104.4 0.0 334.0 507 414.5 -7981.8 0.0 -1182.0 10.91 172.6 2719.0 0.0 1470.2 16.75 245.1 21.3 0.0 257.5 522 425.7 -8153.6 0.0 -1119.4 11.06 144.1 2505.9 0.0 1493.6 16.90 276.5 26.7 0.0 170.6 5.38 436.9 2316.0 0.0 1055.1 11.22 112.7 2268.0 0.0 1514.4 17.06 -1005.0 -7.4 0.0 89.2 5.53 449.3 -8483.4 0.0 -982.4 11.37 84.2 -6049.1 0.0 1528.8 17.21 -1033.5 0.0 0.0 0.0 5.69 460.5 -8625.1 0.0 -914.6 11.53 55.7 -5828.4 0.0 1539.0 17.36 -4248.0 0.0 0.0 0.0 Atkins 1 SPW911, v2.40 C 201- 2207, Pile Bucl®, hr. Brel: piledsl@pllegrkcom WeO: remecilehskcom Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale -Ft; 954-7W Title: Structural Engineer Designer: SJS Page: 1 Date: 4.16.14 Sheet: SKZ 24 Pressure: Coulomb FOS: 2.0 Toe: FreL rth aupPort Maximum d (ft) ❑ 6011.1 ftlb/ft • 0.0 in Construction (Tieback) Cold Formed Steel Sheet Pile 7.26 7.83 6.30 ft 9.00 ft 15.83 ft 9.0° +0.50 ft 1568.1 Ib/ft 0.75 ft -- 24 0.00 8 V Loose Fine Sand' 3.90 ft 7.00 ft 15.83 ft Atkins SPW911, v2.40 52001- 2107, Pile&&I®, Irc. F I: plltbiclOPildx.kccm Web: wxvyilehckcam Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 2 Date: 4.16.14 Sheet: SKZ24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support Construction (Tieback) Cold Formed Steel Sheet Pile Input Data Depth Of Excavation = 9.00 ft Depth Of Active Water = 3.90 ft Surcharge = 240.0 psf Depth Of Passive Water = 6.30 ft Slope (active) = -2.9 degrees Slope (passive) = 9.0 degrees Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Sheet Sheet Name ISKZ 24 Load Model: Area Distribution Supports Linear Depth (ft) Type Load (Ib/ft) 0.7 Waler 1568.11 I (int/ft) 241.44 Atkins Water Density = 62.49 pcf Minimum Fluid Density = 31.82 pcf Active Side y(Pcf) y (Pcf) C (psf) Ca (PM) $(9 8(9 Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.30 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.29 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.20 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.28 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 Passive Side y(PCt) ifpcf) COW) Ca (psf) 0(1 3(9 Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.28 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.27 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.19 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.26 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 E (psi) 3.04E+07 Solution Z (in3/ft) 30.18 f (psi) 30000.0 Maximum Bending Moment (ftlb/ft) Upstand (ft) 75460.11 0.50 Maxima Toe (ft) 6.83 Pile Length (ft) 16.33 Maximum 1 Depth Sending Moment 6011.1 ftlb/ft 7.26 ft Deflection 0.0 in 7.83 ft Pressure 404.8psf 9.00 ft Shear Force 1504.21b/ft 0.75 ft SPW911, v2.40 122001- 2007, Pile auclw, I, . B, I: giedcl@pim,dccan Web: wwDAlebickcam Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 3 Date: 4.16.14 Sheet: SKZ 24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support I Maximum d (t) o 404.8 psf 9.00 ❑ 6011.1 ftlb/ft 7.26 O 1504.21b/ft 0.75 • 0.0 in 7.83 Construction (Tieback) Cold Formed Steel Sheet Pile r I r T r r r r 'Pressure (psf) 1 1 1 1 1 1 x 10�i 2 r Deflection (in) 0. d(ft) J Atkins 'Bending Moment (ftlb/ft) i r 1 x 10 -7 3 a4 -0 T=:I I1I1I'r-r r ti 1 1 ' 1 i -1 r -----1 I __L____� 1 l T I I L —11 I I I T i Shear Force (IWf) 1 I d(ft) r 1 J i J 1 SPW911, v2.401 02001.8'10'7, F11413000 Inc. 5nil: plleddfOrgebuiccam Web: wwiplith kcam Client: Muss Park 2-7-14 . Site: Atkins, Ft. Lauderdale depth P M D F depth 1 P M D F depth P M D F Tel: 954-733-7233 (ft) (psf) (ftlb/ft) (in) (Ib/ft) (ft) (psf) (ftlblft) (in) (lb/ft) (ft) (psf) (ftlb/ft) (in) (Ib/ft) Title: Structural Engineer 0.00 72.0 0.8 0.0 1.0 5.32 302.4 -5319.6 0.0 -691.0 10.65 86.5 -3878.6 0.0 1094.3 Designer: SJS 0.14 76.8 1.7 0.0 12.2 5.47 313.7 -5419.7 0.0 -644.8 10.79 60.5 -3729.8 0.0 1104.1 Page: 4 0.28 81.1 4.1 0.0 22.9 5.61 323.9 -5504.6 0.0 -601.3 10.93 34.4 -3579.8 0.0 1110.4 Date: 4.16.14 0.42 85.4 7.9 0.0 34.3 5.75 334.2 -5583.5 0.0 -556.5 11.07 8.3 -3429.2 0.0 1113.1 Sheet: SKZ 24 0.56 89.7 13.3 0.0 46.3 5.89 345.5 -5663.1 0.0 -505.5 11.21 -20.4 -3263.4 0.0 1112.5 Pressure: Coulomb 0.70 94.4 21.1 0.0 60.1 6.03 355.7 -5728.8 0.0 -457.7 11.35 -46.4 -3112.9 0.0 1109.9 FOS: 2.0 0.84 98.7 -118.9 0.0 -1494.9 6.17 366.0 -5788.0 0.0 -408.5 11.49 -72.5 -2962.8 0.0 1105.3 Toe: Free Earth Support 0.98 103.0 -321.0 0.0 -1481.1 6.31 375.8 -5840.3 0.0 -357.9 11.63 -101.2 -2798.6 0.0 1098.0 Construction (Tieback) 1.12 107.7 -541.1 0.0 -1465.3 6.45 377.8 -5890.0 0.0 -301.5 11.77 -127.2 -2650.4 0.0 1089.3 Cold Formed Steel Sheet Pile 1.26 112.0 -739.1 0.0 -1450.3 6.59 379.6 -5927.7 0.0 -249.9 11.91 -153.3 -2503.6 0.0 1078.6 1.40 116.3 -935.0 0.0 -1434.8 6.73 381.3 -5958.5 0.0 -198.1 12.05 -182.0 -2343.8 0.0 1064.6 1.54 120.6 -1128.8 0.0 -1418.6 6.87 383.3 -5984.2 0.0 -140.9 12.19 -208.1 -2200.5 0.0 1049.8 1.68 125.3 -1339.4 0.0 -1400.2 7.01 377.2 -6000.1 0.0 -88.7 12.33 -234.1 -2059.3 0.0 1033.0 1.82 129.6 -1528.4 0.0 -1382.8 7.15 379.1 -6009.0 0.0 -37.2 12.47 -260.2 -1920.6 0.0 1014.2 1.96 133.9 -1715.0 0.0 -1364.8 7.29 381.2 -6010.7 0.0 19.7 12.61 -288.9 -1771.0 0.0 991.3 2.10 138.6 -1917.4 0.0 -1344.4 7.43 383.1 -6004.9 0.0 71.7 12.75 -315.0 -1638.1 0.0 968.5 2.24 142.9 -2098.8 0.0 -1325.2 7.57 385.0 -5992.0 0.0 124.0 12.89 -341.0 -1508.4 0.0 943.6 2.38 147.2 -2277.5 0.0 -1305.5 7.71 386.9 -5972.0 0.0 176.6 13.03 -369.7 -1369.9 0.0 914.0 2.52 151.9 -2470.9 0.0 -1283.0 7.85 388.9 -5941.8 0.0 234.7 13.17 -395.8 -1247.8 0.0 885.0 2.66 156.2 -2643.8 0.0 -1262.1 7.99 390.8 -5906.7 0.0 287.8 13.31 -421.8 -1129.8 0.0 854.1 2.80 160.4 -2813.8 0.0 -1240.5 8.13 392.7 -5864.5 0.0 341.1 13.45 -447.9 -1016.1 0.0 821.2 2.94 164.7 -2980.8 0.0 -1218.3 8.27 394.8 -5809.7 0.0 400.1 13.59 -476.6 -896.4 0.0 782.7 3.08 169.5 -3161.0 0.0 -1193.3 8.41 396.7 -5752.3 0.0 454.0 13.73 -502.7 -792.6 0.0 745.6 3.22 173.7 -3321.6 0.0 -1169.9 8.55 398.6 -5687.5 0.0 508.1 13.87 -528.7 -694.0 0.0 706.6 3.36 178.0 -3478.9 0.0 -1145.9 8.69 400.5 -5615.4 0.0 562.5 14.01 -557.4 -591.8 0.0 661.4 3.50 182.7 -3648.2 0.0 -1118.9 8.83 402.6 -5527.5 0.0 622.6 14.15 -583.5 -504.8 0.0 618.3 3.64 187.0 -3798.6 0.0 -1093.7 8.97 404.5 -5439.8 0.0 677.6 14.29 -609.6 -423.8 0.0 573.2 3.78 191.3 -3945.5 0.0 -1067.9 9.11 383.7 -5344.8 0.0 731.4 14.43 -638.2 -341.9 0.0 521.3 3.92 196.7 -4088.8 0.0 -1041.5 9.25 355.1 -5232.0 0.0 786.5 14.57 -664.3 -274.3 0.0 472.1 4.06 207.9 -4242.3 0.0 -1011.2 9.39 329.0 -5122.6 0.0 832.9 14.71 -690.4 -213.4 0.0 420.8 4.20 218.2 -4377.8 0.0 -982.1 9.53 302.9 -5007.2 0.0 875,7 14.85 -716.4 -159.7 0.0 367.7 4.34 228.5 -4509.2 0.0 -951.6 9.67 274.2 -4873.8 0.0 918.8 14.99 -745.1 -109.0 0.0 306.9 4.48 239.8 -4649.0 0.0 -916.5 9.81 248.2 -4747.1 0.0 954.1 15.13 -771.2 -70.9 0.0 249.6 4.62 250.0 -4771.4 0.0 -883.1 9.95 222.1 -4615.9 0.0 986.0 15.27 -797.3 -40.7 0.0 190.3 4.76 260.3 -4889.1 0.0 -848.3 10.09 196.0 -4480.7 0.0 1014.2 15.41 -825.9 -16.9 0.0 122.8 4.90 271.6 -5013.1 0.0 -808.4 10.23 167.4 -4327.7 0.0 1041.2 15.55 -852.0 -4.1 0.0 59.4 5.04 281.8 -5120.5 0.0 -770.6 10.37 141.3 -4185.4 0.0 1062.1 15.69 -878.1 0.0 0.0 0.0 5.18 292.1 -5222.8 0.0 -731.5 10.51 115.2 -4040.4 0.0 1079.4 15.83 -4383.2 0.0 0.0 0.0 Atkins SPW911, v2.40 2001. 2317, Rle Buck% Inc. Erroll: pkdcio@piebuakcan Web: w.w:PleWckcam Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 1 Date: 4.16.14 Sheet: SKZ24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support 1 Maximum d (ft) 1 ❑ 8845.4ftlb/ft 7.45 • 0.1 in 8.35 "Normal" Loads (Tieback) Cold Formed Steel Sheet Pile 6.30 ft 9.00 ft 17.17 ft +0.50 ft 2162.4 lb/ft 0.75 ft --- 9.0 ° Atkins 0.00 ft loose Fine Sand' 0.50 ft 7.00 ft 17.17 ft SPW911, v2.40 C 2001- 7007, Pile &cl®, Inc. erel, pleltcleVi ilebuckccm Web: wwplehckcam Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale Tel: 954-733-7233 Title: Structural Engineer Designer: SJS Page: 2 Date: 4.16.14 Sheet: SKZ24 Pressure: Coulomb FOS: 2.0 Toe: Free Earth Support "Nom al" Loads (Tieback) Cold Formed Steel Sheet Pile Input Data Depth Of Excavation = 9.00 ft Depth Of Active Water = 0.50 ft Surcharge = 120.0 psf Depth Of Passive Water = 6.30 ft Slope (active) = -2.9 degrees Slope (passive) = 9.0 degrees Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Soil Profile Depth (ft) Soil Name 0.00 Loose Fine Sand 7.00 Loose Fine Sand 19.00 Dense Rock Fill 29.00 Loose Fine Sand 34.00 Dense Rock Fill Sheet Sheet Name SKZ 24 Load Model: Area Distribution Supports Linear Depth (ft) Type Load (Ib/ft) 0.75 Waler 2162.41 I (in4/ft) 241.44 Atkins Water Density = 62.49 pcf Minimum Fluid Density = 31.82 pcf Active Side y (Poi) y (pcf) C (psf) Ca (Ps) $(9 an Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.30 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.29 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.20 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.28 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 Passive Side y(pcf) / (pcf) C (Psi) Ca (psi) 44"1 6(q Ka Kac Kp Kpc 105.00 43.00 0.0 0.0 30.0 10.0 0.28 0.00 4.08 0.00 110.00 48.00 0.0 0.0 31.0 10.0 0.27 0.00 4.28 0.00 120.00 58.00 0.0 0.0 40.0 13.0 0.19 0.00 7.81 0.00 110.00 48.00 0.0 0.0 32.0 11.0 0.26 0.00 4.65 0.00 120.00 58.00 0.0 0.0 37.0 12.0 0.23 0.00 6.28 0.00 E (psi) 3.04E+07 Solution Z (in3/fl) 30.18 f (psi) 30000.0 Maximum Bending Moment (ftbft) 75460.11 Maxima Upstand (ft) 0.50 Toe (ft) 8.17 Pile Length (ft) 17.671 Maximum Depth Bending Moment 8845.4ftlb/ft 7.45 ft Deflection 0.1 in 8.35 ft Pressure 521.4psf 9.00 ft Shear Force 2124.41b/ft 0.75 ft SPW911, v2.40 02081- a107, %le Be, Irc. 6rell: pi lducl®pilehudccom Web: •x. Ithckcam Client Muss Park 2-7-14 Site. Atkins, Ft. Lauderdale Tel. 954-733-7233 Title Structural Engineer Designer SJS Page 3 Date. 4.16.14 Sheet SKZ24 Pressure' Coulomb FOS 2.0 Toe: Free Earth Support Maximum d (ft) o 521.4psf 9.00 • 8845.4ftlb/ft 7.45 o 2124.41b/ft 0.75 • 0.1 in 8.35 "Normal" Loads (Tieback) Cold Formed Steel Sheet Pile -45 -40 -35 -30 -25 -20 -15 -10 -6 0: 5 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ---L---L--'L---1---1---1---1---1--2 —�---- 1 1 1 1 1 1 1 1 • 1 1 1 1 1 1 1 1 • 4--- 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 8- 44 l 1 1 1 1 1 1 Y 1 d(ft) Atkins Bencliing Mojnent=ftlb/ft)r T 1 T 1 -2{X 10 -9 -8 -7 -6 -6 -4 -3 -2 -4 0. t 1 1 1 1 1 1 1 1 ---�----�---1--------L---� 1 i 1 1 i 1 1 i i 1 i r ---T--'1 i 1 i 1 1 1 i i 1 i 1 i 1 i 1 -8- 1 i i � i 1 1 i i i i 1 r 1 r T r 1 ;Shea? Forcer(1i/H); -24 -20 -16 -12 -8 -4 0 1 2 i 8 1 i 1 i d(ft) SPW911, v2.401 02%11.207. no Buda, Inc. a a gl�cl®ple4ckcom wen: wew.plenacwn Client: Muss Park 2-7-14 Site: Atkins, Ft. Lauderdale depth ` P M D F depth P MD F depth P M D F Tel: 954-733-7233 (ft) (psf) (ftlb/ft) (in) (Ib/ft) (ft) (psf) (ftlblft) (in) (Ib/ft) (ft) (psf) (ttlb/ft) (in) (Ib/ft) Title: Structural Engineer 0.00 36.0 0.5 0.0 0.5 5.77 450.3 -8159.3 0.0 -810.0 11.55 31.6 -5256.0 0.0 1495.8 Designer: SJS 0.15 41.1 1.1 0.0 6.8 5.92 461.4 -8273.8 0.0 -742.8 11.70 3.4 -5047.3 0.0 1498.2 Page: 4 0.30 45.8 2.5 0.0 13.2 6.08 472.5 -8378.2 0.0 -674.0 11.85 -24.8 -4838.6 0.0 1497.2 Date: 4.16.14 0.46 50.4 4.9 0.0 20.4 6.23 484.7 -8481.4 0.0 -596.4 12.00 -55.8 -4609.3 0.0 1493.5 Sheet: SKZ24 0.61 60.7 8.8 0.0 29.3 6.38 490.2 -8564.1 0.0 -524.4 12.15 -84.0 -4401.5 0.0 1487.6 Pressure: Coulomb 0.76 71.8 -17.9 0.0 -2123.3 6.53 492.1 -8636.3 0.0 -452.1 12.31 -112.2 -4194.7 0.0 1479.5 FOS: 2.0 0.91 82.9 -328.8 0.0 -2111.8 6.68 494.0 -8697.9 0.0 -379.5 12.46 -143.2 -3968.6 0.0 1467.9 Toe: Free Earth Support t 06 95.1 -668.7 0.0 -2097.3 6.84 496.1 -8753.3 0.0 -299.3 12.61 -171.4 -3764.9 0.0 1455.0 "Normal" Loads (Tieback) 1.22 106.2 -975.5 0.0 -2082.4 6.99 498.0 -8792.4 0.0 -226.1 12.76 -199.6 -3563.0 0.0 1439.7 Cold Formed Steel Sheet Pile 1.37 117.3 -1280.0 0.0 -2065.9 7.14 495.5 -8820.7 0.0 -153.3 12.91 -230.6 -3343.6 0.0 1420.3 1.52 129.5 -1612.1 0.0 -2045.8 7.29 497.8 -8839.6 0.0 -72.8 13.06 -258.8 -3146.9 0.0 1400.2 1.67 140.6 -1911.0 0.0 -2025.8 7.44 499.8 -8845.4 0.1 0.6 13.22 -287.0 -2953.2 0.0 1377.8 1.82 151.7 -2206.9 0.0 -2004.2 7.60 501.9 -8840.7 0.1 74.4 13.37 -318.0 -2743.9 0.0 1350.5 1.97 163.9 -2528.6 0.0 -1978.6 7.75 504.1 -8823.6 0.1 155.8 13.52 -346.2 -2557.3 0.0 1323.3 2.13 175.0 -2817.3 0.0 -1953.6 7.90 506.2 -8797.2 0.1 230.2 13.67 -374.4 -2374.8 0.0 1293.7 2.28 186.1 -3102.2 0.0 -1926.9 8.05 508.2 -8760.5 0.1 304.9 13.82 -402.6 -2196.4 0.0 1261.9 2.43 198.3 -3411.0 0.0 -1895.7 8.20 510.5 -8708.0 0.1 387.4 13.98 -433.6 -2005.6 0.0 1224.2 2.58 209.4 -3687.2 0.0 -1865.6 8.36 512.5 -8649.3 0.1 462.7 14.13 -461.8 -1837.2 0.0 1187.6 2.73 220.5 -3958.9 0.0 -1833.8 8.51 514.6 -8580.1 0.1 538.3 14.28 -490.0 -1674.2 0.0 1148.6 2.89 232.8 -4252.3 0.0 -1797.0 8.66 516.8 -8491.7 0.1 621.9 14.43 -521.0 -1501.2 0.0 1103.1 3.04 243.9 -4513.7 0.0 -1761.9 8.81 518.9 -8400.3 0.1 698.1 14.58 -549.2 -1350.2 0.0 1059.3 3.19 255.0 -4769.9 0.0 -1725.1 8.96 520.9 -8298.2 0.1 774.7 14.74 -577.4 -1205.5 0.0 1013.2 3.34 266.1 -5020.5 0.0 -1686.6 9.11 496.9 -8173.6 0.1 857.4 14.89 -608.4 -1053.8 0.0 959.8 3.49 278.3 -5289.6 0.0 -1642.5 9.27 468.7 -8049.6 0.1 928.3 15.04 -636.6 -923.2 0.0 908.9 3.65 289.4 -5527.8 0.0 -1600.6 9.42 440.5 -7916.0 0.0 995.0 15.19 -664.8 -799.9 0.0 855.6 3.80 300.5 -5759.9 0.0 -1557.1 9.57 409.4 -7758.7 0.0 1063.6 15.34 -695.8 -672.9 0.0 794.4 3.95 312.7 -6007.6 0.0 -1507.4 9.72 381.3 -7606.8 0.0 1121.6 15.50 -724.0 -565.9 0.0 736.4 4.10 323.8 -6225.8 0.0 -1460.5 9.87 353.1 -7447.1 0.0 1175.4 15.65 -752.2 -467.0 0.0 676.0 4.25 334.9 -6436.9 0.0 -1411.9 10.03 322.0 -7263.0 0.0 1229.8 15.80 -783.2-368.1 0.0 606.9 4.41 347.1 -6660.8 0.0 -1356.6 10.18 293.8 -7088.7 0.0 1275.0 15.95 -811.4 -287.6 0.0 541.7 4.56 358.2 -6856.4 0.0 -1304.6 10.33 265.6 -6908.4 0.0 1315.9 16.10 -839.6 -216.3 0.0 474.2 4.71 369.3 -7044.4 0.0 -1251.0 10.48 237.5 -6722.7 0.0 1352.8 16.25 -870.6 -149.0 0.0 397.3 4.86 381.5 -7241.9 0.0 -1190.1 10.63 206.4 -6512.8 0.0 1388.5 16.41 -898.8 -98.1 0.0 324.9 5.01 392.6 -7412.8 0.0 -1133.0 10.79 178.2 -6317.5 0.0 1416.6 16.56 -927.0 -57.5 0.0 250.3 5.17 403.7 -7575.2 0.0 -1074.3 10.94 150.0 -6118.5 0.0 1440.5 16.71 -958.1 -25.0 0.0 165.5 5.32 415.9 -7743.8 0.0 -1007.9 11.09 119.0 -5896.1 0.0 1462.1 16.86 -986.3 -6.9 0.0 86.0 5.47 427.0 -7887.6 0.0 -945.8 11.24 90.8 -5691.4 0.0 1477.3 17.01 -1014.4 0.0 0.0 0.0 5.62 438.1 -8022.2 0.0 -882.0 11.39 62.6 -5484.7 0.0 1488.4 17.17 -4266.7 0.0 0.0 0.0 Atkins SPW911, v2.40 ®2001- 2077, Pile&NW, Inc. 6reil: pllebud 0P'iebudccom Web: ew e. ilebuckarn slpflinesfeell . 1.41.JICGIFI company SKZ SKZ Cold Formed Steel Sheet Pile Crass width' _' Height Thickness Sectional (w) (h. CO Area In in in int/ft ECTION}', {mm}mmi €coil /mr SKZ 20 SKZ 22 SKZ 23 SKZ 24 SKZ 25 SKZ 31 SKZ 33 SKZ 34 SKZ 36 SKZ 38 t SECTION MODULUS Moment Both Co Pile all Elastic Plastic of inert#a Sides lil/ft lb lftZ to jft.. ' in3/it 'n4/ft iC2/ft ft {kg/t ') (crrr'/m . Iem/ I €gym'/moi 6t I } { 28.50 16.00 0.315 6.00 48.24 20.31 31.69 723.9 406.4 8.0 136.20 71.79 99.17 1704 1970.97 34618 28.50 16.00 0.335 6.30 51.30 21.60 33.43 38.94 267.40 7.60 723.9 406.4 8.5 145.40 76.34 105.46 1797 2093.55 36515 2.32 1.60 28.50 16.00 0.354 6.70 54.20 22.82 35.61 41.12 284.90 7.60 1.60 7239 406.4 9.0 162.50 80.66 111.42 1915 2210.75 38905 2.32 1.60 28.50 16.000.375: 7.10 57.43 24.18 37.73: 43.52' 301.80 7.60 1.60'' 723.9: 406.4 9.5 179.50€ 85.47' 118:06 2028+ 2339.78' 41213 2.32 1.60 28.50 16.00 0.399 7.60 61.10 25.73 40.14 46.24 321.12 7.60 1.60 723.9 406.4 10.1 188.00 90.93 125.61 2158 2486.02 43851 2.32 1.60 28.50 18.00 0.450 9.07 73.82 31.08 51.56 60.51 464.05 8.06 1.70 723.9 457.2 11.4 192.04 109.85 151.75 2772 3253.29 63369 2.46 1.70 28.50 18.00 0.475 9.40 77.64 32.69 54.89 63.57 494.03 8.06 1.70 723.9 457.2 12.1 198.97 115.54 159.61 2951 3417.68 67462 2.46 1.70 28.50 18.00 0.500 9.89 81.42 34.28 57.62 66.86 518.62 8.06 1.70 723.9 457.2 12.7 209.25 121.17 167.38 3098 3594.60 70821 2.46 1.70 28.50 18.00 0.535 10.78 86.81 36.55 60.71 71.58 546.43 8.06 1.70 723.9 457.2 13.6 228.10 129.19 178.46 3264 3848.17 74619 2.46 1.70 28.50 18.00 0.550 11.07 88.95 37.45 62.32 73.52 560.85 8.06 1.70 723.9 457.2 14.0 234.42 132.37 182.85 3350 3952.44 76588 2.46 1.70 36.66 253.51 7.60 2.32 1.60 1.60 1.60 Interlock Compatibility SCZ 14 51;16...>. 5(2.:17:;. 5C2 18' SQ19 7s 61.21 51:22 50223. • • • • • • • • • • • • • ( • • • • 0 0 0 0 0 6125' 5C2 26 SCZ 29 51304 SK220' SK222 SKZ 23 SKZ 24 56Z25 • • • • • • • • • • • • • • • • • 0 0 0 0 0 SKZ31 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • • 51,2 33 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • • 5K2.34 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • • 5KZ.36.';I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • • 5KZ38 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 • • • Interlock compatible 0 Interlock not compatible Technical Hotline: 1-866-875-9546 I engineering@skylinesteel.com www.skylinesteel.com skylinesfeell SKZ SKZ Cold Formed Steel Sheet Pile A 572 Grade 50 A 572 Grade 55 A 572 Grade 60 A 572 Grade 65* 50 345 55 380 60 415 65 450 A 572 Grade 65 (Mod)** A 588 A 690 •Not available for thicknesses 2 0.375" {9.525mm}. **Not available for thicknesses > 0.276" (7.0mm). Corner Piles 82 Corner Pile B3 Corner Pile Lr— -Jo AT IA SU 20- SKZ 38 A = 5.0 inches (127.0 mm) 8 =23.5 inches (596.9 mm) Delivery Conditions & Tolerances ASTM A6 Mass Length Straightness Bending (S) Curving (C) Twisting (V) ± 2.5% B +5 inches –0 inches Maximum Rolled lengths' SKZ 70 feet (21.3 m) CFC 90* 12.00 Ib/ft (17.9 kg/m) ± 7% ±50mm 0.25% of the length 0.25% of the length 2% of the length t Longer lengths may be possible upon request. • Covered by one or more patents owned by PilePro, LLC (www.pilepro.com) CF Tee* 17.07 lb/ft (25.4 kg/m) 80 50 50 EL[? STRENGTH CF* 7.46 Ib/ft (11.1 kg/m) 555 345 345 V 20• 8.85 lb/ft (13.2 kg/m) A - A Technical Hotline: 1-866-875-9546 1 engineering@skylinesteel.com www.skylinesteeiCom hoohi I ��� I�III I� � �� ����� �,I Imll�nll,��^I,, � Ilillilll�l� � ��� I lir I4III ,,u4�, i ill�li I I , it iri rl � I� iql,,,! �, I �iI IIV ili VI �I,,,l it Iuil IlllililluJII6llll.Ilil�llwiii. I I � � I odI1116�V�Vollillll I I �I � I � I�VIIdIIIIIIIudVVuulld � IIIA I I I I , � ImIlluVil��uu�i',� ,,�� II�IVI16lYW8�ul L i L�� II Vuudlu�Id�VIVIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIVuVIIIWIuWIIIVIIVIrYIIV�VIVIIIIiIIIIUIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVI�IIYIVVIIIIIII!!IIIIIPIIuduuuullllllllllVIIIIIIIIIIIIIIIIIIVVIIIWYIIIIIVIIIVI�IVIudVIIIIIIIIIIIIIIIIIIIIIIIVIIIIIII " 1, � I ,..„, `,� ..�.. � IVL iWell l� �l��u�i�� �.��� ��I I.�..���I��u�lulVuIIIIWIuIVu,u!ul l ul I��YIIi IVII� , I lu u�661m16�Y Deadman (Anchor Wall) Design A hot -rolled AZ14-770 deadman (equivalent cold -rolled section: SKZ 24) (anchor wall) is designed using "Sheet Pile Design by Pile Buck pg. 205" sheet pile wall guidelines. The deadman is designed with T/steel at EL. (+) 2.0 and 25'-0" behind the bulkhead wall. Calculations assume deadman to be at T/steel EL. (+) 3.5 due to "Pile Buck Solution". The design yields a 7' long x 5.05' wide(4.75'wide for cold -formed) (2 pieces linked) steel sheet pile (SSP) deadman (anchor wall) spaced at 10'-0". The deadman using GR. 50 steel and yields a minimum Factor of Safety of 2.0. ATKINS Muss Park Deadman (Anchor Wall) Design - Based on 'Sheet Pile Design by Pile Buck pg. 205" Given SSP Wall Deadman Top of bulkhead: EL (+) 4.0 Top of deadman: EL (+) 2.0 Top of cap: EL (+) 4.5 Tieback to deadm an = (-) 1.5 Top of soil behind wall: EL (+) 4.0 Top of soil @ deadman: EL (+) 3.5 Water level behind wall: EL (+) 3.5 Water level at deadman: EL (+) 3.5 Mudline: EL (-) 5.0 peadman sheet Type: SKZ 24 (cold formed) Water level in front of wall = EL (-) 1.0 Deadman sheet width: 4.75ft Sheet pile tip = EL (-) 14.0 Inputs spacing := 10ft Tensionunit_applied 2.31 kip ft ITensionapplied Tensionunit_app 4.08 11lied.spacing = 23.1•kipl Ka := 0.3 ' soi1 105pcf 'dry := 43pcf Ham, := 7ft L:=7ft nn� widthanchor 2.28.5in = 4.75•ft Tieback spacing Applied unit tension taken from SPW911 Total tension on (1) tieback Passive soil pressure coeff., Geosol Active pressure coeff., Geosol Saturated soil density, Geosol Dry soil density, Geosol Height of water from bottom of deadman Vert. dim. of deadman (anchor wall) Width of (2) connected pieces of SKZ 24 Pile Buck Sheet Pile Design Book (oa. 2051- Top of anchor wall assumed at grade per Pile Buck Solution Deadmanunfact_unit_cap i 1 2 Ka) [soii•Hw2 + [2.7soi1•Hw + 7dry (L — 1-14(L— Hw)1 Deadmanunfact_unit -cap = 9.724• kip ft Deadmanunfactcap Deadmanunfact_unit_cap.widthanchor = 46.189•kipl Deadmanact_cap 1 2 FOSanchor = Tensionapplied Deadman unfactored unit tension capacity (FOS = 1.0) Deadman unfactored tension capacity (anchor wall) (FOS = 1.0) Factor of safety of deadman (anchor wall) G:\Coastal Engineering\Projects\Muss Park\04 Design\Calculations\muss park anchor wall design 03 cold formed.xmcd Page 1 of 2 ATKINS Muss Park Deadman (Anchor Wall) Design - Based on "Sheet Pile Design by Pile Buck pg. 205" Given SSP WaII Deadman Top of bulkhead: EL (+) 4.0 Top of deadman: EL (+) 2.0 Top of cap: EL (+) 4.5 Tieback to deadman = (-) 1.5 Top of soil behind wall: EL (+) 4.0 Top of soil @ deadman: EL (+) 3.5 Water level behind wall: EL (+) 3.5 Water level at deadman: EL (+) 3.5 Mudline: EL (-) 5.0 Deadman sheet Type: AZ14-77q (hot formed) Water level in front of wall = EL (-) 1.0 Deadman sheet width: 5.0ft Sheet pile tip = EL (-) 14.0 Inputs spacing := lOft Tieback spacing Tensionunit_applied 2.31 kip ft Applied unit tension taken from SPW911 ITensionapplied Tensionunit_applied'spacing = 23.1.11 Total tension on (1) tieback 4.08 Passive soil pressure coeff., Geosol I := 0.3 Active pressure coeff., Geosol Ysoil 105pcf Saturated soil density, Geosol ydry := 43pcf Dry soil density, Geosol Hw := 7ft Height of water from bottom of L := 7ft deadman Vert. dim. of deadman (anctbr wall) widthanchor 2 30.3lin = 5.052 ft Width of (2) connected pieces of AZ14-770 Pile Buck Sheet Pile Design Book (oa. 205) - Top of anchor wall assumed at grade per Pile Buck Solution /gp 1 Deadmanunfact_unit_cap ( 2 Ka I•['�soil'Hw2 + [2'rysoil'Hw + Idry' — Hw)1(L — 14w)] Deadmanunfact_unit_cap = 9.724 kip ft Deadmanunfact_cap Deadmanunfact_unit_cap'widthanchor = 49.123• kid FOS _ Deadmanunfact_cap = 2.127 anchor Tensionapplied Deadman unfactored unit tension capacity (FOS = 1.0) Deadman unfactored tension capacity (anchor wall) (FOS = 1.0) Factor of safety of deadman (anchor wall) G:\Coastal Engineering\Projects\Muss Park\04 Design\Calculations\muss park anchor wall design 03 hot formed.xmcd Page 1 of 2 Sheet Pile Design by Pile Buck 205 5 2 ances; the total load on the wall is that of the anchor. The length affects the equations for these forces, specifically if the wall extends to below the water line. Let us assume to start with that the wall will extend below the water table, as shown in Figure 11-19. Figure 11-I9: Pressure Diagram on Sheet Pile Anchor The net force is divided into two parts; the part above the water line (1) and the part below the water line (2). We will assume Rankine conditions in this case, because the full angle of interface friction, d, used in computing KP can only be mobilized if the anchor has sufficient dead weight or, in general, is restrained against upward move- ment. The summation of forces on the wall (including the anchor pull plus a factor of safety of 2.5) is 2 Equation 11-33: (yH,,2+(2yH„..+r'(I,-HK,))(1,-H )) Locating the resultants of each force and summing moments about the top of the wall (again including the anchor pull factor of safety) yields Equation 11-34: YH + (2),H,.+y'(L-H,,)l( (I. - H„,)(3y/i„, 6yH„,+3y`(L Substitution of the variables yields two equations: for the force, 97.63 (L + 12.42) (L - 2.42) = 13937.5, and for the moment, 11715.9 (L + 16) (L - 2.94) (L2 + 10.44L + 30.65) / (2880 + 180L) = 69687.5. The solution of these two equations yields two values for 1-1, 9.06' and 8.51' respectively. We should pick the larger of the two, and in practical terms, the height of the wall should be 9.5'. >With Ovesen's method, the first thing that needs to be considered is the maximum possible depth of the slab in view of Figure 11-15. Given the proximity of the tie rod to the water table, it is reasonable to assume that the anchor slab will in fact extend into the water table. • Since we are using Rankine assumptions, from Figure 11-10Ky= 5. From this Ro = 5 - 0.28 = 4.72. • From Equation 11-20, PH = 3037.5 lb/ft. The ultimate anchor resistance per foot of wall for the basic case (from Equation 11-21) is To = (3037.5)(4.72) = 14329 lb/ft of wall. /AC 4. //r.•.'///` //,C- H h • +. - j. s' • j hw 5' ! }T Figure 11-20: Slab Layout for Ovesen's Method Example • Let us assume a slab configuration such as is shown in Figure 11-20 with H = 7.5' and h = 5.5'. We will use for a slab thickness W = 2'. In specifying a slab thickness, a separate structural analysis should be considered. Keep in mind that, if reinforcement is used, most spread footings require that the minimum rein- forcement for the cover is 3” in all directions. • Using Equation 11-22 and substituting the parameters determined, the results for various spacings of anchors are as follows: !/L = 0.25, R = 10.87, R/Ro = 2.31, Ault = 85,966 lb, Tult = 7815 lb/ft, FS = 1.4. P/L = 0.5, R = 7.7, R/R0 = 1.63, Ault = 121,583 lb, Tutt = 11,053 lb/ft, FS = 1.98. l/L = 0.75, R = 5.96, R/Ro = 1.26, Ault = 141,340 lb, Tutt = 12,849 lb/ft, FS = 2.3. P/L = 1, R = 4.78, R/Ro = 1.01, Ault = 151,240 lb, 13,749 lb/ft. Tutt= • We generally prefer to have a factor of safety greater than 2; therefore, the case of //L = 0.5 is just below being acceptable. Using linear interpolation with the factors of safety, we should specify an //L = 0.55. Dewatering may be necessary, especially for an anchor Tie Rod Design The steel sheet pile deadman uses a tie rod to connect to main steel sheet pile wall. The tie rod is 1.25" diameter, grade 75, which holds back 23.1 kips per deadman. The stress ratio of the tie rod is 0.942(ASD). Both cases were analyzed using FDOT Structures Design Guidelines for corrosion in an "Extremely Aggressive" substructure environment. Stainless steel tie rods were specified on the plans to meet local building code requirements to meet corrosion design criteria. ATKINS Tie Rod Deakin - Standard Tensionapplied = 23.1•kip SZ 1 := 2.00 S12 := 1.67 Stress tensile 65ksi = 65•ksi Stressmin_tensile Stressallowi :_ = 32.5•ksi Stress tensile Stressallow2 :_ = 38.922•ksi SZ2 := 1.25in tsacrificial := 0.27in 4)corroded :_ — tsacrificial = 0.98•in 2 Ae (4)corroded) = 0.754•in2 Tensionallow := min(Stressallowi , Stressallow2)•Ae = 24.515•kip CheckSR := "Meets minimum AISC requirements." if SRtierod < 1.0 "Does not meet minimum AISC requirements." otherwise kS Applied tension on tieback ASD reduction factor, rupture ASD reduction factor, yielding Minimum Tension Stress (Grade 50) Allowable stress (ASD), Rupture, AISC 16.1-26 Allowable stress (ASD), Yielding, AISC 16.1-26 Diameter of tie rod Sacrificial thickness per "Structures Design Guidlines , FDOT Diameter of tie rod after corrosion Cross-sectional area of tie rod, gross = effective Allowable Tension Utility Ratio of tie rod (SR < 1 Pass) G:\Coastal Engineering\Projects\Muss Park\04 Design\Calculations\muss park anchor wall design 03 hot formed.xmcd Page 2 of 2 ATKINS Tie Rod Desian - Williams Tensionapplied = 23.1.kip Applied tension on tieback 12i:= 2.00 ASD reduction factor, rupture S22 := 1.67 ASD reduction factor, yielding Stress tensile 75ksi Minimum Tension Stress (Grade 75) Stressmin_tensile = 37.5•ksi Stressallowi Allowable stress (ASD), Rupture, S2i AISC 16.1-26 Stress_tensile Stressallow2 = 44.91•ksi := 1.25in tsacrificial 0.27in (1)corroded — tsacrificial = 0.98•in 2 Ae (4'corroded)=0.754•in2 2 Allowable stress (ASD), Yielding, AISC 16.1-26 Diameter of tie rod Sacrificial thickness per "Structures Design Guidlines' FDOT Diameter of tie rod after corrosion Cross-sectional area of tie rod, gross = effective Tensionaiiow := min(Stressallowi , Stressallow2)•Ae = 28.286•kip Allowable Tension CheckSR := "Meets minimum AISC requirements." if SRtierod < 1.0 "Does not meet minimum AISC requirements." otherwise minimum Utility Ratio of tie rod (SR < 1 Pass) G:\Coastal Engineering\Projects\Muss Park\04 Design\Calculations\muss park anchor wall design 03 cold formed.xmcd Page 2 of 2 SDG 3.5 Driven Piles Page 2 of 8 puncture from vehicular impact; see 3.11.I for required plug lengths. E. Segmented cylinder piles in water (within the splash zone) require a redundant load path for durability. For segmented cylinder piles in water, design an independent plug that develops the full capacity of the pile from 2 feet below MLW to the bottom of the bent cap. F. Segmented cylinder piles with water line footings do not require a redundant load path for durability. 3.5.3 Steel Piles and Wall Anchor Bars (07/07) A. Protective Coatings and Corrosion Mitigation Measures 1.) Permanent Steel Sheet Piles: Use a three -coat shop applied system comprised of an inorganic zinc primer and two coats of coal tar -epoxy in accordance with Specification Section 560-14. Include a plan note requiring the exposed side of sheet piles be coated from the top of the sheet piles to a depth of five feet below the lower of the design ground surface or the design scour depth. Depict design ground surface or the design scour depth on Wall Control Drawings. Coat weathering steel piles in the same manner as non -weathering steel piles. 2.) Wall anchor bars: Use an epoxy -mastic heat shrink wrap or ducting and grouting. At the connection to wall, use a coal tar -epoxy mastic coating. 3.) Pipe and H -Piles with corrosion protection measures as noted in table below: Use a three - coat system comprised of an inorganic zinc primer and two coats of coal tar -epoxy in accordance with Specification Section 560-14. Include a plan note requiring all exposed outside surfaces of piles be coated from the top of the piles to a depth of five feet below the lower of the design ground surface or the design scour depth. Depict design ground surface or the design scour depth in plans. B. Additional Steel Thickness To account for future corrosion, add an additional sacrificial steel thickness to all permanent steel substructure and wall components as shown in the table below. Additional Sacrificial Steel Thickness Required (inches) Substructure Environmental Classification Extremely Aggressive Special Case Water > 2000 For Land ppm Chlorides Applications: or Resistivity Where Slightly Moderately < 1000 Ground Water Aggressive Aggressive Ohm/cm < 2000 ppm or pH < 6.0; Chlorides and Except for Resistivity > Special Case 5000 Ohm -cm and 4.9<pH<6.0 Steel Component Pipe and H -Piles completely buried in ground without corrosion protection measures Pipe and H -Piles on land, partially buried in ground with corrosion protection measures Pipe and H -Piles 0.075 0.150 0.090 0.180 Do not use 0.225 Do not use 0.270 http://www.dot.state.fl.us/structures/StructuresManual/CurrentRelease/DesignGuidelines/S... 8/6/2008 SDG 3.5 Driven Piles Page 3 of 8 in water, partially buried in ground without corrosion protection measures Pipe and H -Piles in water, partially buried in ground with corrosion protection measures Anchored Sheet Piles Cantilevered Sheet Piles Wall Anchor Bars with corrosion protection measures 0.150 0.300 0.090 0.180 Do not use N/A Do not use N/A 0 0 0 0 0.045 0.090 0.135 0.135 0.090 0.180 0.270 0.270 Commentary: The following criteria were used to determine the additional steel thickness required: Environmental Classification versus Corrosion Rate per side for partially buried piles and wall anchor bars: Slightly Aggressive: 0.001 inches/year Moderately Aggressive: 0.002 inches/year Extremely Aggressive: 0.003 inches/year Environmental Classification versus Corrosion Rate per side for completely buried piles: Slightly Aggressive: 0.0005 inches/year Moderately Aggressive: 0.001 inches/year Extremely Aggressive: 0.0015 inches/year Design Life: Pipe and H -Piles without corrosion protection measures: 75 years (additional sacrificial thickness required) Pipe and H -Piles, Sheet Piles and Wall Anchor Bars with corrosion protection measures: 75 years ( coating system 30 years and sacrificial thickness 45 years), (Corrosion rates for anchored sheet pile walls beyond the coating system life are neglected due to structural redundancy). Application: Partially buried Pipe Piles and H -Piles : Two Sided Attack at soil and/or water line. Completely buried Pipe Piles and H -Piles: Two Sided Attack below ground line as shown in table above; single sided attack if Pipe Piles are concrete filled. Sheet Piles: Single Sided Attack at soil and/or water line. C. Sheet Piles 1.) Design and detail the sheet pile properties for both cold -rolled and hot -rolled sections where possible. Include the required additional sacrificial steel thickness in the section properties shown in the plans. Design the cold -rolled section using flexural section properties that are 120% of the hot -rolled section values. Assure that standard shapes meeting the required properties are readily available from domestic suppliers. 2.) Detail wall components such as caps and tie -backs to work with both the hot -rolled and cold- http://www.dot.state.fl.us/structures/StructuresManual/CurrentRelease/DesignGuidelines/S... 8/6/2008 Tie Rod Connection Design The ASTM A572 tie rod is connected using a 2.5" long x 2.5" wide x 1" thick x 5/8" thick w/1.375" diameter hole beveled steel plate, following Section 6.1 of the Research Council on Structural Connections, AISC 2009. The belveled plate sits on a 8"x8"x3/4" steel plate and is all held down by a 1.25" diameter x 2" long hex nut. Specifications for Structural Joints Using High Strength Bolts Research Council on Structural Connections, A1SC 2009 EL. 150 — Beveled plate dimensions: Svc Plate 2.5" x 2.5" x 1" x 5/8" w/ 1-1/8" diameter hole 4.1: C ui tevn awt Bcvc.1 eY R e Win -eve Hex Nuts No mina! Bar Diameter R73 Hex Nut for 150 KSI All -Thread -Bar ASTM A29 Across Flats Thickness Part Number 1" (25 mm) 1-3/4" (45 mm) 2" (51 mm) R73-08 1-1/4" (32 mm) 1-3/8" (36 mm) 1-3/4" (45 mm) 2-1/2" (85 mm) '23" (75 mm) 2.1/4" (57 mm) 2-1/2" (84 mm) 2.1/2" @4 mm) 2-3/4" (70 mm) 3" 3-1/2" (76 mm) (89 mm) 4-1/4" (108 mm) 4-1/4" (108 mm) 4-3/4" (120 mm) 6-1/8" (156 mm) R73-10 R73-11 R73-14 R73-20 R74-24 " Round nut with outside diameter of 5" (127 mm) R63 Hex Nuts- ASTM A108 R63 Hex Nut for Grade 75 All -Thread Rebar No mi nal Ear Diameter #6 - 3/4" (20 mm) #7 - 7/8" (22 mm) #8. 1" (25 mm) #9 - 1-1/8" (28 mm) #10 - 1-1/4" (32 mm) ASTM A108 Across Flats Thickness 1.1/4" 1-5/8" (31.8 mm) (41.4 mm) 1-7/16" (36.5 mm) 1.5/8" (41.3 mm) 1-7/8" (47.8 mm) 2" (50.8 mm) Part Number R63-06 #11 - 1-3/8" (35 mm) #14- 1-3/4" 2-1/4" (57.2 mm) 2-3/4" (45 mm) (89.9 mm) 2" (50.8 mm) 2" (55.5 mm) 2-3/16" (55.0 mm) 2.13/32" (81.1 mm) 3-1/4" 12.6 mm) R63-08 R63.08 R83.10 R63-11 R83.14 #18.2.1/4" 3-1/2" (55 mm) j (88.9 mm) #20 - 2-1/2" (64 mm) "#28-3.1/2" (89 mm) Nominal Bar Diameter #6 - 3/4" (20 mm) 4" (102 mm) 5.1/2" (140 mm) 3-1/2" (88.0 mm) 4" (102 mm) R63-18 R63-20 6" R64-28 (142 mm) I " Round nut with outside diameter of 8" (152 mm) ,cross Across Flats Lorrierx Thio kne_ _ 1.1/4" 1.44" 1-5/8" (31.8 mm) (36.7mm) (41Amm) #7 - 7/8" i 1-7/16" (22mm) (36.5mm) #8 - 1" 1-6/8" (25 mm) j (41.3 mm) #8 - 1.1/8" j 1-7/8" (28 mm) E (47.8 mm) #10.1-1/4" 2" (32 mm) ` (60.8 mm) #11 -1-3/8" ; 2-1/4" (35 mm) I (57.2 mm) #14- 1-3/4" 2-314" (45 mm) (89.8 mm) #18-2-1/4" 3-1/2" (55 mm) 1 (88.8 mm) #20.2.1/2" 1 4" (84 mm) (102 mm) #24-3" I 4-1/2" (76 mm) I (114 mm) #28 - 3-1/2" ' 5-1/2" (88 mm) I (140 mm) Rounded collar Nut 1.66" (42.2 mm) 1-3/4" (44.5 mm) 1.88" 2" (47.7 mm) (50.8 mm) 2.17" (55.0 mm) 2" (55.5 mm) Part Number R83-06 R63-07 R63-08 R63-08 2.31" (58.8 mm) 2.53" (84.2 mm) 3.18" (80.8 mm) 4.04" (103 mm) 4.82" (117 mm) O.D. 5" (127 mm) O.D. 6" (142 mm) 2-3/18" (55.8 mm) 2-13/32" (81.1 mm) 3-1/4" ('82.8 mm) 3-1/2" (88.8 mm) 4" (102 mm 5" (127 mm) 8" (142 mm) R63-10 R63-11 R63.14 R63-18 R63-20 R64-24 R04-28 16.2-44 SECTION 6. USE OF WASHERS 6.1. Snug -Tightened Joints Washers are not required in snug -tightened joints, except as required in Sections 6.1.1 and 6.1.2. 6.1.1. Sloping Surfaces: When the outer face of the joint has a slope that is greater than 1:20 with respect to a plane that is normal to the bolt axis, an ASTM F436 beveled washer shall be used to compensate for the lack of parallelism. 6.1.2. Slotted Hole: When a slotted hole occurs in an outer ply, an ASTM F436 washer or She in. thick common plate washer shall be used as required to completely cover the hole. 6.2. Pretensioned Joints and Slip -Critical Joints Washers are not required in pretensioned joints and slip -critical joints, except as required in Sections 6.1.1, 6.1.2, 6.2.1, 6.2.2, 6.2.3, 6.2.4 and 6.2.5. 6.2.1. Specified Minimum Yield Strength of Connected Material Less Than 40 ksi: When ASTM A490 or F2280 bolts are pretensioned in connected material of specified minimum yield strength less than 40 ksi, ASTM F436 washers shall be used under both the bolt head and nut, except that a washer is not needed under the head of an ASTM F2280 round head twist -off bolt. 6.2.2. Calibrated Wrench Pretensioning: When the calibrated wrench pretensioning method is used, an ASTM F436 washer shall be used under the turned element. 6.2.3. Twist -Off -Type Tension -Control Bolt Pretensioning: When the twist -off - type tension -control bolt pretensioning method is used, an ASTM F436 washer shall be used under the nut as part of the fastener assembly. 6.2.4. Direct -Tension -Indicator Pretensioning: When the direct -tension -indicator pretensioning method is used, an ASTM F436 washer shall be used as follows: (1) When the nut is turned and the direct tension indicator is located under the bolt head, an ASTM F436 washer shall be used under the nut; (2) When the mit is turned and the direct tension indicator is located under the nut, an ASTM F436 washer shall be used between the nut and the direct tension indicator; (3) When the bolt head is turned and the direct tension indicator is located under the nut, an ASTM F436 washer shall be used under the bolt head; and, Specification for Structural Joints Using High -Strength Bolts, December 31, 2009 RESEARCH COUNCIL ON STRUCTURAL CONNECTIONS Cap Design The cap is designed using Alex's Corner spreadsheets for concrete design (ACI 318). The cap was divided into (3) analyses: simple span, continuous span, cantilevered beam analysis to account for the different superimposed loading conditions. The cap is analyzed with loading from the deadman (anchor sheet) anchors. The cap design uses a 2'-9" wide x 2'-6" high concrete reinforced cap with (4) #7 bars at the top and (3) #7 bars E.F. "RECTBEAM (318-05).xls" Program Version 1.1 RECTANGULAR CONCRETE BEAM/SECTION ANALYSIS Flexure, Shear, Crack Control, and Inertia for Singly or Doubly Reinforced Sections Per ACI 318-05 Code Job Name:Muss Park I Sub!ect: ISSP Concrete CAP Job Number:I Originator: DLC 1 Checker: IGJM Input Data: Uses input from Alex's corner Beam Analysis: 2' 9" wide x 2' 6" tall w/(4) #8 bars T&B Beam or Slab Section? Beam Exterior or Interior Exposure? Exterior Reinforcing Yield Strength, fy = 60 ksi Concrete Comp. Strength, f 'c = 4 ksi Beam Width, b = 30.000 in. Depth to Tension Reinforcing, d = 29.000 in. Total Beam Depth, h = 33.000 in. Tension Reinforcing, As = 2.400 in.^2 No. of Tension Bars in Beam, Nb = 4.000 Tension Reinf. Bar Spacing, sl = 8.000 in. Clear Cover to Tension Reinf., Cc = 3.000 in. Depth to Compression Reinf., d' 4.000 in. Compression Reinforcing, As = 2.400 in.^2 Working Stress Moment, Ma = 115.88 ft -kips Ultimate Design Moment, Mu = 185.41 ft -kips Ultimate Design Shear, Vu = 22.00 kips Total Stirrup Area, Av(stirrup) = 0.110_ in.^2 Tie/Stirrup Spacing, s2 = 12.0000 in. h d As Sinalv Reinforced Section d'=4" i, b=30" A's =2.4 h=33" d=29" As=2.4 Doubly Reinforced Section. Results: Moment Capacity Chec c for Beam -Type Section: Crack Control (Distribution of Reinf.): 131 =0.85_ Per ACI 318-05 Code: c =1.661 in. Es = 29000 ksi a =1.412 in. Ec = 3605 ksi pb = 0.02851 n = 8 04 n = Es/Ec p(prov) = 0.00276 fs = 21.33 ksi 0.00333 fs(used) =„ 21.33 ksi 2.900 in.^2 > As = 2.4 in.^2, N.G. s1(max) = 20.63~ in. >= s1 = 8 in., O.K. p(min) = As(min) = p(temp) = As(temp) = p(max) = As(max) = f's = (1)Mn = N.A. (total for section) N.A. in.^2/face 0.02414 21.001 in.^2 >= As = 2.4 in.^2, O.K. N.A. ksi (A's does not yield) 305.58 ft -k >= Mu = 185.41 ft -k, O.K. Per ACI 318-95 Code: dc = 4.0000 in. z = 132.54 k/in. z(allow) = 145.00 k/in. >= z = 132.54 k/in., O.K. Shear Capacity Check for Beam-Tvpe Section: Moment of Inertia for Deflection: oVc = 82.54 kips fr = 0.474 ksi toys= _1_1 .96 kips kd = ‘,,,,5:3725_ in. �Vn = OVc+OVs = 94.50 kips >= Vu = 22 kips, O.K. Ig = 89842.50 in.^4 •Vs(max) = 330.14 kips >= Vu-(phi)Vc = 0 kips, O.K. Mcr = 215.23 ft -k Av(prov) = 0.110 in.^2 = Av(stirrup) Icr = 12360.60 in.^4 Av(req'd) = 0.000 in.^2 <= Av(prov) = 0.11 in.^2, O.K. Ie = 89842.50 in.^4 (for deflection) Av(min) = 0.000 in.^2 <= Av(prov) = 0.11 in.^2, O.K. s2(max) = N.A. in. tpMn>1.33Mu per ACI 318-11 10.5.3 (4) #7 bars TOP and (3) #7 bars E.F. 1 of 1 5/22/2014 11:37 AM SINGLE -SPAN BEAM ANALYSIS For Simple, Propped, Fixed, or Cantilever Beams Job Name: Muss Park Job Number: Input Data: Data from SPW911 Flood Loading Beam Data: Span Type? Simple Span, L = 10 0000 ft. Modulus, E = 3605 ksi Inertia, I = 1830.00 in. A4 Beam Loadings: Full Uniform: w =1 3.3600 'kips/ft. Start 7,7 Simple Beam r Propped Beam Fixed Beam Cantilever Beam End Distributed: b (ft.) Wb (kips/ft.) e (ft.) We (kips/ft.) #2: Point Loads:. a (ft.) P (kips) #1: #2: #3: #4: #5: 20.0 15.0 10.0 "BEAMANAL.xls" Program Version 2.0 Subject: ISSP CAP Originator: DLC 1 Checker:IGJM I, RL 1 >x Nomenclature RR Results: Reactions: RL = 16.80 k I RR=1 16.80 k I ML = N.A. MR = N.A. Maximum Moments: +M(max) =I 42.00 ft -k I @ x =I 5.00 ft. -M(max) 0.00 ft -k @ x= 0.00 ft. Maximum Deflections: -A(max) -0.115 in @ x = 5.00 ft. +0(max) = 0.000 in.@ x = 0.00 ft. A(ratio) = L/1047 Shear Diagram CL 5.0 - #6: 0.0 #7: m #8: H -5.0 #9: #10: #11: #12: #13: #14: #15: Moments: c (ft.) M (ft -kips) #1: #2: #3: #4: Moment (ft -kips) -10.0 -15.0 -20.0 45.0 - 40.0 35.0 - 30.0 - 25.0 - 20.0 15.0 10.0 5.0 - 0.0 S 0 x (ft.) �t Diaaram o 0 0 0 0 0 0 0 0 0 0 tp a) a O O N W 7 O 1G N O N Ol O O V fn N to r 1 of 1 X (ft.) m 0 m 0 0) 0l 8 4/16/2014 12:25 PM MMINIMMIMMEMMINIMM..:....:....:. o 0 0 0 0 0 0 0 0 0 0 tp a) a O O N W 7 O 1G N O N Ol O O V fn N to r 1 of 1 X (ft.) m 0 m 0 0) 0l 8 4/16/2014 12:25 PM "BEAMANAL.xls" Program Version 2.0 SINGLE -SPAN BEAM ANALYSIS and AISC ASD CODE CHECK For Simple, Propped, Fixed, or Cantilever Beams Using AISC W, S, C, or MC Shapes Subjected to X -Axis Bending Only Job Number:Job Name: (Muss Park IOriginator:IDLC Subject: SSP CAP Mout Data: Data from SPW911 Flood Loading Beam Data: Span Type? Cantilever .....:......: Span, L = 5.0000 ft. Modulus, E = 29000 ksi Inertia, Ix = 1830.00 in A4 Beam Size = W24x68 Yield, Fy = 36....._..... ksi Length, Lb = 20.0000 ft. Coef., Cb = 1.00 Beam Loadings: Full Uniform: w =1 Distributed: #1. #2: #3: #4. #5: #6: #7: #8: b (ft. ) kips/ft. Start Wb (kips/ft.) 3.6960 0.0000 Simole Beam ' Pr000ed Beam Fixed Beam Cantilever Beam Checker: IGJM c End e (ft.) We (kips/ft.) 5.0000 3.6960 Moments: c (ft.) #1: #2: #4: Results: End Reactions: RL = MxL = N.A. N.A. Maximum Moments: +Mx(max) =I 0.00 -Mx(max) _ -46.20 M (ft -kips) kips ft -kips ft -kips ft -kips Maximum Deflections: -A(max) = -0.009 in. +A(max) = 0.000 in. A(ratio) = L/6383 RR = MxR = 18.48 -46.20 kips ft -kips ©X.00 ft. @x=� 5.00 ft. @x= @x=1 0.00 Ift. 0.00 Nomenclature Point Loads: #1: #3: �.,,...,...� ,w #4: #5: #7: #8: #... 8: #10: #12: #13: a (ft.) P (kips) #14: #15: +we +w RR AISC Code Check for X -Axis Bending: Lc = 9.47 ft. Lu = 10.24 ft. Lb/rt = 106.19 fbx = 3.60 ksi Fbx 14..45 ksi Mn( = 185.41 ft -kips S.R. = 0.249 =fbx/Fbx AISC Code Check for Gross Shear: fv =I 1.88 ksi Fv = 14.40 ksi S.R. = 0.130 = fv/Fv 1 of 1 4/16/2014 12:25 PM Job Name' Job Number. Mout Data' Beam Data No. Spans, N = Left End = Finned Support" Right End = Pinned support. Modulus, E 29000 ka 'Muss Park 2 Span Data and Loadings: Span Data:l Span, L = Inertia, l = Full Uniform: w =1 ;0n01 1 eon. 1830 00111.4 3 6960 kpf CONTINUOUS -SPAN BEAM ANALYSIS For Two (2) through Five (5) Span Beams With Pinned or Fixed Beam Ends Subject: I SSP CAP Originator: DLC I soar f 1 Start End Distributed: b m) I Wo (kiosia) a (f) we 8066) TSpanp2 I Span P3 I Span%J I Span P5 Snan and Support Nomenclature 12 13 se: 07. 08' Point Loads: rt 02 03 w: 05 08 07 68 09 010 011 012: 013: 014. 915. K�a n#2 1 .0000 R Start 1830 00 in.A4 3.6960 kp( a (rt.) P (lops) a(ft) P (kips) Span k3 Start b (5) wE Orissa) End e(5) I We(loss11( P (kim) Start Left End Cantilever Shear = 0.00 1 kps Left End Cantileve Moment =I 0.130 Inaips End Shears: 120.16 k I I -16.80 k 116 80 k 1 I -20 16 k 1 -- I 1 of1 "BEAMANAL.AIs" Program Version 2.0 Summary of Results for Entire 2Span Beam: Support Moments: Support Reactions: Mt = 0.00 ft -bps 121 = 20,16 kips M2 = -25.20R-iaps R2 = 33.60 tips M3= 000 &kips R3 =NM --20.18 ti M4 ft-kips 94_.._ kW M5=ft-kips R5 = tips Ma = -- fl -kips R6 = — 1)55 Maximum Moments in Beam: +M(max)= 12.98 a -ops @ x = 4.55 rt. Mean s2) -M(max) = -42 00 n-klps @ x = 10 00 rt. (seen 0I) Maximum Deflections in Beam: -6(max) = -0.002„- in. @ x = 4.45 n. (span *2) ........._..... —.......4............ +A(max)= 0000 @x — 918 rt(Span x2) A(atel = 1157143 n Soan 04 fl End e(R) !We (kiirslll) Soanrs5 Start h (R) I wL (Iapvn.) 3 ( End eor) we I 1 sm)1 C (ft)M _.�,..__ ......_,..rylYkips) Right End Cantilever Shear =1 0,00 I -- 1 — I IPS Right End Cantilever Moment= I -- I -- I I 0.00 -kips I — I 4/162014 12'24 PM Job Name. !Muss Park Job Number Input Data: Beam Data: No. Spans, N = Left End = Right End = Modulus, E _ Span Data and Loadings: Span Data:l Span, L inertia, I = Full Uniform: w =1 S1Ppwt/i Sia,Psn ki I Start Distributed:) b cft.) Iwo ( *1 /3. /5 #1 10ft. 1830.00 in. 34 3 6960193f r CONTINUOUS -SPAN BEAM ANALYSIS For Two (2) through Five (5) Span Beams With Pinned or Fixed Beam Ends Sub11(:ct: SSP CAP Origifator: DLC Span ttl I Span. I. Span. T. Span /34 T Span.5 3 I I5 6 E,I Span and Support Nomenclature VL�s•x Load Nomenclature I Checker: IGJM 1. C 10.00 � 0n#2 00 0. 1830.001n.'4 3.6960 kpf Span *3 vR "BEAMANAL.)& Program Version 2.0 Summary of Results for Entire Moan Beam: Support Moments: Support Reactions: Mt =0.00 n -kips Rt = M2 = -06.20 mkps R2= M3 = 0.00 n-k5s R3 = Mi= . n.kips Ra= M5= -- ft -kips R5= Re = M6 = -- ft -kips Maximum Moments in Beam: + M(max) =25 99 n -kips -M(3ax) _ -46 20 ft -kips Maximum Deflections in Beam: -A(m.x)= -0007 9 + nom)= 0000 Att..) = Sean *4 U16462 L Rx= 61 = ®x= 6.25 ®x= 10.00 5. 0.0780 Span Ms kips kips kips kips kips kips 0.(Span /2) ft. (Span /1) n (Span #2) n. (Span /1) End 5tad End Start EndStart End Start' End ) e MI 1 we 00ift1 b (ft) I we Morin .1 a (R) we (Wein.) b no I wb (haat .i a (ft) 1 wa eeiat.) 6 n) wb (k9Nn.) a M.) (we Most.) b (n.) ! We (Ims/0) ' e (ft) w. eipant), I 1 I Point Loads: /t. a (n.) P (196) apt) P(1m.) —i a 75) P mice) a m) P (lops) /13 M4: /15. Moments:' c(0) /t00000,,m Left End Cantilever Shear = Rlts esu End Shears: 1138611 1 0.00 1 Ides Left End Cantilever Moment = I -23.10 6 1 23.10 k 1 1 000 mme Right End Cantilever Shear = -13.86 k 1 -- I 1 of1 1 0.00 Right End Cantilever Moment = 0 00 1 4/162014 12:24 PM Desiderio Maldonado ATKINS NORTH AMERICA Muss Park Design Detail Concrete fc = 4000 psi Rebar Fy = 60000 psi Unit Weight = 150 Ib/ft' 12 in 5ft ft #5 @ 12 in (S&T) #5 @ 12 in #5 @ 12 in (S&T) #5 @ 12 in Heel Bars: #5 @ 12 in Toe Bars: #5@12 in Footing SIT Bars: #5 @ 12 in F Check Summary Ratio Check Provided Required Combination -- Stability Checks - V 0.347 Overtuming 4.33 1.50 /0.931 Sliding 1.61 1.50 / 0.561 Bearing Pressure 3000 psf 1684 psf V. 0.738 Bearing Eccentricity 8.85 in 12 in - Toe Checks -- / 0.000 Shear 9.89 k/ft V 0.000 Moment 11.8 ft.k/ft /0.088 Min Strain 0.0456 V 0.000 Min Steel 0.03 in' V 0.174 Development 69 in 12 in 0.0043 V 0.667 S&T Max Spacing /0.418 S&T Min Rho -- Heel Checks -- /0.541 Shear 11.03k/ft 0.238 Moment 13.2 ft.k/ft ,/0.078 Min Strain 0.0512 V.0.000 Min Steel 0.03 in' /0.600 Development 10 in V 0.667 S&T Max Spacing 12 in 0.418 S&T Min Rho 0.0043 --- Stem Checks -- V 0.266 Moment 11.8 ft.k/ft V. 0.162 Shear 9.89 k/ft V0.088 Max Steel 0.0456 /0.000 Min Steel 0.03 in'/in V 0.667 Base Development 9 in /0.465 Horz Bar Rho 0.0043 / 0.667 Horz Bar Spacing 12 in 0 k/ft 0 ft.k/ft 0.0040 0 in' 12 in 18 in 0.0018 5.97 k/ft 3.14 ftik/ft 0.0040 0 in' 6 in 18 in 0.0018 3.14 ft.k/ft 1.6 et 0.0040 0 in'/in 6 in 0.0020 18 in 1.OD+1.OF+1.OL+1.OH 1.OD + 1.OF + 1.OL+ 0.6H 1.OD + 1.OF + 1.OL + 1.OH 1.0D+1.OF+1.OL+1.OH 1.4D + 1.4F 1.4D + 1.4F 1.4D+ 1.4F 1.4D+1.4F 1.4D + 1.4F 1.4D + 1.4F 1.4D + 1.4F 1.2D + 1.2F + 1.6L + 1.6H 1.2D + 1.2F + 1.6L + 1.6H 1.4D + 1.4F 1.4D + 1.4F 1.4D + 1.4F 1.4D + 1.4F 1.4D + 1.4F 1.2D + 1.2F + 1.6L + 1.6H 1.2D + 1.2F + 1.6L + 1.6H 1.40 + 1.4F 1.4D + 1.4F 1.4D + 1.4F 1.4D + 1.4F 1.4D+1.4F Criteria Use basic criteria from common project settings Yes Building Code IBC 2012 Concrete Load Combs Masonry Load Combs Stability Load Combs Apply Sds Factor to Seismic Combinations for Ev No Restrained Against Sliding No Neglect Bearing At Heel Yes Use Vert. Comp. for OT No Use Vert. Comp. for Sliding No Use Vert. Comp. for Bearing Yes Use Surcharge for Sliding & OT Yes Use Surcharge for Bearing Yes Neglect Soil Over Toe No Neglect Backfill Wt. for Coulomb No Factor Soil Weight As Dead Yes Use Passive Force for OT Yes Assume Pressure To Top Yes Extend Backfill Pressure To Key Bottom No Use Toe Passive Pressure for Bearing No Required F.S. for OT 1.50 Required F.S. for Sliding 1.50 Has Different Safety Factors for Seismic No Allowable Bearing Pressure 3000 psf Req'd Bearing Location Middle third Wall Friction Angle 25' Friction Coefficent 0.35 Soil Reaction Modulus 172800 Ib/ft IBC 2012 (Strength) ASCE 7-10 (ASD) ASCE 7-10 (ASD) QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 1 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Loads To w u� 0 240 psf 111101 y = 100 Ib/ft' =30° c = 0 psf Y = 10 =30° 1 Loading Options/Assumptions 4 Passive pressure neglects top 0 ft of soil. Load Combinations IBC 2012 (Strength) 1.4D + 1.4F 1.2D + 1.2F + 1.6L + 1.6H 1.2D + 1.2F + 1.6L + 0.9H 1.2D + 1.2F + 0.5L + 1.6H 1.2D + 1.2F + 0.5L + 0.9H 1.2D + 1.2F + 1.6H 1.2D + 1.2F + 0.9H 0.9D + 1.6H 0.9D + 0.9H 0.9D + 0.9F + 1.6H 0.9D + 0.9F + 0.9H ✓I Strength Check Results Summary Load Combination Stem Stem Stem Stem Stem Stem Stem Stem Stem M -applied Mallow V -applied V -allow Min. Id Actual Id Min. strain Actual strain Min. steel (ft•kfff) (ft•kfff) (k/ft) (k/ft) (in) (in) (in=fin) 1.4D + 1.4F 1.82 11.8 1.09 9.89 6 9 0.0040 0.0456 0 1.20 + 1.2F + 1.6L + 1.6H 3.14 11.8 1.6 9.89 6 9 0.0040 0.0456 0 1.2D + 1.2F + 1.6L + 0.9H 3.07 11.8 1.56 9.89 6 9 0.0040 0.0456 0 1.2D + 1.2F + 0.5L + 1.6H 2.16 11.8 1.21 9.89 6 9 0.0040 0.0456 0 1.2D + 1.2F + 0.5L + 0.9H 2.09 11.8 1.17 9.89 6 9 0.0040 0.0456 0 1.2D + 1.2F + 1.6H 1.72 11.8 1.03 9.89 6 9 0.0040 0.0456 0 1.20 + 1.2F + 0.9H 1.65 11.8 0.99 9.89 6 9 0.0040 0.0456 0 0.9D + 1.6H 0.16 11.8 0.09 9.89 6 9 0.0040 0.0456 0 0.9D + 0.9H 0.09 11.8 0.05 9.89 6 9 0.0040 0.0456 0 0.9D + 0.9F + 1.6H 1.33 11.8 0.8 9.89 6 9 0.0040 0.0456 0 0.90 + 0.9F + 0.9H 1.26 11.8 0.76 9.89 6 9 0.0040 0.0456 0 Load Combination Stem Heel Heel Heel Heel Toe Toe Toe Toe Actual steel M -applied Mallow V -applied V -allow M -applied M -allow V -applied V -allow (in'/iin) (ft•kfft) (ft'k/ff) (k/ft) (eft) (ft•klft) (ft'k/ft) (k/ft) (kIft) 1.40 + 1.4F 0.03 11.81 13.2 4.73 11.03 0 11.8 0 9.89 1.20+1.2F+1.6L+1.6H 0.03 14.93 13.2 5.97 11.03 0 11.8 0 9.89 1.2D + 1.2F + 1.6L + 0.9H 0.03 14.93 13.2 5.97 11.03 0 11.8 0 9.89 1.20 + 1.2F + 0.5L + 1.6H 0.03 11.63 13.2 4.65 11.03 0 11.8 0 9.89 1.2D + 1.2F + 0.5L + 0.9H 0.03 11.63 13.2 4.65 11.03 0 11.8 0 9.89 1.2D + 1.2F + 1.6H 0.03 10.13 13.2 4.05 11.03 0 11.8 0 9.89 1.2D + 1.2F + 0.9H 0.03 10.13 13.2 4.05 11.03 0 11.8 0 9.89 0.9D + 1.6H 0.03 7.59 13.2 3.04 11.03 0 11.8 0 9.89 0.9D + 0.9H 0.03 7.59 13.2 3.04 11.03 0 11.8 0 9.89 0.9D + 0.9F + 1.6H 0.03 7.59 13.2 3.04 11.03 0 11.8 0 9.89 0.9D + 0.9F + 0.9H 0.03 7.59 13.2 3.04 11.03 0 11.8 0 9.89 Stability Check Results Summary Load Combination Overturning Resisting Overturning Overturning Overturning Sliding Resisting Sliding Moment Moment F.S. F.S. Req'd F.S. Req'd Seismic Force Force F.S. (ft•klft) (ft•klft) (Iblin) (Ib/in) 1.0D + 1.0F + 1.0L + 1.0H 3.69 15.99 4.327 1.500 1.500 136.2 246.6 1.810 1.00 + 1.0F + 1.0L + 0.6H 3.63 16.24 4.477 1.500 1.500 133.4 214.9 1.611 1.0D + 1.0F + 1.0H 2.42 11.79 4.878 1.500 1.500 100.7 211.8 2.104 1.00 + 1.0F + 0.6H 2.35 12.04 5.126 1.500 1.500 97.85 180.1 1.841 1.0D + 1.0F + 0.75L + 1.0H 3.38 14.94 4.426 1.500 1.500 127.3 237.9 1.868 1.0D + 1.0F + 0.75L + 0.6H 3.31 15.19 4.592 1.500 1.500 124.5 206.2 1.656 0.6D + 1.0H 0.17 6.82 40.148 1.500 1.500 7.08 158.8 22.426 0.60 + 0.6H 0.1 7.07 69.366 1.500 1.500 4.25 127.1 29.913 0.6D + 0.6F + 1.0H 1.52 6.82 4.495 1.500 1.500 63.24 158.8 2.511 0.6D + 0.6F + 0.6H 1.45 7.07 4.878 1.500 1.500 60.41 127.1 2.104 Load Combination Sliding Sliding Bearing Pressure Bearing Pressure Bearing Eccentricity Bearing Eccentricity Wall Top Actual F.S. Req'd F.S. Req'd Seismic Actual Allowable Actual Allowable Deflection (Psf) (Psf) (in) (in) (in) 1.0D + 1.0F + 1.0L + 1.0H 1.500 1.500 1684 3000 8.85 12 0.09 1.0D + 1.0F + 1.0L + 0.6H 1.500 1.500 1679 3000 8.85 12 0.09 1.0D + 1.0F + 1.0H 1.500 1.500 1336 3000 8.85 12 0.09 1.00 + 1.0F + 0.6H 1.500 1.500 1332 3000 8.85 12 0.09 1.0D + 1.0F + 0.75L + 1.0H 1.500 1.500 1597 3000 8.85 12 0.09 1.0D + 1.0F + 0.75L + 0.6H 1.500 1.500 1592 3000 8.85 12 0.09 0.6D + 1.0H 1.500 1.500 806.4 3000 8.85 12 0.09 0.6D + 0.6H 1.500 1.500 801.8 3000 8.85 12 0,09 0.6D + 0.6F + 1.0H 1.500 1.500 806.4 3000 8.85 12 0.09 0.6D + 0.6F + 0.6H 1.500 1.500 801.8 3000 8.85 12 0.09 QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 2 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Backfill Pressure Muss Park -31.25 psf QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd --3.3-Ib/in 7.81 Ib/in 7.08 Ib/in 2.29 Ib/in 5.43 Ib/in - - -4.92 Ib/in Page 3 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Backfill Pressure (Water Layer) Muss Park Lateral Earth Pressure (water laver) Yeff=Ysat-Yw = (80 Ib/ft)-(62.4Ib/ft') = 17.6 Ib/ft' = 300 (+sat) y = 17.6Ib/ft' (Yeff) Coulomb Active Earth Pressure Theory K a sin' (8 + 4) sin (p)sin(g-s)[1+„Isin(�+s)sin(�-a)1"2 2 /sin(-sjjsin(a+ jJJ sin' [(90)+(30°)] sin 2 ((901) sin [(90°) - (250)] [.1 + ^ Isin [(30°)+ (250)] sin [(300) - (0°)]1 " 2 V sin [(900)- (25°)] sin [(0°) + (90°)]J = 0.2959 as = y H Ka = (17.6 Ib / ft') (6 ft) (0.2959) = 31.25 psf Pa=2Kay H"2 = (0.2959)(17.6lb/ft3)(6ft)"2 = 7.81 Ib/in ap = 90° -13 + 8 = 90° - (90°) + (25°) = 25° (resultant force angle with horizontal) Lateral Earth Pressure (water laver. stem only) Yeff=Ysat -Yw = (801b/ft')-(62.41b/ft') = 17.61b/ft' as = y H Ka = (17.6 Ib / ft') (5 ft) (0.2959) = 26.04 psf Pa=2KaYH A2 = (0.2959)(17.6Ib/ft')(5ft) "2 = 5.43 lb/in ap = 90° - g + 8 = 90° - (90°) + (25°) = 25° (resultant force angle with horizontal) 1 QuickRWall 5.0 (iesweb.com) C:\Users\maid1252\Desktop\Muss Park Conc Ret Wall.rwd Page 4 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Passive Pressure y = 100 Ib/ft3 =30° c = 0 psf Muss Park Lateral Earth Pressure Rankine Passive Earth Pressure Theory Kp= tan' (45°+1 =tang 45°+(30 )_ ap = y H Kp + 2 c •. Kp = (100 lb / ft') (2.5 ft) (3.0) + 2 (0 psf) g3 0 = 750 psf 750 psf _ a 78.12 IbIIn = 3.0 r Water 1 sr: w, e 2) -374.4 psf -312 psf Lateral Water Pressure aH, = yy,, HW = (62.4 Ib / ft) (6 ft) = 374.4 psf Lateral Water Pressure (stem only) aW = yµ HW = (62.4 Ib / fN) (5 ft) = 312 psf co 4-93.6 Ib/in J 5 Ib/in QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 5 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Uniform Surcharge Pressure 240 psf Muss Park Lateral Surcharae Pressure Coulomb Active Earth Pressure Theory asur = Ka q = (0.2959) (240 psf, = 71.02 psf Wall/Soil Weights 68.75 Ib/in 75 Ib/in 18.751b/in 1 71.02 psf -71.02 psf QuickRWall 5.0 (iesweb.com) C:\Users\mald1252\Desktop\Muss Park Conc Ret Wall.rwd -4---35.51 lb/in J 29.59 Ib/In Page 6 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado_ ATKINS NORTH AMERICA Bearing Pressure 2 sf 1684 psf Friction F=µR = (0.350)(481.2 Ib/ in) = 168.41b/in — Bearing Pressure Calculation Contributing Forces Backfill Pressure Uniform Surcharge Pressure Water Pressure Footing Weight Stem Weight Key Weight Backfill Weight Soil over toe Weight -157865.83 in Ib / ft - 484.55 Ib / in 2.26 ft Note: Bearing resultant used for friction calcs is 481.2 Ib/in - reduced per user options (for sliding check). e 78,85 in 2'26 ft Li 484.6 Ib/in 168.4 Ib/in Vert Force ...offset Horz Force ...offset OT Moment -3.3 Ib/in 6 ft -7.08 Ib/in 2 ft -813.48 in-lb/ft -100 Ib/in 3.5 ft -35.51 Ib/in 3 ft -35059.16 in•lb/ft -0 Ib/in - -93.6 Ib/in 2 ft 26957 in•lb/ft -75 Ib/in 3 ft 0 Ib/in - -32400 in-lb/ft -68.75 Ib/in 0.5ft 0 Ib/in -4950 in•lb/ft -18.75 Ib/in 0.5 ft 0 Ib/in - -1350 in•lb/ft -218.75 Ib/in 3.5 ft 0 Ib/in -110250 in lb/ft -0 lb/in - 0 Ib/in - -0 in•lb/ft -484.55 Ib/in -157865.83 in-lb/ft QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd 1 Page 7 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Muss Park Stability Checks [1.0D + 1.0F + 1.0L + 1.0H] Overturning Check Overturning Moments Backfill pressure (horz) Surcharge (uniform) lateral pressure Water pressure Resisting Moments Surcharge (uniform) vertical pressure Passive pressure © toe Footing Weight Stem Weight Key Weight Backfill Weight Soil over toe Weight F.S _ RM _ 191850 in•lb / ft OTM 44337 in lb / ft = 4.327 > 1.50 (OK) Force Distance Moment 7.08 Ib/in 2 ft 2039 in•lb/ft 35.51 Ib/in 3 f 15341 in.lb/ft 93.6 Ib/in 2 ft 26957 in lb/ft Total: 44337 in•lb/ft Force Distance Moment 100 Ib/in 3.5 ft 50400 in lb/ft 78.12 Ib/in -0.67 ft -7500 in lb/ft -75 Ib/in 3 ft 32400 in lblft -68.75 Ib/in 0.5 ft 4950 imlb/ft -18.75 Ib/in 0.5 ft 1350 in lb/ft -218.75 Ib/in 3.5 ft 110250 in-lb/ft -0 lb/in 0 ft 0 in•lb/ft Total: 191850 in-lb/ft Bearing Capacity Check Bearing pressure < allowable (1684 psf < 3000 psf) - OK Bearing resultant eccentricity < allowable (8.85 in < 12 in) - OK Wall Top Displacement (based on unfactored service loads) Deflection due to stem flexural displacement Deflection due to rotation from settlement Total deflection at top of wall (positive towards toe) 0.004 in 0.091 in 0.095 in QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Sliding Check Sliding Force(s) Backfill pressure Surcharge (uniform) lateral pressure Water pressure Total: Resisting Force(s) Passive pressure © toe Friction Total: F.S. = RF _ 246.6 Ib / in = 1.810 > 1.50 (OK) SF 136.2 lb/in 7.08 Ib/in 35.51 Ib/in 93.6 Ib/in 136.2 Ib/in 78.12 Ib/in 168.4 Ib/in 246.6 Ib/in Page 8 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Muss Park Stability Checks [1.0D + 1.0F + 1.0L + 0.6H] Overturning Check Overturning Moments Backfill pressure (horz) Surcharge (uniform) lateral pressure Water pressure Resisting Moments Surcharge (uniform) vertical pressure Passive pressure © toe Footing Weight Stem Weight Key Weight Backfill Weight Soil over toe Weight F.S _ RM _ 194850 in•lb / ft OTM 43521 in•lb/ft = 4.477 > 1.50 (OK) Force Distance Moment 4.25 Ib/in 2 ft 1224 in lb/ft 35.51 Ib/in 3 ft 15341 in Ib/ft 93.6 Ib/in 2 ft 26957 in lb/ft Total: 43521 in•lb/ft Force Distance Moment 100 Ib/in 3.5 ft 50400 in•lb/ft 46.87 Ib/in -0.67 ft -4500 in.lb/ft -75 Ib/in 3 ft 32400 in•lb/ft -68.75 Ib/in 0.5 ft 4950 in-lb/ft -18.75 Ib/in 0.5 ft 1350 in-Ib/ft -218.75 Ib/in 3.5 ft 110250 in lb/ft -Olb/in Oft Oin•lb/ft Total: 194850 in-lb/ft Bearing Capacity Check Bearing pressure < allowable (1679 psf < 3000 psf) - OK Bearing resultant eccentricity < allowable (8.85 in < 12 in) - OK Wall Top Displacement (based on unfactored service loads) Deflection due to stem flexural displacement Deflection due to rotatiop fr9r) se`tlem9nt Total deflection at top of wall (positive towards toe) 0.004 in 0.091 in 0.095 in QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Sliding Checl Sliding Force(s) Backfill pressure Surcharge (uniform) lateral pressure Water pressure Total: Resisting Force(s) Passive pressure © toe Friction Total: F.S . RF - 214.9 Ib / in SF 133.41b / in 4.25 Ib/in 35.51 Ib/in 93.6 Ib/in 133.4 Ib/in 46.87 Ib/in 168 Ib/in 214.9 Ib/in 1.611>1.50 (OK) Page 9 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Stem Flexural Capacity Moment 5.5 4.95 4.4 3.85 3.3 2.75 Offset (ft) 2.2 1.65 1.1 0.55 Moment (ft k/ft) Capacity (ACI 318-11 10.21 Cal 0 ft from base fNeaative bending' As fy __ (0.03 in' / in) (60000 psi) a = = 0.46 in 0.85 Pc 0.85 (4000 psi) 4Mn = 4 As fy (d - a / 2) = (0.90) (0.03 in / in) (60000 psi) [(8.69 in) - (0.46 in) / 2] = 11.8 ftk / ft Capacity (ACI 318-11 10.21 Cal 0 ft from base [Positive bendinal As fYY _ (0.03 in' / in) (60000 psi) = 0.46 in a - 0.85 F' 0.85 0.85 (4000 psi) 4Mn = 4 As fy (d - a / 2) _ (0.90) (0.03 in' / in) (60000 psi) [(8.69 in) - (0.46 in) / 2] = 11.8 ftk / ft Capacity (ACI 318-11 10.21 Cal 4.31 ft from base fNeaative bendinal As fy __ (0.03 in' / in) (60000 psi) = 0.46 in a = 0.85 F'a 0.85 (4000 psi) 4Mn = 4 As fy (d - a / 2) = (0.90) (0.03 in' / in) (60000 psi) [(8.69 in) - (0.46 in) / 2] = 11.8 ftk / ft Capacity (ACI 318-11 10.21 Cal 4.31 ft from base (Positive bendinal, As fy __ (0.03 in' / in) (60000 psi) = 0.46 in a = 0.85 Pc 0.85 (4000 psi) 4M5 = 4 As fy (d - a / 2) = (0.90) (0.03 in' / in) (60000 psi) [(8.69 in) - (0.46 in) / 2] = 11.8 ftk / ft Capacity (ACI 318-11 10.21 Cal 5.5 ft from base fNeaative bending' As fy _ (0 in' / in) (60000psi) = 0 in a = 0.85 F's 0.85 (4000 psi) 4M5 = 4 As fy (d - a / 2) = (0.90) (0 in' / in) (60000 psi) [(8.69 in) - (0 in) / 2] = 0 ft k / ft Capacity (ACI 318-11 10.21 Cal 5.5 ft from base (Positive bendinal. _ As fy = (0 in' / in) (60000,psi) = 0 in a 0.85 F' 0.85 (4000 psi) 4Mn = 4 As fy (d - a / 2) = (0.90)(0 in' / in) (60000 psi) [(8.69 in) - (O in) / 2] = O ftk / ft QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 10 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado MUSS Park ATKINS NORTH AMERICA Stem Shear Capacity Shear 5.5 4.95 4.4 3.85 3.3 2.75 Offset (ft) 2.2 1.65 1.1 0.55 -13 -6.67 -3.33 D 3.33 6.67 1� Shear (k/ft) Shear Capacity (ACI 318-11 11.1.1 11.2.11 Cm 0 ft from base (Positive shear) = 1.0 (normal weight concrete) Va=2XFcd = 2 (1.0)14000 psi (8.69 in) = 13.19k/ft ¢Vn=IVa = (0.750)(13.19k/ft) = 9.89k/ft Shear Capacity (ACI 318-11 11.1.1 11.2.1) caa 0 ft from base fNeoative shear), X = 1.0 (normal weight concrete) Vc = 2X V- c d = 2 (1.0)14000 psi (8.69 in) = 13.19 k / ft OVn=SVC = (0.750)(13.19k/ft) = 9.89k/ft Shear Caoacity (ACI 318-11 11.1.1 11.2.1) Cal 5.5 ft from base (Positive shearl, X = 1.0 (normal weight concrete) Va=2R d = 2 (1.0)14000 psi (8.69 in) = 13.19k/ft 4Vn=IVa = (0.750)(13.19k/ft) = 9.89k/ft Shear Capacity (ACI 318-11 11.1.1 11.2.1) Cal 5.5 ft from base (Neoative shearl. = 1.0 (normal weight concrete) Va= d = 2 (1.0).4000 psi (8.69 in) = 13.19k/ft 4Vn=IVa = (0.750)(13.19k/ft) = 9.89k/ft QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 11 of 24 Wednesday 07/13/16 9:50 AM • Desiderio Maldonado ATKINS NORTH AMERICA Muss Park Stem Development/Lap Length Calculations Main vertical stem bars (bottom end) - Development Lenath Calculation (ACI 318-11 12.2.3. 12.5) We = 1.0 (uncoated hooked bars) R = 1.0 (normal weight concrete) Idh = 0.02 We - db = 0.02 (1.0) 60000 si (0.63 in) = 11.86 in X•Pc (1.0) 4000 psi Factoring Idh by the 0.7 multiplier of 12.5.3 (a) : Idh = 8.3 in 8 db = 8 (0.63 in) = 5.0 (minimum limit, does not control) Main vertical stem bars (too end) - Development Lenath Calculation (ACI 318-11 12.2.3 12.5) Wt = 1.0 We = 1.0 Ws = 0.80 1= 1.0 (bars are not horizontal) (bar not epoxy coated) (bars are #6 or smaller) (normal weight concrete) s/2 = (12 in)/2 = 6in cover + db / 2 = (3 in) + (0.63 in) / 2 = 3.31 in cb = 3.31 in (lesser of half spacing, ctr to surface) Ktr = 0.0 (no transverse reinforcement) cb + Ktr _ (3.31 in) + (0.0) = 5.30 db (0.63 in) Id = (3. Wt Wa Ws) db = Lr 3. (60000 psi) (1.0) (1.0) (0.80)1J (0.63 in) = 14.23 in 40 k F c 2.5 40 (1.0) 4000 psi 2.5 2nd curtain vertical bars (too end) - Development Lenath Calculation (ACI 318-11 12.2.3. 12.5) Wt = 1.0 We = 1.0 Ws = 0.80 (bars are not horizontal) (bar not epoxy coated) (bars are #6 or smaller) A = 1.0 (normal weight concrete) s/2 = (12 in)/2 = 6in cover + db / 2 = (3 in) + (0.63 in) / 2 = 3.31 in cb = 3.31 in (lesser of half spacing, ctr to surface) Ktr = 0.0 (no transverse reinforcement) cb + Ktr _ (3.31 in) + (0.0) = 5.30 db (0.63 in) Id = / 3. fy Wt We WsO db = [ 3. (60000 si (1.0)(i.0)(0.301 (0.63 in) = 14.23 in I\ xFc ) L (1.0),14000 psi QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 12 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Toe Checks [1.4D + 1.4F] Muss Park Controlling Moment Design moment M„ for toe need not exceed moment at stem base: Mtoe = Oftk/ft < Mstem = 1.82ft.k/ft M„ = 0 ft.k / ft (stem moment does not control) Flexure Check (ACI 318-11 10.2\ _ As fy _ (0.03 in' / in) (60000 psi) = 0.46 in a 0.85 F'o 0.85 (4000 psi) 4Mn = 4 As fy (d - a / 2) = (0.90) (0.03 in'/ in) (60000 psi) [(8.69 in) - (0.46 in) / 2] = 11.8 ft•k / ft 4Mn = 11.8ftk/ft 2 Mu = 0ft•k/ft1( Shear Check (ACI 318-11 11.1.1 11.11.3.11 = 1.0 (normal weight concrete) Vo=2)..'d = 2 (1.0)V4000 psi (8.69 in) = 13.19k/ft 4Vn = 4 Vo = (0.750) (13.19 k / ft) = 9.89 k / ft 4Vn = 9.89k/ft 2 V„ = Ok/ft✓ Minimum Strain Check (ACI 318-11 10.3.5' Pt = 0.850 (Fc 5 4000 psi) As fy __ (0.03 in= / in) (60000 psi) = 0.46 in a = 0.85 F'o 0.85 (4000 psi) in) st = 0.003 (a dp1 1) = 0.003 [(0.468 )9/ (0.850) - 1 ] = 0.0456 st = 0.0456 2 0.004 ✓ Minimum Steel Check (ACI 318-11 10.5.1\ 4Mn = 11.8ft.k/ft 2 (4/3)M, = [4/3](Oft•k/ft) = Oftk/ft Check is waived per ACI 10.5.3 ✓ Shrinkace and Temoerature Steel (ACI 318-11 7.12.2! _ AST _ (0.62 int / in) _ 0.0043 PST_prov - t sST - (12 in) (12 in) _ 0.0018 (60000) _ 0.0018 (60000) = 0.0018 PST_min- ' fy (60000 psi) PST_min = 0.0018 PST_prov = 0.0043 2 PST_min = 0.0018 •/ 18 inch limit governs SST_max = 18 in SST = 12 in 5 SST_max = 18 in ✓ Development Check (ACI 318-11 12.12. 12.2.3' JL 4Mn (0 ft.k / ft) = 0.0 (ratio to represent excess reinforcement) (11.8ftk/ft) vt = 1.0 ve = 1.0 yrs = 0.80 = 1.0 (12 inches or less cast below - 3.00 inches) (bar not epoxy coated) (bars are #6 or smaller) (normal weight concrete) s/2 = (12in)/2 = 6in cover + db / 2 = (3 in) + (0.63 in) / 2 = 3.31 in cb = 3.31 in (lesser of half spacing, ctr to surface) KV = 0.0 (no transverse reinforcement) cb + Ks. = (3.31 in) + (0.0) _ 5.30 db (0.63 in) Id=/3. jyrtvevs)db = [ 3. (60000 psi) (1.0)(1.0)(0.80)](0.63in) = 14.23 in \40 A F o 2.5 ) L40 (1.0) 4000 psi 2.5 J Factoring Id by the excess reinforcement ratio (0.0000) per 12.2.5: Id = 0 in 12 inch minimum controls Id.prov = 69 in z Id = 12 in ✓ QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Toe Unfactored Loads Unfactored Loads Toe Factored Loads 1.4D + 1.4F Page 13 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Heel Checks [1.4D + 1.4F] Muss Park Controllina Moment Design moment M„ for heel need not exceed moment at stem base: Mheel = 11.81ft•k/ft 2 Mstem = 1.82ft.k/ft Ma = 1.82 ftk / ft (stem base moment controls) Flexure Check (ACI 318-11 10.2) a = As f _ (0.03 in? / in) (60000 psi) 0.85 F'o 0.85 (4000 psi) = 0.46 in 0Mn = 0 As fy (d - a / 2) = (0.90) (0.03 in' / in) (60000 psi) [(9.69 in) - (0.46 in) / 2] = 13.2 ftk / ft 4Mn = 13.2ft•k/ft 2 M = 1.82ftk/ft1( Shear Check (ACI 318-11 11.1.1. 11.11.3.11 1 = 1.0 (normal weight concrete) Vo=2k F'od = 2 (1.0)114000psi(9.69in) = 14.7k/ft }Vn=*Vu = (0.750)(14.7k/ft) = 11.03k/ft 4Vn = 11.03k/ft 2 Vu = 4.73k/ft✓ Minimum Strain Check (ACI 318-11 10.3.51 = 0.850 (F'o 5 4000 psi) _ As f _ (0.03 int/ in) (60000 psi) 0.85 Fu 0.85 (4000 psi) = 0.46 in d�1 1) = 0.003[(0.46(9 n)9 (0.850) 1J et=0.003 (a et = 0.0512 2 0.004 1 = 0.0512 Minimum $teel Check (ACI 318-11 10.5.11 4Mn = 13.2ft.k/ft 2 (4 / Mu = [4/3](1.82fthk/ft) = 2.43ftk/ft Check is waived per ACI 10.5.3 ✓ Shrinkage and Temperature Steel (ACI 318-11 7.12.2) PST_prov =AST _ (0.62 int/ in) = 0.0043 t Ss.-- (12 in) (12 in) 0.0018 (60000)0.0018 (60000) PST min = fy (60000 psi) = __ 0.0018 PST_min = 0.0018 PST_prov = 0.0043 2 PST_min = 0.0018 ✓ 18 inch limit governs SST_max = 18 in SST = 12 in 5 SST max = 18 in ✓ Development Check (ACI 318-11 12.12. 12.2.31 _ (1.82 ft-k/ft) _ 0.1379 _ 414 (13.2 ft•k / ft) (ratio to represent excess reinforcement) We = 1.0 (uncoated hooked bars) = 1.0 (normal weight concrete) Idh = 0.02 we fy db = 0.02 (1.0) (60000 psi) (0 63 in) = 11.86 in (1.0)1/4000 psi Factoring Idh by the 0.7 multiplier of 12.5.3 (a) : Idh = 8.3 in Factoring Idh by the excess reinforcement ratio (0.1379) per 12.5.3 (d) : Idn = 8 db = 8 (0.63 in) = 5.0 (minimum limit, does not control) 6 inch minimum controls Idh_prov = 10 in 2 Idh = 6 in ✓ 1.14 in QuickRWall 5.0 (iesweb.com) C:\Users\maId1252\Desktop\Muss Park Conc Ret Wall.rwd #5 @ 12 #5 @ 12 Heel Unfactored Load Unfactored Loads 240 psf (Uniform S.Ircharge) 525 psf (Soil weight) 4 4 S psf (Concrete self -wt) (neglect bearing pressure) Heel Factored Loads 1.4D + 1.4F 735 psf 1# # ++ ♦ 735 psf (Soil weight) 4+ 1 4 4++ 1 4 1 psf (Concrete self -wt) ,N (neglect bearing pressure) 4.73 k/ft Page 14 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Stem Forces [1.4D + 1.49 Stem Internal Forces -436.8 psf Stem Joint Force Transfer Location stem base Stem Internal Forces Stem Internal Forces Moment -1.5 -1 -0.5 Moment (ftk/ft) Force 1.09 k/ft Stem Internal Forces Shear 0.3 0.6 0.9 Shear (k/ft) 12 1-436.8 psf QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 15 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Muss Park Stem Moment Checks [1.4D + 1.4F] Check (ACI 318-11 Ch 101 Cal 0 ft from base 4M„ = 11.8ftk/ft 2 Ma = 1.82ft.k/ft✓ Check (ACI 318-11 Ch 101 @ 4.31 ft from base 4M„ = 11.8ftk/ft 2 Ma = 0Mc/ ft✓ Check (ACI 318-11 Ch 101 Cal 4.33 ft from base ihMc = 11.61ftk/8 2 Ma = 0ftk/ft✓ Moment -10 -5 5 Moment (ftk/ft) 10 QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd c.5 4.95 4.4 3.85 3.3 2.75 Offset (ft) 2.2 1.65 - 1.1 0.55 1SO Page 16 of 24 Wednesday 07/13/16 9:50 AM Desideria Maldonado ATKINS NORTH AMERICA Stem Shear Checks [1.4D + 1.4F] Shear Check (ACI 318-11 Ch 11.1.1) a 0 ft from base 0V„ = 9.89k/ft 2 V = 1.09k/ft1( Shear -ib £.67 -3.33 j 3.33 6.67 Shear (k/ft) QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd 3.5 4.95 4.4 3.85 3.3 2.75 Offset (ft) 2.2 1.65 -0.55 Page 17 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Stem Miscellaneous Checks [1.4D + 1.4F] Minimum Steel Check (ACI 318-11 10.5.11 (al 0 ft from base (Stem in neoative flexurel +Mn = 11.8ft.k/ft 2 (4/3)Mu = [4/3](1.82ft•k/ft) = 2.43ft•k/ft Check is waived per ACI 10.5.3 ✓ Minimum Steel Check (ACI 318-11 10.5.11 Cal 5.5 ft from base (Stem in neaative flexurel +Mn = Oftk/ft 2 (4/3)Mu = (4/3](Oft-k/ft) = Oft•k/ft Check is waived per ACI 10.5.3 ✓ Maximum Steel Check (ACI 318-11 10.3.51 Cal 0 ft from base rStem in neoative flexurel 131 = 0.850 (Fc 5 4000 psi) a = AS fYX _ (0.03 in' / in) (60000 psi) = 0.46 in 0.85 1 'c 0.85 (4000 psi) et = 0.003 (a d 1) = 0.003 [(0.46 in) / (0.850) - 1] = 0.0456 Et = 0.0456 2 0.004 ✓ Maximum Steel Check (ACI 318-11 10.3.51 Cal 5.5 ft from base (Stem in neaative flexurel 131 = 0.850 (re 5 4000 psi) AS fYY _ (0.03 int / in) (60000 psi) a 0.85 Pc 0.85 (4000 psi) = 0.46 in _ et= 0.003 (aad01 - 1) = 0.003 [(0.46in)0/(0.850) 11 et = 0.0456 2 0.004 ✓ = 0.0456 Wall Horizontal Steel (ACI 318-11 14.3.3. 14.3.51 Ph = As ho t / Shar, _ (0.62 int) / (12 in) = 0.0043 (12 in) Ph_min = 0.0020 (bars No. 5 or less, not less than 60 ksi) Ph = 0.0043 2 ph_min = 0.0020 ✓ 3 twaii = 3 (12 in) = 36 in 18 inch limit governs smex = 18 in short = 12 in 5 Short max = 18 in ✓ Develooment Check (ACI 318-11 12.12. 12.2.31 M„ __ (1.82 RA / ft) = 0.1542 (ratio to represent excess reinforcement) bMn (11.8ft•k/ft) We = 1.0 (uncoated hooked bars) = 1.0 (normal weight concrete) Idh = 0.021 We f� dp = 0.02 (1.0) (60000 psi) (0 63 in) = 11.86 in R (1.0) 4000 psi Factoring Idh by the 0.7 multiplier of 12.5.3 (a) : Idh = 8.3 in Factoring Idh by the excess reinforcement ratio (0.1542) per 12.5.3 (d) : Idh = 1.28 in 8 db = 8 (0.63 in) = 5.0 (minimum limit, does not control) 6 inch minimum controls idh_prov = 9 in 2 Idh = 6 in ✓ QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 18 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado MUSS Park ATKINS NORTH AMERICA Toe Checks [1.2D + 1.2F + 1.6L + 1.6H] Controllina Moment Design moment Ma for toe need not exceed moment at stem base: Mtoe = O ft•k / ft < Mstem = 3.14 f k /ft M = 0 ft -k / ft (stem moment does not control) Flexure Check (ACI 318-11 10.2) As fy_ (0.03 inz / in) (60000 psi) = 0.46 in a = 0.85 F'o 0.85 (4000 psi) 4Mn = 0 As fy (d - a / 2) = (0.90) (0.03 in2 / in) (60000 psi) [(8.69 in) - (0.46 in) / 2] = 11.8 ft -k / ft 4Mn = 11.8ft•k/ft 2 My = Oft-k/ft✓ Shear Check (ACI 318-11 11.1.1. 11.11.3.1) = 1.0 (normal weight concrete) Vo = 2 X 1lFb d = 2 (1.0)V4000 psi (8.69 in) = 13.19 k / ft •Vn=QVC = (0.750)(13.19k/ft) = 9.89k/ft 0Vn = 9.89k/ft 2 Vu = Ok/ft✓ Minimum Strain Check (ACI 318-11 10.3.5) p1 = 0.850 (F'o 5 4000 psi) _ As fy _ (0.03 inz / in) (60000 psi) = 0.46 in a 0.85 F'o 0.85 (4000 psi) st = 0.003 (a dot 1) = 0.003 [(0.46( in') 9//'0.850 1] = 0.0456 et = 0.0456 2 0.004 ✓ Minimum Steel Check (ACI 318-11 10.5.1) 4Mn = 11.8ftk/ft 2 (4/3)M„ _ [4/3)(Oft.k/ft) = Oftk/ft Check is waived per ACI 10.5.3 ✓ Shrinkaae and Temperature Steel (ACI 318-11 7.12.2) _ AST _ (0.62 in2/ in) = 0.0043 - PST_prov 'ts8T (12in)(12in) 0.0018 (60000) _ 0.0018 (60000) PST - min _ fy (60000 psi) PST_min = 0.0018 PST_prov = 0.0043 2 PST_min = 0.0018 ✓ 18 inch limit governs 5ST_max = 18 in SST = 12 in 5 SST max = 18 in ✓ Development Check (ACI 318-11 12.12. 12.2.3) M„ __ (0 ft / ft) = 0.0 (ratio to represent excess reinforcement) 4>M5Mn (11.8*.k/ft) Wt = 1.0 (12 inches or less cast below - 3.00 inches) We = 1.0 (bar not epoxy coated) Ws = 0.80 (bars are #6 or smaller) X = 1.0 (normal weight concrete) s/2 = (12 in)/2 = 6in cover + db / 2 = (3 in) + (0.63 in) / 2 = 3.31 in cb = 3.31 in (lesser of half spacing, ctr to surface) Ktr = 0.0 (no transverse reinforcement) cb+Kb. _ (3.31 in) + (0.0) = 5.30 db (0.63 in) Id = 3. Fc Wt We Ws) db = r 3. (60000 psi) (1.0) (1.0) (0.80)]J (0.63 in) = 14.23 in 40k 2.5 J L40(1.0)+4000psi 2.5 Factoring Id by the excess reinforcement ratio (0.0000) per 12.2.5: Id = 0 in = 0.0018 12 inch minimum controls Id_prov = 69 in 2 Id = 12 in ✓ QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Toe Unfactored Loads Unfactored Loads Toe Factored Loads 1.2D + 1.2F + 1.6L+ 1.6H Page 19 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Muss Park Heel Checks [1.2D + 1.2F + 1.6L + 1.6H] Controlling Moment Design moment M„ for heel need not exceed moment at stem base: Mheel = 14.93ft.k/ft 2 Mstem = 3.14ft.k/ft • = 3.14 ft.k / ft (stem base moment controls) Flexure Check (ACI 318-11 10.2) As fy _ (0.03 in' / in) (60000 psi) = 0.46 in a = 0.85 F'o 0.85 (4000 psi) 4Mn = 4 As fy (d - a / 2) = (0.90) (0.03 in' / in) (60000 psi) [(9.69 in) - (0.46 in) / 2] = 13.2 ft -k / ft 4Mn = 13.2ftk/ft 2 Me = 3.14ft.k/ft✓ Shear Check (ACI 318-11 11.1.1. 11.11.3.1) • = 1.0 (normal weight concrete) Vo = 2 ).. d = 2 (1.0) /4000 psi (9.69 in) = 14.7 k / ft 4Vn = 4 Vo = (0.750) (14.7 k / ft) = 11.03 k / ft 4Vn = 11.03 k / ft 2 Ve = 5.97 k / ft✓ Minimum Strain Check (ACI 318-11 10.3.51 = 0.850 (Fe 5 4000 psi) - As fy __ (0.03 in' / in) (60000 psi) = 0.46 in 0.85 r.c 0.85 (4000 psi) et in) = 0.003 (a dot -1) = 0.003 [(0.46 n)0/ (0.850) - 1 J et = 0.0512 2 0.004 ✓ = 0.0512 Minimum Steel Check (ACI 318-11 10.5.11 4Mn = 13.2fttk/ft 2 (4/3)Me = [4/3](3.14ftk/ft) = 4.18ft-k/ft Check is waived per ACI 10.5.3 ✓ Shrinkage and Temperature Steel (ACI 318-11 7.12.2) AST _ (0.62 in' / in) = 0.0043 PST_prov = t SST - (12 in) (12 in) 0.0018 (60000) _ 0.0018 (60000) PST_min = fy (60000 psi) PST_min = 0.0018 PST_prov = 0.0043 2 PST_min = 0.0018 ✓ 18 inch limit governs SST_max = 18 in SST = 12 in 5 SST max = 18 In ✓ Develooment Check (ACI 318-11 12.12. 12.2.31 ML = 3.14 ft -k / = 0.2378 4Me 13.2ft.k/ft = 0.0018 (ratio to represent excess reinforcement) We = 1.0 (uncoated hooked bars) • = 1.0 (normal weight concrete) Idh = 0.02 we fY- dy = 0.02 (1.0) (60000 psi) (0.63 in) = 11.86 in (1.0) /4000 psi Factoring Idh by the 0.7 multiplier of 12.5.3 (a) : Idh = 8.3 in Factoring Idh by the excess reinforcement ratio (0.2378) per 12.5.3 (d) : Idh 8 de = 8 (0.63 in) = 5.0 (minimum limit, does not control) 6 inch minimum controls Idh_prov = 10 in 2 Idh = 6 in ✓ = 1.97 in QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Heel Unfactored Loads Unfactored Loads #5t 12i /// { � + 240 psf (Uniform Surcharge) rl+ 525 psf (Soil weight) 150 psf (Concrete '>elf -wt) #5@12 (neglect bearing pressure) Heel Factored Loads - 1.2D+1.2F+1.6L+1.6H tttttt + + + 384 psf (Uniform S Jrcharge) + 630 psf (Soil weight) + 180 psf (Concrete ;>elf -wt) 5.9 (neglect bearing pressure) k/ft Page 20 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Stem Forces [1.2D + 1.2F + 1.6L + 1.6H] Stem Internal Forces Stem Internal Force: 1.6 k/1 -113.64 psf -3701 psf G. 4.81 4.12 34L- 2.7: 2.0E 1.3£ 0.6E Moment -2 -1 lr Moment (ft k/ft) Stem Joint Force Transfer Location Force @ stem base 1.6 kff Stem Internal Forces Shear 4.81 4.12 3.44 2.7F 2.0E 1.3E 0.6E U 0.4 0.8 1.2 Shear (k/ft) Stem Internal Forces -37.76 psf - -113.64 psf QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd -374.4 psf Page 21 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado ATKINS NORTH AMERICA Stem Moment Checks [1.2D + 1.2F + 1.6L + 1.6H] Check (ACI 318-11 Ch 10) Cal 0 ft from base_ $Mn = 11.8ftk/ft 2 Mu = 3.14ftk/ft✓ Check (ACI 318-11 Ch 10) Cal 4.31 ft from base 4,10n = 11.8 ft -k / ft 2 Ma = 0.03ft•k/ft✓ Check (ACI 318-11 Ch 10) Cal 4.33 ft from base (i)Mn = 11.61 ft.k / ft 2 Ma = 0.03ft•k/ft✓ Moment 0.5 4.95 -4.4 3.85 3.3 - 2.75 Offset (ft) 2.2 1.65 1.1 - 0.55 -'i5 -10 -5 1 5 10 150 Momen (ft-k/ft) QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 22 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Stem Shear Checks [1.2D + 1.2F + 1.6L + 1.6H] Shear Check (ACI 318-11 Ch 11.1.11 (a1 0 ft from base 4Vn = 9.89k/ft z V„ = 1.6k/ft✓ Shear 5.5 4.95 4.4 3.85 3.3 2.75 Offset (ft) 2.2 1.65 1.1 0.55 -t 0 -6.67 -3.33 1 3.33 6.67 1C9 Shear (k/ft) QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd Page 23 of 24 Wednesday 07/13/16 9:50 AM Desiderio Maldonado Muss Park ATKINS NORTH AMERICA Stem Miscellaneous Checks [1.2D + 1.2F + 1.6L + 1.6H] Minimum Steel Check (ACI 318-11 10.5.1) (di 0 ft from base [Stem in negative flexurel, ¢Mn = 11.8ftk/ft 2 (4/3)M„ = [4I3](3.14ftk/ft) = 4.18ft•k/ft Check is waived per ACI 10.5.3 ✓ Minimum Steel Check (ACI 318-11 10.5.1) re 5.5 ft from base [Stem in neaative flexurel• Win = Oki( /ft 2 (4/3)Mu = [4/3](Oft•k/ft) = Oft•k/ft Check is waived per ACI 10.5.3✓ Maximum Steel Check (ACI 318-11 10.3.5) Col 0 ft from base [Stem in neaative flexure". 91 = 0.850 (Fc 5 4000 psi) _ As fy = (0.03 in'/ in) (60000 psi) = 0.46 in a 0.85 F'o 0.85 (4000 psi) in) et= 0.003(a 1) = 0.003[(0.461)0/(0.850)-1] Et = 0.0456 2 0.004 ✓ = 0.0456 Maximum Steel Check (ACI 318-11 10.3.5' Cal 5.5 ft from base [Stem in negative flexure]. 91 = 0.850 (Fc 5 4000 psi) As fYY __ (0.03 in' / in) (60000 psi) = 0.46 in a = 0.85 F'a 0.85 (4000 psi) at= 0.003 (a dBt 1) = 0.003 [(0.46( in)9// (0.850) - 1 ] = 0.0456 Et = 0.0456 2 0.004 ✓ Wall Horizontal Steel (ACI 318-11 14.3.3. 14.3.5) _ As ho / snag _ (0.62 int) / (12 in) = 0.0043 Ph - - (12 in) Ph_min = 0.0020 (bars No. 5 or less, not less than 60 ksi) Ph = 0.0043 2 Ph min = 0.0020 ✓ 3 twaii = 3 (12 in) = 36 in 18 inch limit governs smex = 18 in shot, = 12 in 5 shorz_max = 18 in ✓ Development Check (ACI 318-11 12.12, 12.2.31 M� _ (3.14 ft -k / ft) = ¢Mn _ (11.8ft.k/ft) 0.2659 (ratio to represent excess reinforcement) We = 1.0 (uncoated hooked bars) = 1.0 (normal weight concrete) - db0.02 (1.0) (60000 psi) (0 63 in) = 11.86 in Idh = 0.02 We = - 1, Fac (1.0) 4000 psi Factoring Idh by the 0.7 multiplier of 12.5.3 (a) : Idh = 8.3 in Factoring Idh by the excess reinforcement ratio (0.2659) per 12.5.3 (d) : Idh = 2.21 in 8 db = 8 (0.63 in) = 5.0 (minimum limit, does not control) 6 inch minimum controls Idh_prov = 9 in 2 Idh = 6 in ✓ QuickRWall 5.0 (iesweb.com) C:\Users\ma1d1252\Desktop\Muss Park Conc Ret Wall.rwd 1 Page 24 of 24 Wednesday 07/13/16 9:50 AM APPENDIX Geotechnical Report BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 108 MUSS PARK SEAWALL REPLACEMENT 4400 CHASE AVENUE CITY OF MIAMI BEACH, FLORIDA REPORT OF SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATIONS PREPARED FOR: ATKINS GLOBAL PREPARED BY: GEOSOL, INC. FEBRUARY 14, 2014 TABLE OF CONTENTS ITEM PAGE INTRODUCTION 1 PROJECT INFORMATION 1 PURPOSE 1 SCOPE OF SERVICES 1 SITE CONDITIONS 2 FIELD EXPLORATION 2 STANDARD PENETRATION TEST (SPT) BORINGS 3 WATER LEVEL MEASUREMENTS 3 LABORATORY TESTING PROGRAM 4 GENERAL 4 MOISTURE CONTENT 4 GRAIN -SIZE ANALYSIS 4 ORGANIC CONTENT 5 ENVIRONMENTAL CLASSIFICATION 5 GENERALIZED SUBSURFACE CONDITIONS 5 MIAMI-DADE COUNTY REGIONAL GEOLOGY 5 MIAMI-DADE COUNTY SOIL SURVEY 6 SITE SUBSURFACE CONDITIONS 6 GENERAL 6 GROUNDWATER CONDITIONS 7 GEOTECHNICAL SOIL/ROCK DESIGN PARAMETERS 7 WALL TYPE ALTERNATIVES EVALUATION FOR THE PROPOSED SEAWALL REPLACEMENT 8 STEEL CANTILEVER SHEET PILE WALL INSTALLATION CONSIDERATIONS 10 EXCAVATION RECOMMENDATIONS 11 ON SITE SOIL SUITABILITY 11 DENSIFICATION OF SOILS 12 REPORT LIMITATIONS 12 APPENDICES Appendix "A" Appendix "B" Sheet 1: Site Vicinity Map Sheet 2: Boring Location Plan Sheet 3: Report of Core Borings Table 1 — Summary of Laboratory Test Results Table 2 — Summary of Environmental Classification Test Results Moisture Content Test Results Material Passing the No. 200 Sieve Test Results Grain -Size Analysis Test Results and Curves Organic Content Test Results Environmental Classification Test Results February 14, 2014 Atkins Global 3230 West Commercial Blvd., Suite 100 Fort Lauderdale, Florida 33309 Attention: Mr. John A. Cerreta, P.E. Senior Project Manager, Ports and Coastal Engineering Practice Re: Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Project No. 214102 Dear Mr. Cerreta: Geosol, Inc. (GEOSOL) is pleased to submit this report presenting the results of our geotechnical services for the above -referenced project. The services were provided in accordance with our proposal No. P- 213 179-R1 dated September 9, 2013. You provided authorization to perform our services on January 14, 2014 by means of a subcontract for professional services. The results of our field exploration and laboratory testing programs for the proposed seawall replacement as well as our geotechnical engineering evaluations are presented in the accompanying report. GEOSOL appreciates the opportunity to work on this interesting project. If you have any question or need additional information, please do not hesitate to call our office, „.001ili3;1/0, Si OSQL, IX yr A P . E •***ngfileer Project Geotechnical Engineer 124 Florida License No. 76014 ' OR/ai cc: Addressee (4) File (1) Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 INTRODUCTION Proiect Information 1 As we understand it, the project will consist of the replacement of the existing seawall that serves as the western boundary of Muss Park and contiguous to Biscayne Waterway in the City of Miami Beach, Florida. The existing seawall is comprised of cast -in-place concrete supported by timber piles and is in an advanced state of deterioration with localized failures of primary structural components. As we understand it, the seawall replacement will consist of a new sheet pile wall system. The total length of the seawall to be replaced is approximately 330 feet. Specifically, the geotechnical services for this project required the performance of Standard Penetration Test (SPT) borings for use in the design of the proposed seawall replacement. The results of the field exploration and laboratory testing programs were used to investigate the subsurface and groundwater conditions and to provide geotechnical engineering recommendations for the proposed seawall replacement. Purnose The purpose of this study was to evaluate the underground conditions (i.e. subsurface and groundwater) in light of the proposed seawall replacement. This report presents the results of our field exploration, laboratory testing, geotechnical engineering evaluations, and considerations for the proposed construction. SCOPE OF SERVICES The scope of services consisted of providing the following services: 1. Discussing with Atkins Global (ATKINS) the scope of the geotechnical services. 2. Meeting with the City of Miami Beach engineers and ATKINS to discuss project. 3. Performing site reconnaissance, locating and coordinating for existing utilities. 4. Drilling four (4) Standard Penetration Test (SPT) borings to depths of 40 feet below grades for use in seawall analyses and design. 5. Measuring groundwater levels at the boring locations. 6. Backfilling the boreholes using grout and restoring the site to their original conditions. 1 1 1 1 Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 2 7. Visually examining and classifying all recovered soil samples from in the laboratory using the Unified Soil Classification System (USCS). The laboratory testing program includes grain -size analyses, percent passing the No. 200 sieve, moisture content determination and environmental classification testing. 8. Evaluating the results of the SPT boring information. 9. Deriving soil/rock parameters for use in the design of the proposed seawall replacement. 10. Providing discussions of critical design or construction considerations based on the subsurface and groundwater conditions developed from the results of the geotechnical investigations. 11. Preparing a geotechnical engineering report summarizing the field testing data, subsurface and groundwater conditions, geotechnical evaluations and recommendations. SITE CONDITIONS Our understanding of the site conditions is based on our site visit, and field review and observations during the performance of the field exploration program. We have appended a Site Vicinity Map that identifies the location of the study area, which is presented in Sheet 1 of Appendix "A". Residential structures and park buildings are located in the immediate vicinity of the existing seawall. Specifically, the proposed seawall replacement will be located in front and along the western edge of Muss Park, which is located at 4400 Chase Avenue, in the City of Miami Beach, Florida. A waterway runs north and south of the existing seawall. FIELD EXPLORATION General The field exploration program for this study included the performance of Standard Penetration Test (SPT) borings for use in seawall design and to provide site preparation recommendations for the proposed kayak launch, walkways, access ramps and small retaining walls. Specifically, a total of four (4) SPT borings were performed to depths of 40 feet below existing grades. A test location plan is presented in Sheet 2 of Appendix "A". As requested by ATKINS, the tests were performed as close as possible to the existing wall considering existing utilities and equipment accessibility constraints. Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Project No.: 214102 3 The test locations were marked in the field by a representative of GEOSOL utilizing the location map depicting the proposed seawall replacement location provided to us by ATKINS on August 30, 2013, existing landmarks and standard taping procedures. Latitude and longitude coordinates were obtained by means of a hand held Global Positioning System (GPS) device. The coordinates were converted to northing and easting coordinates using computer software (Corpscon). A summary of the approximate test locations is presented on Table "A" on the following page and in the Boring Location Plan in Appendix «A„ BORING No. TABLE "A" — APPROXIMATE TEST LOCATIONS BORING DEPTH (FEET) APPROXIMATE TEST LOCATION (FEET) NORTHING I EASTING B-1 40 540200.1 941958.7 B-2 40 540276.6 941990.1 B-3 40 540353.2 942023.2 B-4 40 540418.7 942043.8 Standard Penetration Test (SPT' Borings GROUND SURFACE ELEVATION (II LET, NGVD, 1929) N/A N/A N/A N/A The SPT boring procedures were conducted in general conformance with ASTM D-1586. All SPT borings were performed utilizing a truck -mounted drill rig (Foremost Mobile B-53) using a recently calibrated automatic hammer. After seating the sampler 6 inches, the number of successive blows required to drive the sampler 12 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 soils. The N -value information for each SPT boring is presented in the Report of Core Borings sheet that is included in Appendix "A". Water Level Measurements Water level depths were obtained during the performance of the test boring operations. They are noted in the Report of Core Borings sheet in Appendix "A". In relatively pervious soils/rocks, such as sandy (granular) soils and porous limestone, the indicated depths are usually reliable groundwater levels. Seasonal variations, tidal conditions, temperature variations, land uses, and recent rainfall conditions may influence the depth of groundwater levels. T i Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 LABORATORY TESTING PROGRAM General 4 Representative samples collected from the test borings were visually reviewed in the laboratory by a Geotechnical Engineer to confirm the field classifications. The soil samples were then classified using the Unified Soil Classification System (USCS) in general accordance with the American Society of Testing and Materials (ASTM) test designation D-2488 and ASTM D-2487. Additionally, soil samples were classified using the American Association of State Highway and Transportation Officials (AASHTO) Soil Classification System in general accordance with the ASTM test designation D-3282. The classification was based on visual observations with the aids of limited laboratory testing, which consisted of moisture content, grain -size analysis, percent passing the No. 200 sieve, and organic content determination. The tests were performed on selected samples believed to be representative of the materials encountered. A summary of the laboratory test results is provided in Table No. 1 in Appendix "B" of this report. Also, GEOSOL performed environmental classification testing on a water sample obtained from an SPT boring location. The test results are summarized in Table 2 of Appendix "B". Moisture Content The laboratory moisture content test consists of the determination of the percentage of moisture contents in selected samples in general accordance with FDOT Test Designation FM1-T265 (ASTM Test Designation D-2216, titled "Laboratory Determination of Water (Moisture) Content of Soil, Rock, and Soil -Aggregate Mixtures"). Briefly, the moisture content is determined by weighing a sample of the selected material and then drying it in a warm oven. Care is taken to use a gentle heat so as not to destroy any organics. The sample is removed from the oven and re -weighed. The difference of the two weights is the amount of moisture removed from the sample. The weight of the moisture divided by the weight of the dry soil sample is the percentage by weight of moisture in the sample. The test results are summarized in Table No. 1 of Appendix "B". Grain -Size Analysis The grain -size analyses were conducted in general accordance with the FDOT Test Designation FM1-T88 (ASTM Test Designation D-422, titled "Particle -Size Analysis of Soils"). The grain -size analysis test measures the percentage passing the No. 200 Sieve. In this manner, the grain -size distribution of a soil is measured. The percentage by weight passing the No. 200 Sieve is the amount of silt and clay sized particles. The test results are summarized in Table 1 of Appendix "B". Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 Oreanic Content 5 Organic content test consists of the determination of the percentage of organic content in selected samples in general accordance with FDOT Test Designation FM1-T267 (ASTM Test Designation D-2974, titled "Moisture, Ash, and Organic Matter of Peat and Other Organic Soils"). Briefly, the organic content is determined by weighing a sample of the selected material and then burning off the organic material in a hot oven. The sample is removed from the oven and re -weighed. The difference of the two weights is the amount of organic material removed from the sample. The weight of the organic material divided by the weight of the dry soil sample is the percentage by weight of organic material in the sample. The organic content test results are summarized in Table No. 1 of Appendix "B". Environmental Classification Environmental classification testing was performed on a water sample obtained from an SPT boring location during the field exploration program. The testing performed included pH, resistivity, sulfate and chloride content. The results of the testing were evaluated based on the criteria established in the FDOT Structures Design Guidelines, Section 1.3. Based on the criteria in Section 1.3, the laboratory test results yielded environmental classifications of extremely aggressive for both the steel and concrete substructure and the superstructure. We have included the test results in Table 2 of Appendix "B". GENERALIZED SUBSURFACE CONDITIONS Miami -Dade County Reeional Geoloav The Miami area of southern Florida is underlain by an alternating sequence of cemented and uncemented Pleistocene sedimentary deposits (Pleistocene Epoch, deposited 10,000 to 2 million years before the present). A near surface Miami Limestone Formation is underlain by a wide variety of loose to dense quartz sands and coarse to fine-grained hard to very hard limestones and sandstones (Fort Thompson Formation). However, in many portions of Miami -Dade, surface sand deposits of the Pamlico Formation and man-made (artificial) fill are encountered. The Pamlico sands and man-made (artificial) fill have a thickness of approximately three (3) to seven (7) feet and overlie the Miami Limestone Formation. In the west part of the county, portions of the Everglades interfmgers with the Pamlico sands. The Everglades soils consist of peat, organic silt and calcareous silt marl. The Everglades soils also have a thickness of three (3) to seven (7) feet and overlie the Miami Limestone Formation. Although the Miami Limestone Formation can be very porous and have a sponge -like, open interconnected network of vugs and small voids, large cavities do not exist and there is no potential for sinkhole activity. The rock formations encountered in the Miami area are typically much softer than the "bedrock" formations encountered in other areas of the country. a�� 1.. 1 1 Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 6 The strength of the limestone as well as its deformation characteristics depends upon the degree of cementation of the formation and its alteration by solutioning and weathering subsequent to deposition. One of the most important characteristics of the limestone encountered in the project area is the degree of erosion. Past surface solutioning of the limestone has resulted in formation called "pinnacle rock". In some cases nearly vertical cylindrical -shaped solution cavities are filled with surficial fine sands extending below the groundwater level. The subsurface conditions encountered at the site are presented in the following section. Miami -Dade County Soil Survey The Soil Survey of Miami -Dade County Area, Florida, published by the United States Department of Agriculture (USDA), was reviewed for general near -surface soil information within the general project vicinity. This information indicates that there are two (2) primary mapping units within the project vicinity, as follows: ❖ Urban Land (15): consists of areas that are more than 85 percent covered by commercial space, residential space, public facilities, airports, streets, sidewalks, and other structures. The soils in open areas consist of lawns, parks, vacant lots and playgrounds. The surface soils and fill materials are underlain by the porous natural limestone formation. ❖ Water (99): consists of water bodies including canals, lakes, waterways, and ponds. SITE SUBSURFACE CONDITIONS General The subsurface conditions disclosed by the test borings performed for this study are generally consistent with the regional geology described above. Detailed information is presented in the Report of Coring Sheet in Appendix "A". The stratification shown is based on visual examination of recovered samples and interpretation of the field boring logs. Specifically, we have identified six (6) strata along the project alignment and they are described in Table "B" on the following page. Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 TABLE "B" — SUMMARY OF SUBSURFACE STRATIGRAPHY STRATUM 1 No. MATERIAL DESCRIPTION USCS SYMBOL 1 Dark Brown Organic Silty Fine SAND (TOPSOIL) OL Brown to Dark Brown, Occasionally Organic Stained, 2 Clean to Slightly Silty Fine to Coarse SAND with SP/SP-SM Trace to Little Limerock and Shell Fragments (FILL) Light Gray to Brown Fine to Coarse SAND with 3 SP Trace of Shell Fragments 4 Light Gray Sandy LIMESTONE N/A 5 Light Gray Fine to Medium SAND with SP/SW Trace to Some Limestone Fragments 6 Light Gray Sandy LIMESTONE N/A Groundwater Conditions 7 Groundwater levels were measured in the completed boreholes during the drilling operations. Measurements made in the test locations disclosed the water table to be at depths ranging from 3.4 to 4.7 feet below the ground surface. It is to be noted that borings were performed during the dry season. Therefore, during the wet season the groundwater may be 12 to 18 inches higher than the levels measured at the test boring locations. For design of the proposed seawall facility, we recommend that ATKINS considers the effect of storm surges which could possible place the water elevations near the top of the proposed seawall. GEOTECHNICAL SOIL/ROCK DESIGN PARAMETERS The geotechnical design parameters for this study were obtained on the basis of empirical relationships between the SPT "N" -values and the shear strength of the soil/rock strata, statistical evaluation of the field data, our local experience and literature review. Table "C" on the following page presents the recommended soil/rock parameters for use in seawall analyses and design. Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 TABLE "C"- SUMMARY OF GEOTECHNICAL DESIGN SOIL/ROCK PARAMETERS, General Material Type Granular Fill (Stratum 2) Natural Sand (Stratum 3) Natural Depth Below Existing Ground Surface (Feet) Unit Weight (PCF) Total ytotal Effective Friction Angle (Degrees) Yeff 4) O to 6 105 43 30 Wall Coefficients Cohesion Friction (PSF) (Degrees) Active Passive Rest 8 Coulomb Earth Pressure C S Ka Kp Ko 10 0.30 4.08 0.50 6 to 18 110 48 31 10 0.29 4.28 0.49 Limestone 18 to 28 120 58 40 13 0.20 7.81 0.36 (Stratum 4) Natural Sand 28 to 33 110 48 32 11 0.28 4.65 0.47 (Stratum 5) Natural Limestone 33 to 40 120 58 37 12 0.23 6.28 0.39 (Stratum 6) Note: 1) Stratum 1 is the topsoil. 2) SPT "N" -values were obtained with the use of an automatic hammer. 3) SPT Nsafety = 1.24 * NAatomaaC per FDOT SFH 2014. 4) Submerged soil unit weight (teff) shall be used for foundation analyses. 5) Limestone modeled as granular materials since predrilling is anticipated due to the relatively hard rock conditions. WALL TYPE ALTERNATIVES EVALUATION FOR THE PROPOSED, SEAWALL REPLACEMENT Wall type alternative for the proposed seawall replacements evaluated considering the results of our field studies, and based on our experience with similar projects. Table "D" on the following page presents the wall type alternatives evaluated, as well as a summary of the advantages and disadvantages associated with each wall type evaluated. Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 TABLE "D"- SEAWALL EVALUATION MATRIX WALL MATERIAL WALL TYPE ADVANTAGES DISADVANTAGES TYPE Cantilever 9 • Requires predrilling or punching (driving steel H -piles) through • Lower Cost the hard limestone layer to • Shorter facilitate installation of sheeting Construction and reduce vibrations. Time • Requires treatment to minimize corrosion (i.e. painting, thicker section) • Requires dead -man anchors at a Steel high frequency (i.e. 8 ft c -c) • Requires excavation to 25 ft • Tip of sheeting behind the wall to install dead - can be set on top man blocks Tieback/Anchored of the limestone • Dead -man anchors add to layer without construction time and schedule predrilling • Impact to existing utilities to install dead -man anchor blocks • Dewatering required to build dead -man blocks • Requires jetting • Poor contact between wall and ground • No corrosion • Requires anchors for stability Concrete Cantilever treatment • Requires predrilling through the required hard limestone layer to install anchors • Not a practical solution in sites with hard Limestone Based on our wall type alternative evaluations, our experience with similar projects, and our conversations with ATKINS, we are of the opinion that a steel cantilever sheet pile wall is the most feasible alternative. We understand that ATKINS is considering the use of a PZ -27 steel sheet pile section which we consider adequate for this project. The final alternative should be selected by ATKINS by performing a cost/benefit analysis. Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 STEEL CANTILEVER SHEET PILE WALL INSTALLATION CONSIDERATIONS 10 The following are our suggestions for the installation of the proposed sheet pile wall based on the results of the test borings. 1. For the installation of steel sheet pile walls, it should be noted that dense soils and relatively hard rock were encountered in the test borings performed for this project. The Contractor is advised that special equipment may be required to penetrate zones of dense soils and relatively hard rock for excavation at the project site. 2. For the installation of steel sheet pile walls, it should be noted that sheet pile refusal may occur on a random and unpredictable basis since zones of dense soils and relatively hard rock materials not revealed by the test borings may be encountered. In this case, we recommend that predrilling by augering methods be considered prior to the installation of the sheet piles, particularly from a depth of 18 to 22 feet below the existing ground surface. We do not recommend the use of punching (driving steel H -piles) to break-up the hard natural limestone layer as this technique creates excessive vibrations that could be detrimental to adjacent structures and utilities. Predrilling is required in order to prevent refusal conditions, damage of the structural section of the sheeting and minimize vibrations - induced settlements to nearby structures and utilities. Following predrilling, the sheet piles should be set in place and vibrated to the required tip elevations. Predrilling is required by drilling contiguous holes and performed by using augering techniques in accordance with FDOT Standard Specifications Subsection 455-5.1.1. Predrilled hole diameters required through hard rock would be approximately 1 inch larger (but field adjusted) than the largest dimension across the steel pile cross section. 3. The sheet pile installation equipment will produce vibration and noise levels that may be considered disturbing to people and can produce vibrations noticeable in existing structures and utilities. The potential for damage to any adjacent structures and nearby utilities during the sheet pile installations will be dependent on the distance from the adjacent structures to the location of the sheet piles installation, the subsurface conditions, and the level of sensitivity of the structure and nearby utilities to any type of vibration. The recommendations provided in Section 455-1.1 of the FDOT Standard Specifications should be followed for the protection of the existing structures and nearby utilities during sheet piling operations. All those structures and/or utilities located adjacent to the proposed sheet pile installation shall be surveyed as well as monitored for vibrations and settlements in accordance with Section 455-1.1 of the FDOT Standard Specifications. The Contractor shall provide surveys and settlement/vibration monitoring of the existing structures and utilities in accordance with Section 455-1.1 of the FDOT Standard Specifications. Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 11 4. The contractor shall submit a settlement/vibration monitoring plan prior to commencing work. Such plan shall describe the equipment to be used for driving the sheet piles and list all structures to be monitored, including number and location of monitoring points. As a minimum, the structures located at the following addresses shall be monitored for vibrations and settlement: • 4266 Chase Avenue • 4274 Chase Avenue • 4400 Chase Avenue • 4430 Prairie Avenue EXCAVATION RECOMMENDATIONS If required, temporary excavations of the existing subsurface materials may be accomplished as follows: • Granular Soils: Temporary excavation maximum side slopes of 1V:2H in the granular subsurface materials are stable and have a minimum factor of safety of 1.3. • Natural Limestone Formation: Temporary excavation maximum side slopes of 1V:11-1 in the limestone formation are stable and also have a minimum factor of safety of 1.3. If steeper side slopes are required, The Designer should evaluate the need for temporary ground support systems such as temporary sheet piles during excavation. The temporary ground support systems may be designed using the soil/rock parameters presented in Table "C" of this report. ON SITE SOIL SUITABILITY All materials to be used for backfill or compacted fill construction should be evaluated and, if necessary, tested by The Contractor prior to placement to determine if they are suitable for the intended use. In general, based on the boring results, the majority of the on-site sand and fill materials (Strata 2 and 3) can be used as backfill materials against the new sheet pile walls, provided that it is free of rubble, clay, rock, roots and organic matter. Suitable structural fill materials should consist of limerock and fine to medium sand with less than twelve (12) percent passing the No. 200 sieve, free of rubble, organics, clay, debris and other unsuitable material. Any off-site materials used as fill should be approved by The Engineer prior to its use. T Report of Subsurface Exploration and Geotechnical Engineering Evaluations Muss Park Seawall Replacement 4400 Chase Avenue City of Miami Beach, Florida GEOSOL Proiect No.: 214102 Densification of Soils 12 Compaction of backfill materials (1 foot above the natural groundwater table) should be performed to 95 percent of the Modified Proctor maximum dry density determined per ASTM D-1557. Addition of moisture by frequent wetting of the subgrade may be necessary during the rolling operations to prevent drying and loosening of the upper 6 to 12 inches of soil. Any compaction taking place within a distance of 25 feet from any existing structure, or utility should be compacted with a vibratory plate of small walk behind vibratory roller to avoid damage to any existing utility of structure. Compaction of the bearing surface soils should continue until no further vertical settlement of the surface is visually discernible. Density control should be exercised in the upper 12 inches of the subgrade. 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 specifically evaluate subsurface conditions within the influence of the proposed project. The analyses and recommendations submitted in this report are based upon the data obtained from the test 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. The scope of our services does 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. APPENDIX "A" Sheet 1: Site Vicinity Map Sheet 2: Boring Location Plan Sheet 3: Report of Core Borings t t — APPROXIMATE SITE LOCATION SITE VICINITY MAP COUNTY: MIAMI-DADE COUNTY9 FLORIDA REFERENCE: GOGGLE EARTHS 2014 DATE: JANUARYS 2014 DRAWN CHECKED SITE VICINITY MAP SEAWALL REPLACEMENT AT MUSS PARK 4400 CHASE AVENUE CITY OF MIAMI BEACH, FLORIDA SCALE PRDJ. No. SZ N.T.S. 214/02 DATE OR JAN. 9 20/4 SHEET 1 i O B1 B 39 0 2O13TGaogle ••° : _ I"magery Dam 3/26/2011„-_lat 25.8176,28o Ion -80,230733. elev-. 3 ffafe alr 6?= r[ BORING LOCATION PLAN 0 B -I APPROXIMATE TEST BORING LOCATION COUNTY: MIAMI-DADE COUNTY, FLORIDA REFERENCE: GOOGLE EARTH, 2014 DATE: FEBRUARY, 2014 I DRAWN CHECKED TEST LOCATION PLANS SEAWALL REPLACEMENT AT MUSS PARK 4400 CHASE AVENUE CITY OF MIAMI BEACH, FLORIDA SCALE PROJ. No. SZ N.T.S. 2/4/02 DATE OR FEB., 2014 SHEET 2 LEGEND TOPSOIL ROU 0 SAND (FILL15P.5P-SIF/ El SAND ISP.5W) LIMESTONE 2 WATER TABLE Ar rips D GRILLING 1 CASING USED MK NATURAL MOISTURE CONTENT (X) -200 FINES PASSING THE •2150 SIEVE 11) CC ORGANIC CONTENT (1, DOR • 8-I ELEV. N/A DATE 2/3/204 GRILLER R. Strom - GEOSOL. ICO. RAMMER Aub RC B-53 NORromG 51030, FASTING 930938.1 D 8110 IOM N L Dart Brawn Orgonk Silty Elm 500D 200. 51 l(AN6raw (TOPSOIL:0V FIM b Coors. SAND with trace J' N�1gfA Llama. Fr(FILL: SP) Brawn F/8. to We lum SAND with Tows 0a r er2�ifir: b (FILL SPI A7P/db Nu,5nb Stehle 500 (FILL' SP) NW= 222 5 —1010 25215 OCA 32 IO O _ 9 W ' e.° _ 3 61/80• 23 NOTES: I1 spr BORINGS PERFORMED PER ASTM 0-/500 WITH A HAMMER WEIGHT OF HO IBS FALLING 30 N0'HE5. N *VYBEF6 TO THE LEFT OF WRINGS INDICATE SPI VALUE FOR /2' PENETRATION /UNLESS OTHERWISE NOTED). NOTES FOR EXCAVATION: Il THE CONTRACTOR IS ADV/SED THAT CAVING 50115 AND/OR DENSE TO VER' DENSE SOILS MAY BE £ACWNTER£D DURING SHEET PIIS INSTALLATION. 21 THE CONTRACTOR 15 A0V/5E0 THAT 5TA0MG NATURAL UMESTLNE LAYERS MAY BE ENCOUNTERED WR/AG SHEET PIIS INSTALLATION. THE NATURAL LIMESTONE FORMATIONS MAY BE DIFFICULT TO EXCAVATE AND/OR PENETRATE AND NAT REWIRE SPECIAL EWIPMENT TO CO 50. BOR • 8-2 ELEV. N/A DATE 2/4/201 GRILLER R. Morales - GEO500.Irc. RAMMER Aub R0 B-53 NORTHING 510263 EA5TING 911970) O Lbo8,t0y.3/00y1 Fro 500 Brown sooty SlIfyFlew bMedlin: 5220 2 5 )0I LL P-eSon Veer. eer. Fragee/2 llawn wpnry any Urn. S YbwI iin DatBrtit,MSAbNDMmISSPSth trews `'//meMdt F/wmmis P)LL:SP1 Bram TIM to C0ras SAND 0/18 bac -1, 08 SAM, 0ranen11 ISP) B(a m F/M to Mellon SAND with Trace COLO /M of UMra8 )F(U' SR Bram F1re 10 Meil SMD 5R Lk. Gray FIM b Ye fum SANG NYC= 282 Ib Trace of Shoe Fraa0WYs /501 -WO' I1 Light Gra" Sway LIMESTONE Wring Te(8IM/00 at Depth of 4051 Coslrg toroth 305 REV151aN5 Trace of/She, , Ps» to Coarse D wllh Fragments /SP) N/9. LIghl Gray Sandy LIMESTONE Lyf3Gray Fine to MSNpn SAND MIR Some Llnesl000 Fragments ISP) LI011I Gray Sandy LIMESTONE zJ Baring (0,0)Mrea a/ 0 Ow?? of 405 Coving Length 38ft ENVIRONMENTAL CLASS/F0AT0N: SUPERSTRUCTURE: EXTREMELY AGGRESSIVE SUBSTRUCTURE: EXTREMELY AGGRESSIVE (RESISTIVITY. ROHM -CIO WATER. pH: CHLORIDE: SULFATE: RESISTIVITY: /4 4580 PPM 219 PPM OHM -CM BOR • B-3 ELEV. N/A DATE 2/3/20W DRILLER R. Morales - GE05041cc. RAWER Auto RIO B-53 NORTHING 510353.2 EASTIMG 9120251 -20 A 142 N -COW 11 3 a, 21 5 4 IENDWEER IV 0E0504 PC DRAM 061,3063-A N. 5sREE cERrIFNArEm rcurn esu Dirt Bram Organic 5)Iy FIM S00 rawh 51)51/5 5)1" Ins to SWAIN 0llh Trace of UMraY Fragments F//18, SY) �B/50 °roon/c Stahel FIM b 9 = 003/4". SAND with tr., of L/mesal IO NrfORTA'mottta"�Ma`tre 5A�H�57.1 808 nFIMie h'Llklt )`NOLO : SPI with trace or shall (rami.. SP1 MAI Gray Fine to Relive SAND with Trace of Shod Frames. ISP) Light Gray Sonat' L(MESro#E Von/ Gra, FIM b mealum SAND Some L)mesIars ;moments ISP) L1ght Gros Son" LIMESTONE Baring (0(m)Mln al o Death f IDD Casing Lag. 3801 004150 MR5)0 VERT WOW MEDIUM DENSE KNSE IN OENSE SILTS AND CWS WN55TAA0 VERT 500T Fowl STIFF NEW STIFF HARD BOR • B-1 ELEV. N/A DATE 2/3/224 DRILLER R. Morelos - GE050L. Re. RAMMER Wb R0 B-53 /0(878/00 50,418.1 EAST/AG 9181134 'N I Dart Brawn OrgankS0/8 Floe 5000 jwIth Grass IT (awn 5ROONA 50P501I/8 Fi8ns TO Rerun 500 4 LB - t I th rra4 of Liaram* Fragments - EYowll rPi-SM) em L'1 4,,rgWO.,be,1;1.t 5�1 k SP�SP FPI YC• 23. D 1-200. 301 MUSS PARK SEAWALL REPLACEMENT 4400 CHASE AVENUE CITY OF MIAMI BEACH, FLORIDA ySgT SPTMADDER QE'T 3-e PA -IJ GREATER Tnw .o SPATX ( HAIRIER 112,5 IIIkII n 6-6 (GREATER THAN D. LIMN withhhl Trace of SMI FM. to nlun SAND v Fragments (SP1 UpN Dray Sway LIMESTONE Light Grq Fine 10 MMlum SAND 80, LMel.ns Fragments l5P/51.I UPI Grq Saro7 LIMESTONE 23 BVIM Tel -0181,2 of a Depth I art Casing Lag h MI? 5 0 2 IO Feer REPORT OF CORE BORINGS wrm. 05801.0 trt,...a•OnWarc00,110al...6 SVEFr N0. APPENDIX "B" Table 1— Summary of Laboratory Test Results Table 2 — Summary of Environmental Classification Test Results Moisture Content Test Results Material Passing No. 200 Sieve Test Results Grain -Size Analysis Test Results and Curves Organic Content Test Results Environmental Classification Test Results TABLE 1 - SUMMARY OF LABORATORY TEST RESULTS MUSS PARK SEAWALL REPLACEMENT ATKINS CITY OF MIAMI BEACH, FLORIDA GEOSOL Project No.: 214102 Sample Sieve Analysis Natural BORING SAMPLE USCS Depth (Percent Passinc) Organic Moisture NUMBER NUMBER SYMBOL (FEET) Content Content 1" 3/4" 3/8" #4 #10 #40 #60 #100 #200 (%) (%) B-1 1 SP 0.2 - 2.0 100 100 99 96 92 66 18 5 5 10 B-1 2 SP 3.8 - 4.0 - - - - 3 25 B-4 2 SP 3.3 - 4.0 - - - - - 3 23 B-2 5 SP 8.0 - 10.0 100 100 99 99 99 81 12 2 1 22 B-2 6 SP 13.0 - 15.0 100 100 100 100 97 84 49 9 4 28 B-3 2 SP 3.8 - 4.0 - - - - - 4 2 14 TABLE 2 - SUMMARY OF ENVIRONMENTAL CLASSIFICATION TEST RESULTS MUSS PARK SEAWALL REPLACEMENT 4400 CHASE AVENUE CITY OF MIAMI BEACH, FLORIDA GEOSOL Project No.: 214102 Sample Resistivity Chloride Sulfate Location Sample Type Depth (ft) pH (ohm -cm) (ppm) (ppm) B-1 WATER 3.4 7.8 11 1,680 219 NOTES: (1) The following FDOT laboratory test methods were utilized. FM5-550: pH FM5-551: Resistivity (2) SA: SLIGHTLY AGGRESSIVE (3) MA: MODERATELY AGGRESSIVE (4) EA: EXTREMELY AGGRESSIVE FM5-552: Chlorides FM5-553: Sulfates FDOT ENVIRONMENTAL CLASSIFICATION FDOT Criteria for Substructure Environmental Classification (FDOT Structures Design Guidelines 2013) Classification Extremely Aggressive (If any of these conditions exist) Slightly Aggressive (If all of these conditions exist) Environmental Condition Units pH Ci ppm SO4 ppm Resistivity Ohm -cm pH CI ppm SO4 ppm Resistivity Ohm -cm Steel Concrete Water Soil Water 1 Soil A_0 < 5.0 > 2000 > 2000 N.A. > 1500 1 > 2000 < 1000 < 500 > 7.0 > 6.0 < 500 < 500 NA <150 1 <1000 > 5000 > 3000 Moderately This classification must be used at all sites not meeting Aggressive requirements for either slightly aggressive or extremely aggressive environments. pH = acidity (-log10H'; potential of Hydrogen), CI = chloride content, SO4 = Sutfate content Steel EA Concrete EA MOISTURE CONTENT TEST RESULTS (ASTM D-2216) PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS LOCATION: CITY OF MIAMI BEACH, FLORIDA PROJECT No.: 214102 DATE: 2/4/2014 Boring No. B-1 B-1 B-4 B-2 B-2 B-3 Sample No. 1 2 2 5 6 2 Sample Depth (Feet) 0.2-2 3.8-4 3.3-4 8-10 13-15 3.8-4 Tare No. 10 32 863 11 10 863 Tare plus wet soil (grams) 385.0 117.5 207.5 434.0 312.0 97.0 Tare plus dry soil (grams) 352.5 96.0 171.0 356.5 245.0 86.5 Water WW (grams) 32.5 21.5 36.5 77.5 67.0 10.5 Tare (grams) 9.0 8.5 9.0 9.0 9.0 9.0 Dry soil Ws (grams) 343.5 87.5 162.0 347.5 236.0 77.5 Water Content w (%) 9.5 24.6 22.5 22.3 28.4 13.5 MATERIAL PASSING THE # 200 SIEVE TEST RESULTS (AASHTO T-11) PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS LOCATION: CITY OF MIAMI BEACH, FLORIDA PROJECT No.: 214102 DATE: 2/4/2014 Boring No. B-1 B-4 B-3 Sample No. 1 2 2 Sample Depth (Feet) 0.2-2 3.3-4 3.8-4 Original Dry Weight of Soil (grams) 343.5 162.0 37.0 Weight of Soil After Washing (grams) 328.0 157.0 35.5 Weight of Soil Passing 200 Sieve (grams) 15.5 5.0 1.5 Percent of Soil Passing 200 Sieve (%) 4.5 3.1 4.1 Note: The percent passing the No. 200 sieve results presented above were determined using the wash method. GRAIN SIZE DATA SHEET PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS GEOSOL PROJECT No. 214102 GENERAL LOCATION: CITY OF MIAMI BEACH, FLORIDA Boring No. B-1 Sample No. 1 Depth (feet) 0.2-2 SOIL DESCRIPTION: DATE: 2/5/2014 Brown Fine to Coarse SAND with trace of Limerock Fragments (FILL; SP) 10 343.5 75 50 37.5 25 19 9.5 4.75 2.36 0.6 0.3 0.15 0.075 PAN NOTES: Percent passing the #200 sieve was determined by the wash method. 75mm 3" 50mm 2" 37.5mm 1.5" 25mm 1" 19mm 314" 9.5mm 3/8" 4.75mm #4 2 mm #10 425um #40 250um #60 150um #100 75um #200 0.0 0.0 100 100 0.0 0.0 0.0 100 100 0.0 0.0 0.0 100.0 100.0 0.0 0.0 0.0 100.0 100.0 0.0 0.0 0.0 100.0 100.0 0.0 2.5 0.7 99.3 99.3 2.5 14.5 4.2 95.8 95.8 12.0 29.0 8.4 91.6 91.6 14.5 117.5 34.2 65.8 65.8 88.5 281.5 82.0 18.0 18.0 164.0 326.0 94.9 5.1 5.1 44.5 328.0 95.5 4.5 4.5 2.0 343.5 100.0 0.0 0.0 15.5 ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Gravel I Fine Gravel <3"and >3/4" <3/4"and >#4 tested by: J. Gonzalez Coarse Sand Medium Sand Fine Sand <#4 and>#10 < #10 and > #40 < #40 and > #200 Cu = D60 1 D10 Cc = (D30)^2 / (D10 x D60) 1000 um=1 mm computed by: S. Zhang checked by: O. Riccobono GRAIN SIZE DATA SHEET PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS GEOSOL PROJECT No. 214102 GENERAL LOCATION: CITY OF MIAMI BEACH, FLORIDA PERCENT PASSING GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1.5" 1" 3/4" 3/8" #4 #10 640 660 6100 9200 100.00 (. I 90.00 80.00 70.00 60.00 50.00 40.00 30.00 20.00 10.00 0.00 _ 100 10 ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Gravel] Fine Gravel BORING # < 3" and > 3/4" <314"and >04 B-1 SOIL DESCRIPTION: Natural Moisture Content: GRAIN SIZE in millimeters Coarse Sand Medium Sand Fine Sand SAMPLE # 1 0.1 <#4 and>#10 <#10 and >640 < 840 and > 8200 Depth (feet) DATE: 2/5/2014 0.01 0.001 Cu = D60 / D10 Cc = (D30)^2l (D10 x D60) 0.2-2 Brown Fine to Coarse SAND with trace of Limerock Fragments (FILL; SP) 9.5% GRAIN SIZE DATA SHEET PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS GEOSOL PROJECT No. 214102 GENERAL LOCATION: CITY OF MIAMI BEACH, FLORIDA Boring No. B-2 Sample No. 5 Depth (feet) 8-10 SOIL DESCRIPTION: Brown Fine to Coarse SAND with trace of Shell Fragments (SP) Sieve Size Sieve Sizes 75 50 37.5 25 19 9.5 4.75 2.36 0.6 0.3 0.15 0.075 PAN NOTES: Percent passing the #200 sieve was determined by the wash method. 75mm 3" 50mm 2" 37.5mm 1.5" 25mm 1" 19mm 314" 9.5mm 3/8" 4.75mm #4 2 mm #10 425um #40 250um #60 150um #100 75um #200 Cumulative % RETAINED Wt. Retained 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 0.6 2.5 0.7 3.5 1.0 67.5 19.4 307.5 88.5 341.5 98.3 345.0 99.3 347.5 100.0 DATE: 2/6/2014 Tare # f Dry Wt. Tare Wt. 11 347.5 % PASSING PASSING TOTAL SAMPLE WEIGHT RETAINED (Grams) 100 100 0.0 100 100 0.0 100.0 100.0 0.0 100.0 100.0 0.0 100.0 100.0 0.0 99.4 99.4 2.0 99.3 99.3 0.5 99.0 99.0 1.0 80.6 80.6 64.0 11.5 11.5 240.0 1.7 1.7 34.0 0.7 0.7 3.5 0.0 0.0 2.5 ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Gravel I < 3" and > 314" Fine Gravel < 3/4" and > #4 tested by: J. Gonzalez Coarse Sand Medium Sand Fine Sand <#4 and>#10 <#10 and >#40 < #40 and > #200 Cu = D60 / D10 Cc = (D30)^2 / (D10 x D60) 1000 um=1 mm computed by: S. Zhang checked by: O. Riccobono GRAIN SIZE DATA SHEET DATE: 2/6/2014 PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS GEOSOL PROJECT No. 214102 GENERAL LOCATION: CITY OF MIAMI BEACH, FLORIDA PERCENT PASSING GRAIN SIZE DISTRIBUTION CURVE 1 3" 2" 1.5" 1" 3/4" 3/8" #4 #10 100.00. I I 90.00 80.00 70.00 60.00 50.00 40.00 30.00 20.00 10.00 0.00 940 #60 I 9100 #200 100 10 ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Gravel I < 3" and > 3/4" Fine Gravel <3/4"and >#4 BORING # GRAIN SIZE in millimeters Coarse Sand Medium Sand Fine Sand B-2 SAMPLE # 5 SOIL DESCRIPTION: i 01 <#4 and>#10 <#10 and >040 < 040 and > #200 Depth (feet) 0.01 0 01 Cu = D60 / D10 Cc = (030)^2 / (D10 x D60) 8-10 Brown Fine to Coarse SAND with trace of Shell Fragments (SP) Natural Moisture Content: 22.3% GRAIN SIZE DATA SHEET PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS GEOSOL PROJECT No. 214102 GENERAL LOCATION: CITY OF MIAMI BEACH, FLORIDA Boring No. B-2 Sample No. 6 Depth (feet) 13-15 SOIL DESCRIPTION: Sieve Size Sieve Sizes DATE: 2/6/2014 Light Gray Fine to Coarse SAND with Trace of Shell Fragments (SP) Cumulative Wt. Retained 75 75mm 3" 50 50mm 2" 37,5 37.5mm 1.5" 25 25mm 1" 19 19mm 3/4" 9.5 9.5mm 3/8" 4.75 4.75mm #4 2.36 2 mm #10 0.6 425um #40 0.3 250um #60 0.15 150um #100 0.075 75um #200 PAN NOTES: Percent passing the #200 sieve was determined by the wash method. 0.0 0.0 0.0 0.0 0.0 0.0 1.0 6.0 37.0 119.5 214.0 225.5 236.0 RETAINED 0.0 0.0 0.0 0.0 0.0 0.0 0.4 2.5 15.7 50.6 90.7 95.6 100.0 Dry' Wt ..' .re Tare Wt. 10 236.0 %PASSING PASSING TOTAL SAMPLE 100 100 100 100 100.0 100.0 100.0 100.0 100.0 100.0 100.0 100.0 99.6 99.6 97.5 97.5 84.3 84.3 49.4 49.4 9.3 9.3 4.4 4.4 0.0 0.0 ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Gravel' Fine Gravel tested by: <3"and > 3/4" < 3/4"and >#4 J. Gonzalez Coarse Sand Medium Sand Fine Sand <#4 and>#10 < #10 and > #40 < #40 and > #200 WEIGHT RETAINED (Grams) 0.0 0.0 0.0 0.0 0.0 0.0 1.0 5.0 31.0 82.5 94.5 11.5 10.5 Cu = D60 /D10 Cc = (030)^2 / (D10 x D60) 1000 um=1 mm computed by: S. Zhang checked by: O. Riccobono GRAIN SIZE DATA SHEET PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS GEOSOL PROJECT No. 214102 GENERAL LOCATION: CITY OF MIAMI BEACH, FLORIDA PERCENT PASSING 100.00 90.00 GRAIN SIZE DISTRIBUTION CURVE II 3" 2" 1.5" 1" 3/4" 3/8" #4 #10 #40 #60 #100 #200 I 80.00 70.00 60.00 — 50.00 40.00 30.00 20.00 10.00 0.00 100 ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Gravel BORING # GRAIN SIZE in millimeters Coarse Sand Medium Sand Fine Sand B-2 SAMPLE # 6 SOIL DESCRIPTION: 0.1 <#4and >#10 <#10 and > #40 < #40 and > #200 DATE: 2/6/2014 0.01 0.001 Cc = (D30)"21 (D10 x D60) Depth (feet) 13-15 Light Gray Fine to Coarse SAND with Trace of Shell Fragments (SP) Natural Moisture Content: 28.4% ORGANIC CONTENT TEST RESULTS (ASTM D-2974) PROJECT NAME: MUSS PARK SEAWALL REPLACEMENT ATKINS LOCATION: CITY OF MIAMI BEACH, FLORIDA PROJECT No.: 214102 DATE: 2/4/2014 Boring No. B-1 B-3 Sample No. 2 2 Sample Depth (Feet) 3.8-4 3.8-4 Crucible No. BN BO Weight of Crucible and Oven -Dried Sample (grams) 112.0 98.0 Weight of Crucible and Sample after Ignition (grams) 110.5 97.0 Weight of Crucible (grams) 66.0 57.0 Weight of Oven -Dried Soil (grams) 46.0 41.0 Weight Loss due to Ignition (grams) 1.5 1.0 Percent Organics (%) 3.3 2.4 APPENDIX J Tree Permit BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 109 EACH MIAM BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeach€l_gov TREE PRESERVATION PROGRAM Tek 305-673-7722, Fax: 305-673-7028 TREE REMOVAL / RELOCATION PERMIT PERMIT NUMBER: PZ1016-0295 PROJECT MANAGER: Andrew Chung PERMITTEE: ADDRESS: CONTACT PHONE #: EMAIL ADDRESS: PROJECT LOCATION: FOLIO(S): BOND REQUIRED: MODIFICATION FEES: ISSUANCE DATE: EXPIRATION DATE: The City of Miami Beach c/o Environmental & Sustainability 1 Flavia Tonioli 1700 Convention Center Dr. Miami Beach FL 33139 305-673-1-7010 flaviatonioli@miamibewachfi.gov 4400 Chase Ave. Miami Beach 02-3222-017-0050 N/A NIA 1), is1l0 14- 13 10 PERMIT FEES: $440.00 APPROVED WORK: Removal of (1) Royal poinciana (Delonix regia and (1) Pongam (Milleftia ninnata) with a total canopy loss of 3,529 square feet. _-..._REPLANTING_ REQUIREMENTS: --- Planting of (6) Gumbo limbo (Bursera simaruba), (5) Pitch apple (Clusia rosea) and (1) Green buttonwood (Conocarfous erectus) trees for a total of 3,600 square feet of Florida Native replacement canopy. TREE REMOVAL / RELOCATION PERMIT Page 1 of 4 Rev. 08/29/16 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TREE PRESERVATION PROGRAM Tel: 305473-7722, Fax: 305-673-7028 RELOCATION REQUIREMENTS: N/A REVIEWED BY:/?4i(j / SPECIAL PERMIT CONDITIONS: CITY OF MIAMI BEACH TREE PRESERVATION PROGRAM 1. Pursuant to Section 46=62.2 during all site work and construction, no soil, vehicles, heavy equipment (such as'` bulldozers or back hoes), fill, building materials, construction debris or dead vegetation shall be placed, stored, or deposited within the designated tree protection zone (tree protection barriers shall encompass this area) nor shall there be disposal of any waste material such as paints, oils, solvents, asphalt, concrete, mortar or any other material harmful to trees or understory plants within the tree protection zone. Natural grade shall be maintained within the tree protection zone. In the event that the natural grade of the site is changed as a result of site development such that the safety of the tree(s) may be endangered, tree wells or retaining walls will be required. 2. Pursuant to Section 46-62.2 tree protection barriers shall be constructed at the tree drip line of each tree or cluster of trees designated for preservation or relocation prior to the commencement of constructions activities on-site. These protective barriers shall be constructed of wood, plastic or metal and shall be minimum of four (4) feet above ground level. Protective barriers shall be in place prior to start of any construction and must remain in place until development is completed and the City Tree Preservation staff has authorized their removal in writing. 3. An onsite walk through with City Tree Preservation staff is requested prior to the start of any construction activity, tree removal or relocation activities onsite. The purpose of the walk through is to verify tree protection barriers are properly installed and that the permit conditions are fully understood. Tree protection barriers must remain in place for the duration of the construction project pursuant to Section 46-62.1. 4. Any required cutting, pruning or trimming of trees shall be performed in accordance with the most recent American National Standards (ANSI) A-300 Standard Practices for Tree Care Operations by or under the direct supervision of an A Certified Arborist orASCA Con utting ikrbonsi:. Aii tree cutting, pruning or trimming not performed in accordance with the referenced standards shall be considered a violation and is prohibited by this condition for jurisdictional trees unless this permit is modified and or prior written approval has otherwise been obtained from the City Urban Forester pursuant to Section 46-62.5. 5. Fences and walls shall be constructed to avoid disturbance to any protected tree(s). Post holes and trenches located close to the tree(s) shall be dug by hand and adjusted as necessary, using techniques such as discontinuous footings to avoid damage to major roots pursuant to Section 46-62.2. 6. Underground utility lines shall be placed outside the areas surrounded by tree protective barriers. If outside placement is not possible, disturbance shall be minimized by using techniques such as tunneling, tap and bore or overhead utility lines pursuant to Section 46-62.2. TREE REMOVAL /RELOCATION PERMIT Rev. 08/29/16 Page 2 of 4 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TREE PRESERVATION PROGRAM Tel: 305-673-7722, Fax: 305-673-7028 GENERAL PERMIT CONDITIONS 1. Pursuant to Section 46-59.4 this tree permit shall be valid for 1 year from the date of issuance, Should the permitted work not be completed within that timeframe the permit shall be subject to revocation. In such cases a request for license modification prior to permit expiration can be submitted in writing to the Tree Preservation Program. 2. All activities shall be implemented as set forth in plans, specifications and performance criteria as approved by this permit. Any unauthorized impacts to Heritage Trees, Specimen or Non -Specimen trees not included in this permit shall constitute a violation pursuant to Section 46-59.1. 3. This permit and plans shall be kept on-site during all phases of preconstruction activities such as demolition, clearing of parcel, earthwork, re -grading and through construction. The complete permit shall be available for review at the work site upon request of City Tree Preservation staff pursuant to Section 46-59.4. 4. The survival of all trees counted toward canopy mitigation onsite shall be ensured for at least one (1) year from the date the final inspection was completed. If the tree(s) die, they must be replaced by an equivalent Florida Grade No.1 or better tree or palm pursuant to Section 46-59.6. *Note that the 1 -year survival timer starts over for any trees replaced prior to expiration of the initial warranty period.* 5. The final inspection requirements for replacement or relocated trees installed at offsite locations pursuant to Sec. 46- 61.5 shall require written approval from the Tree Preservation Program 6. All strapping, bracing and staking material shall be removed from all new or relocated trees/palms within 1 -year of installation onsite or offsite pursuant to Section 46-61.4. 7. Onsite and offsite tree replanting and or relocation must be verified and approved by the City Tree Preservation staff. The applicant shall notify City Tree Preservation staff through submittal of a final inspection request form no later than six (6) months from project completion pursuant to Section 46-59.6. 8. Any contributions made to the City of Miami Beach Tree Preservation Trust Fund to satisfy canopy replacement requirements will be used to obtain trees, landscaping, irrigation systems, and any other items or materials necessary and proper for the preservation, maintenance, relocation or restoration of trees and the urban forest on any publicly owned land or publicly accessible parcels in Miami Beach. These funds may also be expended by the City of Miami Beach for the Adopt -a -Tree Program, or similar program approved by the City Commission pursuant to Section 46- 65.4. 9. Prior to performing any work that would have the potential to impact underground or overhead utilities, the permittee and or contractor shall verify the location of all underground and overhead utility lines and confirm that no utilities will be damaged by the work. Contact Sunshine 811 One -Call at 811 or on the web: httbliWww.sunshine81tcomt to locate underground utility lines. 10. —Tree Presewation-Program--Tree-Information-Tags-ere-required-per--City LTC-#058.2f}46-and-must-be-affrxed-by-the— — permittee to any trees proposed for removal or relocation as part of an issued City Tree Work Permit. The tags must be in place prior to any approved tree removals or relocations occurring. Tags will be issued at the time of City Tree Work Permit issuance by Urban Forestry Division staff and or may be picked up at the offices of the City Urban Forestry Division. TREE REMOVAL / RELOCATION PERMIT Page 3 of 4 Rev. 08/29/16 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov TREE PRESERVATION PROGRAM Tel: 305.673-7722, Fax: 305-673-7028 ALL WORK SHALL BE IN ACCORDANCE WITH THE CONDITIONS CONTAINED HEREIN. THE PERMITTEE IS RESPONSIBLE FOR COMPLANCE OF ALL CONTRACTORS AND SUBCONTRACTORS WITH THE CONDITIONS AND LIMITATIONS OF THIS PERMIT. ANY NON-EXEMPT TREE(S) (HERITAGE, SPECIMEN OR NON -SPECIMEN) THAT ARE REMOVED OR EFFECTIVELY DESTROYED SHALL CONSTITUTE A VIOLATION OF SECTION 46-57 OF THE CODE OF THE CITY OF MIAMI BEACH, EXCEPT AS EXPRESSLY AUTHORIZED BY THIS PERMIT. THE FAILURE TO COMPLY WITH THE CONDITIONS OF THIS PERMIT WILL SUBJECT THE PERMITTEE, RESPONSIBLE CONTRACTOR(S) OR INDIVIDUAL(S) TO ENFORCEMENT ACTION BY THE CITY, AND SHALL SUBJECT THOSE FOUND IN VIOLATION TO THE PENALTY PROVISION DELINEATED WITHIN SECTION 46-67 OF THE CODE OF THE CITY OF MIAMI BEACH. THE ISSUANCE OF THIS PERMIT NEITHER RELIEVES NOR AUTHORIZES THE PERMITTEE FROM COMPLIANCE WITH THE REQUIREMENT TO OBTAIN AND COMPLY WITH ALL NECESSARY APPROVALS OR PERMITS FROM THE COUNTY, STATE OR ANY OTHER GOVERNMENT ENTITY HAVING JURISDICTION RELATING TO THE AUTHORIZATIONS CONTAINED HEREIN. I HAVE READ AND FULLY UNDERSTOOD THE CONDITIONS CONTAINED IN THIS PERMIT. I ACKNOWLEDGE THAT FAILURE TO COMPLY WITH ALL CONDITIONS OF THIS PERMIT MAY RESULT IN PERMIT REVOCATIONS, BOND FORFEITURE, WITHOLDING OF MY CERTIFICATE OF OCCUPANCE AND ENFORCEMENT ACTION BY THE CITY OF MIAMI BEACH. I ASSUME FULL RESPONSIBILITY FOR THE ACTIONS OF ALL OF MY EMPLOYEES, AGENTS AND PERSONS UNDER DIRECT OR INDIRECT CONTRACTUAL OBLIGATION TO ME WITH RESPECT TO COMPLIANCE WITH THE CONDITIONS AND LIMITATIONS CONTAINED WITHIN THIS PERMIT. Signature of Owner 1 Authorized Representative 1 Owner's Agent s - \I 1 A C V"4 icZL4 Print Name tz1lc Date Signed ' +..4`t Rl rvAc'r Urti 1•41m141€01— Title •41 11 1a - Title TREE REMOVAL / RELOCATION PERMIT Page 4 of 4 Rev. 08/29/16 APPENDIX K DERM Determination Letter BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 110 BEACH Florida Department of Environmental Protection Southeast District Office 3301 Gun Club Road, MSC 7210-1 West Palm Beach, Florida 33406 561-681-6600 City of Miami Beach Public Works Department C/o Douglas Seaman 1700 Convention Center Drive Miami Beach, FL 33139 Sent via e-mail to: dseamanna,miamibeachfl.gov RE: File No.: 13 -0325951 -002 -EE File Name: City of Miami Beach Muss Park Dear Mr. Seaman: Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Jonathan P. Steverson Secreta ry On October 13, 2016, we received your application for an exemption, and on November 16, 2016, the application was complete, to repair 324 linear feet of seawall by installing a new seawall bulkhead within 18 inches waterward (wetface to wetface) of the existing seawall. The project located in Biscayne Waterway, Class III Waters, adjacent to 4300 Chase Ave, City of Miami Beach, (Section 22, Township 53 South, and Range 42 East), in Miami -Dade County, Florida (Latitude 25° 49' 2.99" N, Longitude 80° 7' 51.99" W). Your request has been reviewed to determine whether it qualifies for (1) regulatory exemption, (2) proprietary authorization (related to state-owned submerged lands), and (3) federal approval that may be necessary for work in wetlands or waters of the United States. Your project did not qualify for the federal review portion of this verification request. Additional authorization must be obtained prior to commencement of the proposed activity. This letter does not relieve you from the responsibility of obtaining other federal, state, or local authorizations that may be required for the activity. Please refer to the specific section(s) dealing with that portion of the review below for advice on how to proceed. 1. Regulatory Review — VERIFIED Based on the information submitted, the Department has verified that the activities as proposed are exempt, under Chapter 62-330.051(12)(b), Florida Administrative Code, from the need to obtain a regulatory permit under part IV of Chapter 373 of the Florida Statutes. This exemption verification is based on the information you provided the Department and the statutes and rules in effect when the information was submitted. This verification will expire after one year, and will not be valid at any other time if site conditions materially change, the project design is modified, or the statutes or rules governing the exempt activity are amended. However, the activity may still be conducted without further notification to or verification from the Department after the one-year expiration of this verification, provided: 1) the project design does not change; 2) site conditions do not materially change; and 3) there are no changes to the statutes or rules governing the exempt activity. In the event you need to re -verify the exempt status for the File No.: 13 -0325951 -002 -EE File Name: City of Miami Beach Muss Park Page 2 of 5 activity after the one-year expiration of this verification, a new application and verification fee will be required. Any substantial modifications to the project design should be submitted to the Department for review, as changes may result in a permit being required. Conditions of compliance with the regulatory exemption are contained in Attachment A. 2. Proprietary Review — NOT REQUIRED The activity does not appear to be located on sovereign submerged lands, and does not require further authorization under chapters 253 of the Florida Statutes, or chapters 18-20 and 18-21 of the Florida Administrative Code. 3. Federal Review — SPGP NOT APPROVED Your proposed activity as outlined on your notice and attached drawings does not qualify for Federal authorization pursuant to the State Programmatic General Permit and a SEPARATE permit or authorization may be required from the Corps. A copy of your permit application has been forwarded to the Corps for their review. The Corps will issue their authorization directly to you or contact you if additional information is needed. If you have not heard from the Corps within 30 days from the date your application was received at the local FDEP Office, contact the Corps at the Miami Office at (305) 526-7181, for status and further information. Failure to obtain Corps authorization prior to construction could subject you to federal enforcement action by that agency. Authority for review - an agreement with the USACOE entitled "Coordination Agreement Between the U. S. Army Corps of Engineers (Jacksonville District) and the Florida Department of Environmental Protection, or Duly Authorized Designee, State Programmatic General Permit", Section 10 of the Rivers and Harbor Act of 1899, and Section 404 of the Clean Water Act. Additional Information Please retain this letter. The activities may be inspected by authorized state personnel in the future to insure compliance with appropriate statutes and administrative codes. If the activities are not in compliance, you may be subject to penalties under Chapter 373, F.S., and Chapter 18-14, F.A.C. NOTICE OF RIGHTS This action is final and effective on the date filed with the Clerk of the Department unless a petition for an administrative hearing is timely filed under Sections 120.569 and 120.57, F.S., before the deadline for filing a petition. On the filing of a timely and sufficient petition, this action will not be final and effective until further order of the Department. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. Petition for Administrative Hearing A person whose substantial interests are affected by the Department's action may petition for an administrative proceeding (hearing) under Sections 120.569 and 120.57, F.S. Pursuant to Rule 28- 106.201, F.A.C., a petition for an administrative hearing must contain the following information: (a) The name and address of each agency affected and each agency's file or identification number, if known; File No.: 13 -0325951 -002 -EE File Name: City of Miami Beach Muss Park Page 3 of 5 (b) The name, address, any email address, any facsimile number, and telephone number of the petitioner; the name, address, and telephone number of the petitioner's representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests are or will be affected by the agency determination; (c) A statement of when and how the petitioner received notice of the agency decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts that the petitioner contends warrant reversal or modification of the agency's proposed action; (f) A statement of the specific rules or statutes that the petitioner contends require reversal or modification of the agency's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wishes the agency to take with respect to the agency's proposed action. The petition must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. Also, a copy of the petition shall be mailed to the applicant at the address indicated above at the time of filing. Time Period for Filing a Petition In accordance with Rule 62-110.106(3), F.A.C., petitions for an administrative hearing by the applicant must be filed within 21 days of receipt of this written notice. Petitions filed by any persons other than the applicant, and other than those entitled to written notice under Section 120.60(3), F.S. must be filed within 21 days of publication of the notice or within 21 days of receipt of the written notice, whichever occurs first. Under Section 120.60(3), F.S., however, any person who has asked the Department for notice of agency action may file a petition within 21 days of receipt of such notice, regardless of the date of publication. The failure to file a petition within the appropriate time period shall constitute a waiver of that person's right to request an administrative determination (hearing) under Sections 120.569 and 120.57, F.S., or to intervene in this proceeding and participate as a party to it. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, F.A.C. Extension of Time Under Rule 62-110.106(4), F.A.C., a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing. The Department may, for good cause shown, grant the request for an extension of time. Requests for extension of time must be filed with the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000, before the applicable deadline for filing a petition for an administrative hearing. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Mediation Mediation is not available in this proceeding. File No.: 13 -0325951 -002 -EE File Name: City of Miami Beach Muss Park Page 4 of 5 FLAWAC Review The applicant, or any party within the meaning of Section 373.114(1)(a) or 373.4275, F.S., may also seek appellate review of this order before the Land and Water Adjudicatory Commission under Section 373.114(1) or 373.4275, F.S. Requests for review before the Land and Water Adjudicatory Commission must be filed with the Secretary of the Commission and served on the Department within 20 days from the date when the order is filed with the Clerk of the Department. Judicial Review Any party to this action has the right to seek judicial review pursuant to Section 120.68, F.S., by filing a Notice of Appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, M.S. 35, Tallahassee, Florida 32399-3000; and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this action is filed with the Clerk of the Department. Thank you for applying to the Submerged Lands and Environmental Resource Permit Program. If you have any questions regarding this matter, please contact Mr. Huy Tran at the letterhead address or at (561) 681-6600 or by email at Huv.Tran@den.state.fl.us. Executed in Palm Beach County, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Monica Sovacool Environmental Manager Southeast District File No.: 13 -0325951 -002 -EE File Name: City of Miami Beach Muss Park Page 5 of 5 Enclosures: Attachment A- Specific Exemption Rule Attachment B- Newspaper Publication Project Drawings, attached 26 pages Copies furnished to: Atkins North America, Inc., Agent — Adam Gelber, adam.2elbereatkinsglobal.com City of Miami Beach, flaviaTonioliamiamibeachfl.gov Rosalinda Rodriguez, USACOE-Miami-Dade, Rosalinda.Rodriguezausace.armv.mil Chrissy Hopps, Miami -Dade County RER, honnsc(aimiamidade.gov FDEP — Huy Tran, Monica Sovacool CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby certifies that this determination, including all copies, was mailed before the close of business on November 17, 2016 to the above listed persons. FILING AND ACKNOWLEDGMENT FILED, on this date, pursuant to 120.52(9), Florida Statutes, with the designated Department Clerk, receipt of which is hereby acknowledged. November 17. 2016 Clerk / Date Attachment A Chapter 62-330.051 Exempt Activities. The activities meeting the limitations and restrictions below are exempt from permitting. However, if located in, on, or over state-owned submerged lands, they are subject to a separate authorization under Chapters 253 and 258, F.S., and Chapters 18-18, 18-20, and 18-21, F.A.C., as applicable. (12) Construction, Restoration, Enhancement, and Repair of Seawall, Riprap, and Other Shoreline Stabilization — (b) The restoration of a seawall or riprap under Section 403.813(1)(e), F.S., where: 1. The seawall or riprap has been damaged or destroyed within the last year by a discrete event, such as a storm, flood, accident, or fire or where the seawall or rip rap restoration or repair involves only minimal backfilling to level the land directly associated with the restoration or repair and does not involve land reclamation as the primary project purpose, as further explained in section 3.2.4 of Volume I; 2. Restoration shall be no more than 18 inches waterward of its previous location, as measured from the waterward face of the existing seawall to the face of the restored seawall, or from the waterward slope of the existing riprap to the waterward slope of the restored riprap; 3. Applicable permits under Chapter 161, F.S., are obtained. Attachment B File No.: 13 -0325951 -002 -EE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION NOTICE OF DETERMINATION OF EXEMPTION The Department of Environmental Protection gives notice that the projects to repair 324 linear feet of seawall by installing a new seawall bulkhead within 18 inches waterward (wetface to wetface) of the existing seawall, have been determined to be exempt from requirements to obtain an Environmental Resource Permit. The project located in Biscayne Waterway, Class III Waters, adjacent to 4300 Chase Ave, City of Miami Beach, (Section 22, Township 53 South, and Range 42 East), in Miami -Dade County, Florida (Latitude 25° 49' 2.99" North, Longitude 80° 7' 51.99" West). A person whose substantial interests are affected by the Department's action may petition for an administrative proceeding (hearing) under sections 120.569 and 120.57 of the Florida Statutes. The petition must contain the information set forth below and must be filed (received by the clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. Mediation is not available. If a timely and sufficient petition for an administrative hearing is filed, other persons whose substantial interests will be affected by the outcome of the administrative process have the right to petition to intervene in the proceeding. Intervention will be permitted only at the discretion of the presiding officer upon the filing of a motion in compliance with rule 28-106.205 of the Florida Administrative Code. In accordance with rule 62-110.106(3), F.A.C., petitions for an administrative hearing must be filed within 21 days of publication of the notice or receipt of written notice, whichever occurs first. Under rule 62-110.106(4) of the Florida Administrative Code, a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing. The Department may, for good cause shown, grant the request for an extension of time. Requests for extension of time must be filed with the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000 prior to the applicable deadline. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Upon motion by the requesting party showing that the failure to file a request for an extension of time before the deadline was the result of excusable neglect, the Department may also grant the requested extension of time. The petitioner shall mail a copy of the petition to the applicant at the address indicated above at the time of filing. The failure of any person to file a petition for an administrative hearing within the appropriate time period shall constitute a waiver of that right. A petition that disputes the material facts on which the Department's action is based must contain the following information: (a) The name and address of each agency affected and each agency's file or identification number, if known; (b) The name, address, and telephone number of the petitioner; the name, address, and telephone number of the petitioner's representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests are or will be affected by the agency determination; (c) A statement of when and how the petitioner received notice of the agency decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts the petitioner contends warrant reversal or modification of the agency's proposed action; (f) A statement of the specific rules or statutes that the petitioner contends require reversal or modification of the agency's proposed action; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wishes the agency to take with respect to the agency's proposed action. A petition that does not dispute the material facts on which the Department's action is based shall state that no such facts are in dispute and otherwise shall contain the same information as set forth above, as required by rule 28-106.301. Under sections 120.569(2)(c) and (d) of the Florida Statutes, a petition for administrative hearing shall be dismissed by the agency if the petition does not substantially comply with the above requirements or is untimely filed. Complete copies of all documents relating to this determination of exemption are available for public inspection during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, at the Southeast District office, 3301 Gun Club Road, MSC 7210-1, West Palm Beach, Florida 33406. PUBLIC WORKS DEPARTMENT NEIGHBORHOOD 7 NAUTILUS ORCHARD PARK MUSS PARK SEAWALL REPLACEMENT, 4400 CHASE AVENUE MAY 12, 2014 BS -2014X REVISED JULY 22, 2016 BS -2014X CITY OF MIAMI BEACH MAYOR: PHILIP LEVINE COMMISSIONERS: MICKEY STEINBERG JOY MALAKOFF MICHAEL GRIECO KRISTEN ROSEN GONZALE RICKY ARRIOLA JOHN ELIZABETH ALEMAN CITY MANAGER: JIMMY L. MORALES CITY ATTORNEY: RAUL J. AGUILA PUBLIC WORKS DIRECTOR: ERIC T. CARPENTER, P.E. CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. REVISED SUBMITTAL PREPARED 8Y: ATKINS 2001 NORTHWEST 1071H AVENUE MIAMI. FLORIDA 33172 (305) 592-7275 LB #0000024 MAY 12, 2014 REVISED JULY 22, 2016 LOCATION MAP GULF OF MEXICO N ATLANTIC OCEAN IAMI BEACH PROJECT LOCATION INDEX OF DRAWINGS AZE- mora MEEK 1 G-0 COVER SHEET ANO INDEX OF CRAWS 2 0-1 STE PUN 3 G-2 ENLARGED 01E RAN 4 0-3 STE PHOTOGRAPHS 5 G-4 WITS OF CONST.. ACCESS. AND LAWMEN 6 V-1 PROPERTY SURVEY NOTES 7 V-2 PROPERTY 0U111/E9 MAP 6 V-3 SURVEY SEC11015 6 V-4 SURVEY SECTIONS 10 D-1 OEMOUTICN PLAN AND SECTION 11 0-1 GENERAL NOTES 12 5-2 SEAWALL STE PUN 13 5-3 WALL PLAN AND ELEVATION -1 14 5-4 EMU PLAN AND ELEVATION -2 15 5-5 WALL PUN MID ELEVATION -3 16 5-6 TINICAL WNL 5EC150145 17 5-7 WALL DETAILS AND 5EC110145-1 18 5-8 WALL DETAILS AND SECTIONS -2 19 S-5 WALL DUALS AND WORMS -3 20 5-10 WALL AT MANGROVES SECTION AND DETAILS 21 L-1 LANDSCAPE DEMOLITION PLAN AND NOTES 22 L-2 PAMNG. GRADING AND FENCING PUN 23 L-3 LANDSCAPE N0115 PLAN 24 l-4 LANDSCAPE NOTES AND DETAILS 25 IR -1 IRRIGATION PLAN 26 1R-2 IRRIGATION NOTES AIA DETAILS Irt w MUSS PARK SEAWALL REPLACEMENT PUBLIC WORKS DEPARTMENT I SITE PLAN 1 ATKINS SITE PLAN OGYE OMAN �w �mwEral_I EalA 1. FOR ENUPLEO SITE PLAN REFER TO DRAWING 0-2. 3. FOR SITE PHOTOGRAPHS REFER TO ORAMNC C-3. J. FOR UNITS OF CONSTRUCTION, ACCESS ANO LVOV. EAS REFER TO DRAWING C -A. 1FfFttQ Oi -- PHOTOGRAPH ROUSER 2230 DIRECTION OROU DENOTES STATIONS MAC SOAWAI, SLML 1' 50 • •11•11.1...11-1 4w•tiN4�`rY� r�wW •.•••••.• . I rJl(d RR -ILL- mom. -• POVERTY WEINSVO BISCAYNE WATERWAY SES.Ws 8ROISECT LIMBS REPLAMIENT oar 8818 :I IIHI i' ; r. ote,c.rou, • /' 421‘!1 r TOPOGRArriGsuRva, ! P8041201/7111.AMPLIP TQP�QRACDATA ; 14211/001:11018.1) SOUTH PROPER!, LINE 222Xii 1. FOR STE PHOTOGRAPHS REFER TO MARINO 0-3. 2. FOR LIMITS OF CONSIRMGRON, ACCESS AND IPSO. AREAS REFER TO DRAW. G-{ S. FOR SOIL BORING INFORMATION REFER ro GEOLEGMNICAL ENGINEERING .ALUATIGN REPORT. LEGEMS 0-> PHOTOGRAPN NUMBER ANO DIRECTION -04)- 81 - DENOTES SOIL BORING ONO DENOTES STATIONS ALONG SEAWALL PROPEREf UNE ! ; IHIs , I 1 rxri ._,,, , 1 .„ , / e .1,, eaii 4 ‘ 1 0 ......-1- ' ' 1,•••••"' ! ! ! i * t.! i 4 \1 HL i --,'""-+ 1 o ' I ' I .___ , ....... i f 1 , ,_ J_ _ _ \...- !10100r) , MIAMIBEACH PUSLIC WORKS OEPARTSMNT Ens ENLARGED SRE PLAN Muss PARK SF-AwALL REPLAcEMENT ENLARGED SITE PLAN I ATKINS ------ 08N) 14330) so) OM MAKI LDIE 60. r3•00033.0330 tog000loryotortosSion• 193330 moot. 313.44-1 TO O-3 22 P.N.. -11/1_ ALS- —e/..A_ word er. 0002116 3 22 6-2 ° SOUTH REGION OF EXISTING WALL, LOOKING EAST ° SOUTH REGION OF EXIS AT SOUTH PROPERTY UNE °MIDDLE REGION OF EXISTING WALL, LOOKING EAST °LOOKING SOUTH ALONG EXISTING WALL ,; SI z �€iR ip.+��3+ I'abeaeam .1.21.1C aWORKKS DEPARTMENT I nom' ° NORTH REGION OF EXISTING WALL, LOOKING EAST AT SOUT- •ROQ9F7TIj.INN 1 AT NORTH PROPERTY LINE ° NORTH REGION OF EXISTING WALL, LOOKING EAST AT NORTH PROPERTY UNE LANDSIDE REGION OF EXISTING WALL, LOOKING NORTH ° LANDSIDE REGION OF EXISTING WALL, LOOKING SOUTH ©o SECTION OF EXISTING WALL REMOVED DURING OUTFALL INSTALLATION (C 2009) MUSS PARK SEAWALL REPLACEMENT SITE PHOTOGRAPHS I ATKIS @LOOKING NORTH ALONG EXISTING WALL QQ BISCAYNE WATERWAY, LOOKING NORTHWEST FROM LANDSIDE REGION OF EXISTING WALL NOTES: 1. SEE SITE PLANS FOR PHOTOGRAPH LOCATION AND DIRECTION. 2 PHOTOGRAPHS TAKEN FEBRUARY 2014. NOM R AL6- .1100.1 y nnzn� we • or asor G_ 8 LARS OFCONSTRICTION BISCAYNE WATERWAY it 3 TEMPORARILY REMOVE EXISTING FENCE TEMPORARY CONSTRUCTION FENCE (ALONG EAST EDGE OF EXIST. CONC. WALE. FROM NORTH TO SOUTH PROPERTY LINE) CHASE 4YENU, MIAMIBEACH I� PUBLIC WORKt OEPARTROIT I RRe LIMITS OF CONSTRUCTION, ACCESS AND "' LAYDOWN SF TEMPORARY CONSTRUCTION A ACCESS GATE MAW 3RL0' MUSS PARK SEAWALL REPLACEMENT 31060' PLAN SCALE 1,20, COXTPACTORS STAGING AREA TEMPORARY CONS-MCTON FENCE LIMNS OF CONSTRUCT. 1d� NA RAU. a al_._ ARTIOR INRORMATON Yea IRO.. PA TO Roma. ANNusoRENTE "RAT TART raw AFIRE. oN THE ORDERETTRO R. OF RECO. PEER. REFER TO OE ENT rATICRE eEreruin wnOOROMENEMOmMREPOmWTM vaetfmRol.E REVRER xv MEORRmnx RUMMER . cm. YORMA1101e EuRRETOR Rt. Yam ME RAE OF ROOM NORM FEBERICIR MC, ONLY AUTHOREFED TO PPERCOOE MR... Re WA". IN OR RORER ERTARTIMETT Of FoRERETURE THE BOW.. 11.00RARRIC WM.,. RE NEWT ORIA,E.R.ORTREE.E.T.THEREFR. OUR PRET... ERNITTENCE OF RE/ARE CORIFIE0 REEN, RR, ERROR •RoRERTO Eloal REAR ALE MET LOT, RAWER OR RECE CR WO RoCATED ART.. FR CR THE REPORT. ERR.. TO ER. El RADE FOR ERRE FUR .2 CONTEETE ORROCRTENTOR ORME ow. TREREOF WM MUCK FLOM, sal c"" "1"`"'"”'""`"'"'" Rif. a=a1=4,17ArOMFROS TR ERNE OF claREED FROEVORDE Com, EV MGM,. NOVERNIER RERRoaccToRE'="4.1.1, mum NORIA VS E.. .1•Rni,PORT =RAH., AMEN MO vo•rt HEREOF SY REFERENCE THE RATE Of CORERRERON OF ORMAL FIER0 WRY. (ME It.. ORE,. CONFCCT. ERR. 0.0.1101110. PRORETT, LOTa ?TO la M.. ROCK 1. ER NUM. OVEIRRINC. ACCORENNO RE RAT THEREOF. RECO.. IN RAT DOOM AT PROEM OF OR POEM NEOAX OF OADE COEN, RIMER ARTIO.1 IV 10 RUA EMT CI RCERENIERWORTHE CC. • OOMENORRION ROC,. WARY MAIM OW Waro mm rERWMOBER.M RaONmmm a Mr MBleomtxOne M O MEM RIF NotT. OSPOOTSOIT •101 ORM AVER. PARE Wm IFTV a, REMO. NOU.RITI TM: UNDER Err+ or YON MAO, noRou EICUT.....01.....PRO SAVE, WOO.. ROOT,. RERTEREER fa ow REcEROE BOOK ORR AT RR. oF THE PywO P.m. of 40.010.0.4•11/.... REFER TO PakEN000 OF eirannVALOPKI KaniWINT .11.100.019 m. Ma �npa'w THE FROPERTY 1...1./E CRAM ROOD CETERA FEET .1.1.NE DONE TIN PUT.. NO ATOTIM Str.ZE, OWE MON. OF 00. r.101 R. of.. ELE.ToN FEET. me socasom RE A Rc moo Eut oo Foam, ER THE FR. STREET MO IVETREE .11.12. ELEVATOR Tail MT. BENEEMENC • Ewa NAL NOW.. !ET RR TIE Rol ETREET AND ORREAVEN. STAR RAE COORONATO VIEW FON.ME EA. OWE OF .00 MPS .11. COM ORM TOM .01011...1.11 OTHER...NU MOWRY ES couvERT RCM Ow.. OF WATER WAInEwAnot REMO, ELECTIVOTF. TERRE. SERVICE CARR THEREON. RE THEY., MET WM.. UP.. Acsiom OR.... RR Ea., PROPERTY VARE KR LOWED MONNE NT RUED. ARETR.. moo. CvaOiox O Kea. mxTAw..na, n WARM. ..001.40-0 WASTE MT wY OCOEE 03x, RPM WM® • T. 110.0010 OP vatuAzes11.0 FEARAINI tat.allO ON llar al.. EV WORE EFRALEFO TO AN emmm PORTOME ACCERAcT OF MO FOOT MR TWO. Rog/ opoo, 10.0.001. moan,. AmoreWIMI. w'/L.w vN OR= m riNEWM=saQeOr iMSNOME ON. rnWEINCExrn�mviMER01.01.0 110.1.0/111.1.011.10. TIC MY NO REPORT POLISTINE 01,100014 WAS PREF.. FOR OR /EOM MM. 0701.1.110 0. 'r"" r*.C.'"F"C 00110 11. MOW MOO. CLOSED MOO. MOPES TRRE IN RE REV RZETlirfaleRtr.,...ill A PD.LTLIC WWORKS DEPARTMENT MUSS PARK SEAWALL REPLACEMENT PROPERTY SURVEY NOTES ATKINS Imm aum x vww r..av 0000 Mwsva jOS 1 TOTETWICIENEM 010101.1.0.11.0.0.4.11.1111..401.111.0011. MO REPORT 1.1.1.01.1100.0.104. PENTONED 1012•11.0. NOM MONO CO.. TO ITO SOO OF NOW NO IMO. TAT MO 1010.0 ANOTOPOOMPTIC 0.1.1101.0111. WENT CT 0.1.1.111.111.1.....10.0.C. SERTOWESTE 0.1.01120001.11.1.11, 1.0.010.1.011.1.000.1 ELATE OF PLOW EACIS ANT IMMO, (04.1. NOT EL 0.0001, ROL VALIO =PL. LELORIN10,11.03) 10 TO OWENS 11011CT MEW. 0. OW .11 Of TO FLO. aniallaiS NORTH AMONG... RE. I�Ovrt axm+N�wl� a5 ;a qWn �wnW aw`v gMr-I lA,pMO Am. ev oar 03/12,4 .., II al a oRT, ___ BISCAYNE WATERWAY EXISTING OUTFALL LOCATION STA 1+23.5 60%38 RCP EXISTING DRAIN LOCATION STA 2+00 12' PVC 2 UNTO MOM rum= own S ATL Rk`L nrm �SFi.•_�i 01. I irk:: b 11 f p ■ 1i Y\ °MABBAvows - !MrVN 1, -- L nDg RELP,MED PRIOR PROR TUPDATED 90X SAND UBBMITTAL PUBLIC WORKS DEPARTMENT MUSS PARK SEAWALL REPLACEMENT vnc PROPERTY SURVEY MAP 1 ATKINS RAN SCALE nwa swarm wave Iii Rcoma EounrreE - • LIGHT • WM, .G ps ui«axRwer users, 4FMal TREE ® .ETeens.r�o POLL BOX El 0.1AdiEli • 7701,140 91014. 44571.90.1 7a. ▪ WARY PCI.E y..“4,11MCATIONm.Tsau 4 cs.010»Tn s+sSPOT ELEVAIMCONTOUR LAME ABSREVLA PONS m•ULCUATED ILISEDuv4.31.1r,m vuues miry isfIFEACE ATICII L.LsnnxMTeJL#nmEDAM Pq-.v MIDLST M- PER PUT BOON I. • IOW' Of CIAVATIRE m• n.sam«csT Tn. TAAGENr PONT CF NON TANGENT INTEPSECTOOM woo. rourr asvv Ws.rs n.uxl o.. m/O/u ... T a e s.w R I BISCAYNE I MUSS PARK WATERWAY EXISI FKT 6 cameo EFFIR FIR. TWG WNL FYOG GRADE DOSING NUOU BISCAYNE WATERWAY DOSING TYBER MO o OFFSET N T'� COSTING BE N.� y8�; N • r� A 4� PP W Permit Number T 5 IXMG WNL MSL INV (—)1.04 AERP DOLSINC EL .1, N -oo -w 13 -0328951 -002 -RR MI ICC PARK F E OF STING SEAWALL DOSING CO SING E0..O. RCP AO TNERT PRE WALL OUTFALL PIPE .n -m -'a N OFFSET C EXISTING SECTION AT STATION 1+23.60 NQS: 1. ELEVATE., ARE REFERENCED TO NAVDS0 DANN. G. E DENOTES wEsr PROPERN UNE. . SECTON NEWS LOOKING NORM. 4. REFER TO P1.1010 0 ON DRAWING G—D FOR NEW OF DOSING WNL BECTON. MIAMI BEACH PUBLIC WORKS DEPARTMENT 1 SURVEY SECTIONS 1"GG'm" MUSS PARK SEAWALL REPLACEMENT ATKINS �mww • BISCAYNE WATERWAY MUSS PARK BISCAYNE WATERWAY DOSING NUOUX EXISTING SECTION AT TO 0+050 •T 040100 WNL R I MUSS PARK 11.1 WET FACE OF DOSING SEAWALL CI DOISTING GRADE DIMING CONCRETE 010 TIMBER PILE WALL a o .a OFFSET 20 30 33 EXISTING SECTION AT STATION 1+x50 11L wP lea I aV..- w mW ....r L9/0 ovrew- mAE/ BISCAYNE WATERWAY ,;,TUBING MUOU BISCAYNE WATERWAY EXISTING MUSS PARK I,,.r �COSMOWE<F,OF ED SEAWALL\\T EamNG wNl ,..n. '!1 • (-11EM — INVERT EL E E+t OFFSET EXISTING SECTION corm 12' FAIG C TEAU- PIPE NC COMAEtE ANO BER PILE WNL W Permit Number 'C R - IRT4.1'/JCIIIPC JI flap 21, 0F.0 n.w ' ▪ -a '10 OFFSET re 0 EXISRPG SECTION AT STATION 3+00 =ESL 1. ELEYAGONS ARE REFERENCED TO NAVIISS DANM. C. R GEMms REST PROPER. ENE. i. SECTION NEWS L00 INC NORM. REFER N PHOTO p ON DRAWING G -D FOR NEW OF DI TING CONCRETE AND SHEER PILE SECTION. 9 DEPARTMENT IMUSS PARK SEAWALL REPLACEMENT SURVEY SECTIONS I ATKINS -5177F ooN 10 5 BISCAYNE WATERWAY MUSS PARK t1.5. WET FACE_OF !!RPRO SFAW.LL xc GRAOE COSMIC MBDU"' FIZERVLE -0 .0 -10 OFFSET r0 a b a BISCAYNE WATERWAY F\ EXISTING SECTION AT STATION 2+50 MUSS PAM .1'WET FILE KEN 09571110-T/ 09G WNL *1 L COSTING 41. OFFSET IXImNG CONCRETE AND BFR PRE WALL HH !DOSING SECTION AT STATION 3+29.78* pnn.ve�raR[rorEaE.w��a+ �5 A'f =,8^' 1 Flo Pun V. WWI SAM* mAILAA BISCAYNE WATERWAY 323.7W* PIOECT MRS 1u UDE ROM 1136 9uEVL i -1D' FROM SOUTH PROPFxrc {/ 10 020650 SEAM, r— 510100 scwl,DYNgBE ."' 200'-0' FROM sONN PROPER.. LBW '1 -" \ p ppj'►'{{ __ 10 12' OUTFALL --_ - /� % 129-0' FI✓MN SWIM PRYEFTY N _ _ '-'- EAST. =IC. 'LiE ro nTEv bulPAli - is E ,. — RuaEE J �(o�o5sulvuD .. �~ r r� Y WETBDIIr „ssiter"-= wEEFR t 6161-0' 2KWOXNA2t LUTE OF QYIfiLLQTYTd1111) ;'� �}( II —_ '_* 1TPI ; ; mtl, TPl� ;E e.- �! Q Q• LLQ, • V 1 ~ UNIT OF 20. TOPCMR.NIC SURVEY FROM 200/ SURVEY IFOR INFORMATIONAL PURPOSES ON,V1 s0600 PRVUDT UE RAN • , I IMDR116 fWOPEWIY uNE BISCAYNE WATERWAY FLOAT NG TURBIDITY ) EL (t)J.SOf B T/ WALL EL (+)LESS \ PRI_ Southeast District l 510010), npco,A EMT. MIME FUOl ro BE CCOISIRUCTICIPI (EEE MORS) NGH! PWEsTO IND SALVAGED NO REUSED APPROX. DIST. ORM; -11MOM 10 BE MONO R§E WATER PIPES ELECT .. =toms EMT.. COAT WALL IND THEW SUPPORT FILES TO BE ROATED IY F TIMBER PSE Oa APPROX. 10 R SPACING PR.. ON -CENTER) TO EE EXTRACTED SECTION EXISTING UNDERGROUND UTILITIES, IRRIGATION UNES, ETC. NOT SHOWN. M AM BEACH I MUSS PARK SEAWALL REPLACEMENT ATKINS �� n_ TOPE PYBL60 WORKS DEPARTMENT DEMOLITION PLAN AND SECTION m E7L-1 i y x DST. CCNC. WALX TO BE REND.m (SEE NOTES) MIME EXIST. CONC. W2N 6111 I. FOR STE PHOTOGRAPHS REFER DRAWING G-0. 2 AIRS OF CNST CSS AND UMUS REFER T0 00 RANG G -O. S. R SIOBORING INRWnoN REFER 10 GEOTECHNICAL ENGINEERING EVALUATION REFORT. A COSTING CNNN URN FENCE AND CATES i0 BE TEMPORARILY EWRING 0060134010*ARO REINSTALLED IN PERI/ANEW LOCATION AP FT CONSTRUCTOR. S RECONSTRUCTED. CONED. WNL TO BE RE110NED AND ROR TREE ..EMC. 6. FORM RENP'2/OENONION. REFER TO 105 TNG L-1. 7. FORLO TOE OF UNDERGROUND WATER0000. 011 G W PIP'S, RE ETCHES. SURVEY IPU CONDUIT AND LIGHT PO. WM1 REFER N sARBEY PVN NO FLORIDA PO WITH CRY L N LANA BEACH MO POWER AND VERIFY LO B. CONDDORS.. W TOPIPELDGTON OF ELECTRICAL HANDUIR, WHERE NC AN LIGHT PROTECT FIXTURES. HAND DIG WHERE 100 10 RY U PROTECT TITHES. CONIFACIOR i0 {IFPUCE ANY DAMAGE TO COSTING UTMFS. 1/06��0 V PHOTOGRAPH NWBER AND DIRECTION B1 - 0ENO1E2 SOIL BORING MDENOTES RENON& 50 E714. 16' -If SCALE: 3/61 - 1'd iovAJLi rJILL- o........1VA_ 0A2A W.. >• u..N.__$j� GENERAL STRUCTURAL NOTES: GENERAL: I EXCEPT . NOTED _ON THE PLANS. ALL MATERIALS n 0 CONSTRUCTION DEPARTMENT OF N STANMNO SPECL COMPLY nin.: THE 2014 IFICATIONS FOR ROAD AND BRIOGEPCONSTRUCTION 2. PRIOR CHECK LATHE OGRAWMGSCAWI STCTTHE SITEE AND"TTTHE WORRNHALL 0 "Only THE PROJECT REPRESENTATIVE IN WRITING OF ANY GTST"ONRES5 AND/OR IECT CONTRACTOR Lo BIN CONSTRUCTION IN ANY SUCH AREA UNTIL HAS WMDEENRELVEDBYTHnONDiCTOR MoPRWE BTHTHE E CONE COURSE T S OF THE WORK.E CONTRACTOR DURING HHALL 3 DETERMINE HIS WORK SCHEDULE FROM THE TIDE TABLES FOR E PERIOD OF CONSTRUCTION. THE SITE Is SUNECT TO VARIABLE WAVE AND SURGE CONOTONS AND IT IS THE RESPONSIBILITY ECONTRACTOR TO TEMPORARY SUPPORTFOR MARINESTRUCTURESAND SHOREUNE DURING THE CONTRACTOR SHALL COMPLY WTI ALL WATER QUALITY REQUIREMENTS AND REGULATORY PERMITS ISSUED BY THE LOLL, STATE AND FEDERAL MTHORITES, S' THE WATS. SIGNALS . REQUIRED BY THE PROJECT ALL WINNING SIGNS, REPRESENTATNE TO ADEQUATELY WARN THE PUBLIC AGAINST DANGER AND TRESPASS WHIN THE DESIGNATED CONSTRUCTION SITE. ZEAPETACTOR SHALL iME ALL NECESSARY' PREGMONS CONCREMI EKISTIXG STHU GROUN I AND .O OLEO GROUND ECSLAWALLS AND UNDERGROUND AND A&NE GROUND UTIUTES. IpCpUTIDN: CONTRACTORI. THE CONSTPUBLIC WORKSDEPARTMENT PROJECT RGDON ACTIVITIES MTH THE CITY PRE EOF NTTAT E BEACH LOCAL MAURO ODORS: I. LOCAL OCAL BUILDING CODE IS THEDE (FBC)2010 EDITION WITH THE LATEST SUPPLEMENTS. GEOTECHMYILDATA: 1, SHEET PILING FOR NEW SEAWALLT SOESILNED WITH SOIL PARAMETERS IN ACCORGMCE WTI E GEOTECHNICAL EXPLORATION REPORT BY GEOSOL. INC, A LANES. NIC . TITLED. MEA PARC SEAWALL GEOTECHNICALF D UDS AENGINEERING EVALUATORS. FEBRUARY I, 2014 MkYATKIN8: I. ELEVATORS ARE REFERENCED TO THE AVD88 DANA. I. L xREw STN CTURAL WORK D PILINGS SHALL INCLUDING EOAL SHEET HUNG, CONCMEASURED AND DIMENSIONS VERIFIED BY ACCURATELY FIELD PRIOR TO ORDERING MATERLLLS. 2ON MARE FIELD CONTRACTOR SHALL BE PREPARED TOAJUSTCONDITIONS. DEMON FIT THE NEW WORK TO EXISTING DESIGN WTEBA: I. WATER ELEVATION LANOSIOE OF WAU.(ELOOD EVENT): EL 4.50 WATER ELEVATION WATERSIDE OF WALL (MUM) EL -230 3. SCOUR POTENTIAL AT SEAWALL I FOOT STEEL SHEET PILE WAS DESIGNED FORA 75 YEAR UM MIAMIBEACH PU•LICWWORSDDEPPANHENT I WWE CONTRACTORS aMMmAIA .E FOLLOWING MINIMUM SUBMITTALS SHALL BE PREPARED BY THE CONTRACTOR AND SUBBMITTED TO DEP.PAENT FOR enC REVIEW PRIOR To THE xsroucnav nom,. CONCRETEI. DEMOLITION METHCOS AND DISPOSAL PUN 2. TURBIDITY CONTROL PLAN AND non:root. METHODS 3. 4. Jo °PANSARIALS5. CONCRETE MIX T 7. REINFORCEMENT STEEL TEEL cPLACCEMENT DRAWINGS B. SHEET PILING RaPERncs AND 9. SHEEF PILING NPaocEouaES ABRICATIONS 110. OTHERS METAL E AS SPECIFIED CAR M MACE CONCRETE COI W 1CNRALIi: 1. ALL GST -IN-PLACE STRUCTURAL CONCRETE Scall BE COMPR/SED OF TWE II PORTLAND CEMENT AND SWILL ATTAIN CONFORMMCE"WI>wSS OS<T USSTIIiI CF NCVETEPSI IH CONCRETE CHAMFER caw eve M 04 IRCH 1. ALL BEL• 2. USE "1 i"PIIoTE CDUPR STEEL WWI' NUMB CCM. r SL J- MINIMUM SECTOR uNtmum THICKNESS MOOdMEAL*n� 170.6 MINIMUM GROSS GN6.21 INE, ONEL MEN IGI7iX'S"�H� MINIMUMMUM SECTOR NODULES PUSIIG MINIMUM MOMENT OR "EROS lam SFuaW s 4INIMu4 GROSS zI0 IwAFT THE DRAWINGS AND SHALL BE CUL SSP SHALL aE INSTAU_ED TOT LEVEL WIN RP ELEVATIONS CUTTER 20 GRTOL p£vLONS+SHOVMEO (OA).NGS. FROM THE FINISHED 2. CONWITHCOMPLETEPETALED FABRICATION MD MRA.ON DRAWINGS LE FALONG OR REV. AND APPROVAL UCNUIORTO INSTAL STUTIONB ADJUSTMENTS TO NEW SSP FIELDMELE REOUIRED TO FIT CONDITIONS AND SAID is SHALL BE CONSIDERED AN INCIDENTAL AND NECESSARY PART 0 THE WORN. REMTORCWE REEL: REINFORCING STEEL SHALL CONFORM TO ASM A815. GRACE 80. TE oir f ,NE'7aA"reR.1 40 FORCENENi BARS AND SHALL a LENS fF Permit Number TIPic cwnxG PER THE REDUIReAENrs -9,17,5N-MR-FF D 0E M INORCMUC ZINC PRIMER .MID MD 'S0 Eiaghen s li ict TION EET PILES SHALL BE CGTED FOR THE MANU 5. BBEIIcoOR CU AN nsroE IS AP 'E'INi.'D DAMAGED Dmito L BE REPAIREDPER ENGRG.. ONGS SHALL THIN E-2CGINCHES EVEN NO 4 COATINGS DAMAGED ALDER. .. EPDXY GnR° OR RTO PRp ER RECOMMAND ENDEDOPROCEDURES. MIMELLAECA METALS: vRA0 ALOCrz UD METALS SHALLBEN CONFORMANCE W. ArlA AS, GRADE 50 UNLESS0 ON THE DRAWINGS AND E HOT DIPPED GALVANIIZBEID NOTE OCCONDANCE WITH AS. A123 AND A153 AS MPLIGBLE. REEL BMW ASI& 1. STEEL SHEET PILING (SSP) SHALL COMPRISE OF HOT ROLLED A572. GAGE 50. STEEL LOC.TTSNHSAC BEOFREEGTO SLIDINGTM PSTAAWETONWING AND MAIN NN CONTINUOUS INTERLOCKSURABLE FOR THE ING WHEN INSTALLED.xIMeRswNs swWN ON SHALL BT1EFULL LENGTH SECTORSi USP SECTIONS SHALL BE USED FOR SSP WALL AND SSP ANCHOR PANELS. 2. CONTRACTOR W WHO( AVE THE GME DR "GREATER PH ES AR SPECIFIED BELOW, THE N. PILE GP HAS BEEN DETAILED TO ACCOMMODATE A SSP DEP F 13.5 INCHES LARGER SHEET PILES WILL REQUIRE A OF PILE CAP. MUSS PARK SEAWALL REPLACEMENT GENERAL NOTES 1005 SHV% 530019 P OF FUND MR 00-0 BARS 0 NRMMCE MIRE ASM ASZ2-GR50 WITH SII REO IN CO Us EDTITORS AREA OF 112] IIA (1.25 INCH OUNETER) *AD Fi.Os. A CCL 00 IMPEGATED :O/ED MMUFACNRER MD PRODUCT INCLUDE: tMECOAT ZO ONS0PE OR APPROVED EOGL, PER NOT STANDARD T1�EIyYNpTF WJ$v ANA 90005410004910000050011C0005110400095000:0 YII PLACE NEW STEEL SHEET PILE WALLS. • EXCAVATION. SEDIMENT SAMPLING FOR CONTAMINATION WINED PER THEFOR THIS PERM. PERMINCLUDING LAWS AND LAT 5 ED ECT ANO AS APPLJCMIE. WORK,R TO START OF C DETNLED DUDYINCLUDING THE .SOCNNT TED CONTROLS THAT LL BE UTIMETHODOLOGY UZEDINPREVENT IXISnno FILL FROM ENTERING TIDAL WATERS WHEN NC SEAWALL IS REMOVED D WHEN THE PROPOSED SEAWALL IS INSTALLED. Tu1BDRT COMA* TURBIDITY CONTRACTOR ROL DENCESHALL EPLOY AND MAINTAIN ANY AND AU_ . AS MAY BE REQUIRED BY ME REGULATORY PERMITS ISSUED FOR THIS PROJECT. 2. VIBRATION REQUIRED NTHG R PROJECT. REFER TOFOOT STANDARD SPECIFIC... WERAMO IMPACT: I. THE TOTAL AREA OF WERANOS TO BE IMPACTED IS 0 035 ACRES. AWYMUY MA NI r..DESIGN STANDARD INDEX 882 TYPE 1 WITH ATKI N5 REINFORCING LAP SPLICES LAP SSPPECIFIGTALELLYROIUENSIO ECING S ONLAS INCIGTED. UP M HALL BE EN N0 El AS INDICATED BELOW. TOP BARSACCORDANCARE (TH HORIZONTAL BARS WITH 12 INCHES OR MORE OF CONCRETE CAST BELOW THE BMs. FDI( rPAR opy ` ' D ROH LENGTHOOK SUE BARS c'EA= LEG EMBEDJ :1(11 >z 26 33. 49. 55. VAATEILEVELS 'MEW HIGHER HIGH WATER IGH WATER !NNW, L 5/ SEA LEVEL LOW WATER N. i 'I •ELEVATGN ffI I 0.11 I 0.05 I - 1.04 I - 213 401 LOWER 0049 wATE0 _2.26 (MILWT 'ELEVATIONS BASED ON NA.. wTuu SECTOR LETTER DRAWING SECTION IS FOUND� DIRECTION FOR SECTION CUT SECTION CUT sECnON LETTE DRAWING SECTION IS FOUND SECTpN DRAWING SYMBOLS SECTION WALE yr .14, AREA FOR DEC DETAIL NUMBER DRAWING DETVL 5 FOUND DETAIL CALLOUT PETAL NUMBER 00449!0 MULxD DETAIL ELEVATION LETTER DRAWING ELEVATION IS FOUND ELEVATION VIEW DETAIL .vi N. m - P.m NAA R.Fe� NEN RETAIN.] WALL BISCAYNE WATERWAY =Ns jikkear LMs NEN `esu -d• .-:-srr=D' NEM CONCRETE WRiL 8 lI.14 NEW SSP SBA.. r _T— l sx-r Nnrffi gam. GEOTECHNICAL ENGIINEERI EVALwnaNT REPORT. 1EGEXt 4- 01 - DENOTES SOIL BORING D+CO DENOTES STAPONS ALONG SEAWALL NEW RETAINING WALL EVENS IXKT. 'RCP ONf�PWR EMT. 12P.'C ROAM TO DRAWRq s -s 111 1 vY � SOTIO PIEP[RTY UNC- * TR- PROPWIY UNE as •0l `` N. MIT CHASE A yENUE vueue puqORKSDa:ARTMEENT reo�ewnmu MUSS PARK SEAWALL REPLACEMENT nne. SEAWALL SITE PLAN PLAN SCALL,Kr, /lI ellN Imre.uaeRwvww.wr.r.aa�e.n.nvw.cau i scAiE NeR\CSW up.Ra Y•n\W� 144,05 R..M STE PAN. .i. .0 x e WW.o.� NY• —aN.WR: MUM WE 05/12/14 SOU. PROPERTY BOUN.RY SOUTH PROPER, LINE VT'IRE"11171;AWA' CET( CE=0' ?;T.IGET' AJT/ CONCRETE 0...r "EL rCZEs casrmc ITTABEP PILE TO REMAIN — PMESI I. THE LOGATON OF LnE-RODS AND ANCHOR PANELS ARE APPROXIMATE. CONPRACTOR TO PEUUST ANO ADO 11E-ROOS Wt. ANCHOR PANELS REQUIRED TO MAINTAIN MAAIMUM 10-0. SPACING. L — WEST PROPERTY LINE EAT. WET FACE OF NEW S TO ALIGN WITH WEST PROPERTY BOUNOARY COSTING SEAWALL TO BE REMOVED. EXP.- BISCAYNE WATERWAY NEW SSP WALL N CORCR,F R MIXING WA, MI- SIMILAR South ast Di rict Is MUSS PARK . EC NEW PE DOS 0 10T -OT NAN 0, NEW SSP AN R Tv - PAN, TIP. WALL PLAN Ira o*co To so, 1+os KALE W.., T/ CAP e_ FINI.ED GRADE ELL (+)5.20 MP.) gf,goVirrE' CONCRETE WALKWAY g NEW SSP WALL NEW C.O. GAP 1111 ILL A iuo,t lfftriair*: -4; II I 11 11 ' 1 h T,ISL OS -EHT (YU OTT i i 4.vo '14Vat *on MIAMIBEACH I MMUS WORKS ENT MUSS PARK SEAWALL REPLACEMENT TILE WALL PLAN AND ELEVATION -1 'SVL V1LWAN 11 1 I 11 1 • i I i I 1 i I I !! -17 • ttj ..x; WALL ELEVATION (STA 0+00 TO STA 1+00) WALE IN 1 ATM NS I.", i I I- &Farr maw err SCALE 1 /TO H IT -OT 55.1“:5-3 IS 5-5 NM QPIAPOU0K sm.0,00 Oa- Pm= -WA- Lau... _RIA— D. AMA,. Oat EXTEND EXIST 60Y36' RCP WrEN1 PIPE WEST PROPERTY UNE R"� _______jeer WET UFACE OP NEWST PROPER, UI E WE BISCAYNE WATERWAY EL (.)5.70 �(rm.) ( RUSHED GRADE EL (+)530 (INP.) NEW nE RODS L 1.-0' MAX. 0.C. , TEL ,.)6."0 00P BBL C(+NCRCAP 0EL VAHIE0 0d (-)Iloo. Tm /EDGE MANN EI_ (+)3.30: NEW SSP ANCHOR TYP. LEGATE SPP ANCHOR WALL TO AVOID OUTFALL PIPE MP.) MUSS PARC CONCRETE SOU theastbist ct y EXTEND ENSTNG 60136' RCP OUTFALL AND SAVAGED PIPE MANATEE CRATE " pSWALL CO CAP 8 EXISG WNL TO BE REMOVED. TYPICAL nN21 4.-0. }6]' CONCRETELE RETAINING WNL ...................... ETRE° ENO INDEX P NO. 1131 ALL PIAN (STA 1+CO TO STA 2+16) CNA We ERE EXIST. ORMN LINE I EXTEND AS NECESSARY TO MEET DIADE NEW CONC. RETAINED WALL ll EXETM0 12 PIPE ----.4�(TO POWN) + M ENG 12. PPE py�yy�l2vv1�1.<1Ii1 iM`J.\a�'.•vp..Ep PIIS N' 641}3: 1 NE LOCATION Of TE -RODS AND ANCHOR PANELS ARE APPROXIMATE CONTRACTOR TO ADJUST AND ADD 11E -RODS MATH ANCHOR PANELS REWIRED TO LIANTAX1 MAXIMUM 10-0 SPACING P 7� +� I i°T I BE pCH I MUSS PARK SEAWALL REPLACEMENT PAR PUBLIC \K 3=c�Ltl !NT I TITS. WALL PLAN AND ELEVATION -2 1 ATKINS WALLPIFVATV1u RTA 1+60 TO STA 2+16) WALE W.I. tur SCALE. 1p• . 11-0. ems', aw MI... 6 NAI Ma I kMYInIMLUP IV •n -WA_ Wit uta J/L WPn rf rimt 01/2/1. _ �-- iL CONCRE1 CAP B/ WNCREfE CAP • r ES 0g(-)11 S (_) 00, M. BISCAYNE WATERWAY PROPERTY UNE WET FACE OF NEW SSP EXISTING SEAWALL .4 w WITH WEST TO BE RDIMEO. mIGL MW]PEHiv UNE LOWS BE VEEN TIE- (TP.) HE TIE ROOS 0 10'-0' MA 0.C. Per Numb.r MUSS PARK EDGE WALK L (A1,5o NI COR 11-Oi2595I `8O2—'F. 5' Z Southeast Dis SP ANCHOR EL m. T/ CAP EL (.)530 T.,/ BED GRADE EL (6)5.00 Cr...) Ai A u i _r. - WALL PLAN (STA 2+16 TO STA 3+23.78) L NO0M PERK UNE NQIIS: I. THE LOGRON OF TIE-ROOS AND ANCHOR PANELS ARE APPROXIMATE. CONTRACTOR TO ADJUST AND ADD DE -RODS WITH ANCHOR PANELS REWIRED TO MAINTAIN MAXIMUM 10.-0. 2. SEE NSHG EEL -2 FOR CMDINC ANO SWALE INFORMAPONLwDWMO 1' IAMI EACH I °, WORKS I 11R1' WALL PLAN AND ELEVATION -3 MUSS PARK SEAWALL REPLACEMENT ATKINS WALL ELEVATION (STA 2+16 TO STA 3+2376) MALE 01'4 cArYtavmalle mow L. Nov.& MAN ma'am oweawe SCALE. I/, Naw:_] o M 5PUN Ne uNAWMIW.F I AC, e. wasnL6_ s J/� WEST PROPERTY UNE e ¢LW(«)0.05 (4) p BARS TOP (2) 01 BARS E.T. /N STIRRUPS 0 l2 (2) iI BARS Bor. E.T. OF SSP WALL •+9 C5 OE ¢, sea s N.. RAN GOR G NGG AND SHEET FII SW SLOPE 0 OF 114,1- 10 1 ANCHOR POLES SALVAGED FIXTURES CONTRACTOR TO FIELD AND RERACE ANY DAMAGE0 ELECTRICAL CONDUIT TO FIELD vERRY PARER SOIL LAYER (6•) AND REOPLACF ANY DAMAGEPIPD TO LANDSCAPING OROS.) OF SSP ANCHOR PANELS FIN. GRADE - REFER TO SHEET L-2 FOR GRADING AND SWALE 5• COVER. TIP. TIE R00 O TO' -0. O.C. MAX (TIP.) PROPOSED SEAWALL'S AL iAAYDwRFACE NET FACE. AND VARIES FROM 2FT TO OFT PROTECTIVE COATING WATERSIDE TOP 12'-0' (TIP.) MUD LATZ PILL TIP n. (-)T..DD Permit Number 57 STONE °W iii-0325951-0112-RF��25951��2F.F Southeast District kr� NEW SSP SEAWALL IT TI R MI BE CH I�RWW MUSS PARI( SEAWALL REPLACEMENT PU0 l�1W0= KS DEPARTMENT TYPICAL WALL SECTION 1 ATKINS NEW SSP ANCHOR PANEL 1 wEr FACE OF NEW SSP REST PROPERTY UNE RIP.) EXISTING UNDERGROUND UTILRES, IRRICARON LINES. 5. CUT AND FILL ONES AND SLOPES ARE APPROXIMATE.flCCONTRACTOR TO SUBMIT CUT AND FILL PUN FDR APPROVAL. 4 FOR APPROXIMATE LOCATION OF TIE -RODS AND ANCHOR PANELS. REFER TO WALL PLANS. ADJUST AND 0 TIF -RODS AND ANCHOR PANELS AS REOUIREO MAINTAINTO AVOID CONFLICTS AND ROD SPACING AT ID' -0. OANIMUM. 5 CONTRA.CTOR 00 RESTORE nu nunES OIS11155EO/551u0E0 AND/CR REMOVED DURING DEMOLITION AND CONSTRUCTION TO FULL WORKING ORDER. %ikp TYPICAL WALL SECTION Aga 1J 1.5 M TE ROD EL (+JO DO: 9 EL. -)S (.000 OOt 0 I Now,. TO 5-2 SuDaTENT A.. 1 _BA_ AR, Avon tRs 05,2, WAR m N y, 5-5 Ex15TIN0 WALL TO BE REMOVED NEW SSP WALL W Si PROPERTY — WALL STA21211e B NORM PMOFERVLK 31B-0. ADJUSTSEAWALL GNEMENT TO TIE-IUMIH EXISTING 41SEAWALL 8/ CAP 0 EL (1)1.0 SGL VATH CONCRETE P EL (-)50 TO UNDERSIDE OF CAP G SEGMO OF COSTING EU SEAWALL (TO REMAIN) i8/ }511a .WALL ARNOLD.I. EL W. SEALER CONCRETE NwNu T/ GP EL (1)5.20 MASHED CRAZE EL (1)5.20 NEW CONCRETE GP - NEW TIE ROD (TW ) OUTLINE OF WALL FOOTING BELOW NORTH END WALL CONNECTION DETAIL (SOUTH WALL SIM). AIB ACC I I"onea�m PUDLICsWoRIU DEPARTMENT I R"L WALL DETAILS AND SECTIONS -1 MUSS PARK SEAWALL REPLACEMENT 1 ATKINS —17771.77';" RTY UNE EL (1)3.20 A BEL/. j.j1.00FDOTING (4) p SPLs TOP L (4) p BALLS N SNRRUPS O 1r (2) 18 BARS 00T M8 (0P.) ✓ ME PROPOSED SEAWALLS WET FACE IS ALWAYS LWDWARO OF EXISTING SEAWALL WET FACE. AND VARIES FROM 2FT TO OFT B ELV PoLS 1' PREMOLDED EJ. W. SEALER 002 OIL; 2.00 ONACC -�V L (,)2.505 • 082.D0 gr -E051.1'42 70N7 LL i0 REMAIN C WA (REFERTO CONNECTION DETAIL) \,\ SOUTH END WAIL CLOSURE DETAIL SIMILAR. ONORTH END WALL CLOSURE DETAIL maw. Nowa ADWaW4 ,e,ONIECTOR E..P.AY.. P W ,a 1 ali4 MUSS PARK NO WORN THIS SIDE OF PROPERTY UNE SECTION AT NORTH WALL 1 (SOUTH WALL LL SM.)) S z' 2• suLc: 2/4• - r -o• Fwr.s-erose 1111.1110.0 emlLSeW rnwi111. 05,2/14 FS 010 Wror._8L0 NQS. 1. comnucT. TO REMOVE EXISTING CONCRETE WALL AS SHOWN ON DEMOLITION PIAN AND REPUCE WITH TYPIGL sEcnoN 2. PRIOR TO RcuANOCOLORDF NEW WNx TO MATCH EXISTING 6 a (r)SFD •B/cP EL xEW OUSSPR NE OF WALL MFF.) PPE Ix B El (-)1 Ost A B/ HEADWALL EL (-)6.00 TYPICAL SECTION NEW CONCRETE WALK 1 V GROOVE JDI TYPE'A' TAPE (OPEN TYPE JOINTS) (SEWED JOINTS) WALK JOINTS NEW WALK CONSTRUCTION DETAILS WOLK TYPE (EXPANSION JOINTS) BOffS: NEW WALK TO BE ED TO MATCH EXISTING WAIL( COLOR. PROOWWOE ME AND ' CENTER TO CENTER. DE TYPE 'B• JOINT i0 CENTER TO CENTER. TOE TYPE 'c• JOMT WHERE NEW WAIL( ABUTS EXISTING L OUTFALL PPE DETAIL SGAIe+a•ra d0� f. SALVAGE EXISANG MANATEE GRATEN D ALL USING S 5 STEEL EXPANSION ANCHORS MD TO MATCH STING. NACTORTOFY THAT MANATEE GMTE WILL ON NEW E�ALLNO ...JUST DIMENSIONS IF NECESSARY ! MIAMIBEA H IMPM.WFWRN PM�LL�'WOs urezM_CNT I Tx` WALL DETAILS AND SECTIONS -2 EXISTING WNW. RCP OUTFALL ANO MANATEE CRATE (SEE OTE) MUSS PARK SEAWALL REPLACEMENT `NEW SSP WALL _ ^ _RUPTEO AT aTFALL l (IXCEPE AS SHpM! IN SECTION B/-1 OS�DTIai WALE 16,1, SCALE; I -I/2 • F -0 - SCALE. J/a• - I.-0' x�F,D ..4X»534IX: ., nee -11/.6- wootam PLC SAUCE NOV POUR PREVIOUS POUR - CONSTRUED. JOINT DRAIN PIPE EXTENSION AS J DEO TO MEET GRADED SLOPE 12 R PVC SLOPSCEDUE TD OFMLN %A1 WC DRNJPPE SECIIONIS 2+03. w !'71� PIAN TYPICAL CONSTRUCTION JOINT WALL CAP WALE NA, NT SPLICE LENGTHS REFER TO GENERAL NOTES - R TO USE CONSTRUCTION JOINTS. ONLY WITH Permit Number nIR.T 1 1 7.‘ Sooth'a :f istrict • FILL W/coNc PRIOR TO TENSIOVING 00,44 SSP ANCHOR PANEL (PAIR) a' x K• w/ Iv. HOLE BEVELLED PLATE DV x X X I• x 1E W/ ,1E. HOLE IR. HEX HUT µO WALL PANEL CONCRETE NELL ANCHOR PANEL PLAN VIEW rMIAM1 J H PUBLIC WORKS DEPARTMENT o (1 PER EA ANCHOR) R) ANCHOR PANEL ELEVATION VIEW TYPICAL SSP ANCHOR PANELS MUSS PARK SEAWALL REPLACEMENT WALL DETAILS AND SECTIONS -3 S BETWEEN ADJACENT POURS. S.S BEST W/ NUT AND WASHERS CLE ANGLE STAINLESS STEEL PLATE ROP. STEEL DIRECTIVE ANE ANGLED IS FROM HORIZONTAL O 7. O.C. SSP ANOLOR PANEL (PAIR) PREWOUS POUR NEW POUR EXPANSXXI JOINT FILLER w/ K' X 1C SEALANT TIE BARS • I K'X• CHAMFER. TTP. ALL EDGES ='- • 3• 1E' DIA CLOSED-END SLEEVED COWES MATCH 000WEIS 10 4000, NS (TERMINNTTA RY2 JOINT) PLEB TYPICAL MANSION JOINT WALL CAP 1M�OR LDGD05 OF EXPANSION JOINT (EJ.). REFER TO NEW WALL 2. ALLOW b HOURS BETWEEN .OJ.CENT POURS. 3. MAXIMUM SPACING OF 40'-0• UNLESS OTHERWISE MPROVED. ,.fiA5T�0.f STAINLESS STEEL FE UT SECTION - STAINLESS STEEL RATE L60401$ X a 4.000 I, HOLE CUP DETAIL STAINLESS ,. PUETE M Y . I? WC DRAIN GRAZE L202xi1. S.S. L2020)4. S.S S.S. BM 5 T DG E.W. CLP ANGLE SEE DETAIL %0Sa AACLOOs1104 01] OC (TRY) CUP ANGLE SEE DETAIL N4>II ALL WARE TO RECEME comm o. CG. 2. TIE DE -R00 BEARINGFETAL IS SIMILAR Ai NEW SSP WALL ` SPAWAIL -N- RECO TO ;ITS ON SEAWALL STAINLESS STEEL PLATE VERT. BARS A PUTS DOLES STN. ABOUT PIPE 11 VERITULS R 'x39• RCP OUTFALL PIPE NO, 3 VERGCUS R 12' PVC OUTFALL PIPE 1. 6E STNNLESS EITHER STELA30/OR BARS. .IPU� HALL CEPS. BOLTS AND NUTS S SIDE VIEW GRATE DETAIL m uw>mmm. OONmeW61¢AMw.Wr. .L.e.RP.a r:HJ DAT. FRONT VIEW GRATE DETAIL SC.E. 3/N- T._,_:m � OCT:. � �a . ANNA... m N� ....A NI a a s,r •n PUILIO WORKS OEPAARTMENT R f SSP WW1 ODroNO POUT (NOES est rein 1 ALUMINUM PEDESTRIAN RNUNO f SSP SEAWALL TO 1 L -WALL SWIVEL BEYOND CONCRETE MANGROVE AREA r f Of WALL I RNEc s i LErER SLOPE I WAX. WALL EMBANKMENT NMENT � 1 • • Abu Veasi LISiici ECIONI9 MANGROVE AREA Tjo. SLOPE FOOT NOW BOD TYPE 1 ALUMINUM PEDESTRAN RNIINO —_— I Is AT 12' ER. E.W. xOwemx000: MUSS PARK SEAWALL REPLACEMENT 1 A 3 K N OST. �r ev ! rnWALL AT MANGROVE SECTION AND DETAILS I m s. WNWWWe Wu�ANw.., `'ll yLl o SGIE: J/A' - 1'-0 Now5-15 A 5-0 DUALS amp BISCAYNE WATERWAY GROVE PROTECT. AREA KE ALL NECESSARY EFFORTS TO PRESERVE EXISTING MANGROVES TM'S MAY ADJACENT MSEAAWALLSA NN PLACE PROPERTY UNE .1110100111.11 .AMM Cl2Cdp 'an] 1.i 1 . PROPERTY UNE CREMuuM DW PCR LANDWARD SCE DNSTRUCTICI AND I PRUNING NOTES SEE i 11 SHEET. i g \ ■■$$■M S 1 g - c.I !mg 1BOTANICAL ME TREE DEMOLITION TABLE CCM. NAVE SPE (OE CM., (R.0) RSP/S 101 AMU.. IMMPHYLLA NORFOU( SUND PINE 2, CIL 11 MN *JOIE 102 Gr CAL r Nl MAO, 103 R79A 0010100 1UA NOIOLN Ac M' VL 0' 00. REWIE 100 ARWGWRN 001000Rmu 101101N IRMO PIE RY CAL r NE wort nos ARWCW RN xnuop rtu romou MIM PME M' CAL PON COM 100 BWMNN BLV( HONG XONG ORCM Ir CAL M. S0. R. RTYCNE 107 DRDNN REDA ROW. PONCA. 1P CAL 908 84 R. EWA 100 CMOLADVS ERECTS GREEN R/11009 0 S' CM. N SOD. MOWN 100 RICTOPHORA MNARf RED WMG1dE PVL IS. SO R PPM 110 RIMDPWRA YONG. RFD MAM.ROPE 121 CK MR S0. R POOWX III MOWN RACISM NOTE 1MRO.E Y CLL. MSN R. MOWN 110 WUEM PNINTA WAY N' VL 1010 m. FT. wplE 113 AN.. 101EGORMIA MMD PIE IF. CLL. r ON R[NYE 041* al vas pretesn =at mad Ire md Imo MIAMI IA BEACH MUSS PARK SEAWALL REPLACEMENT PUBLIKDEPARTMENTwLANDSCAPE DEMOLITION PLAN NOTES S=s� ATKINS CI —IA AS 4' CHAIN LINK TREE PROTECTION FENCE AT •"A_ Nmv_.. .i. a.. "JA moo Wo.. ado., . s.H . N... BISCAYNE WATERWAYNEW NEf Awa r--nmwa or Ku. PRESSIIVATON PANA LOWE. ORION TIN IAEA 1 _/0)rMAMA. \ TTI 11411.101 MIMIC. Cif COMMECT TO TO OUTING CLF ALK LAYOUT PLAN COI MUSS PARK SEAWALL REPLACEMENT PAVING, GRADING, AND FENCING PLAN 2. TYPICAL SECTION THROUGH SEAWALL ATK1N5 � r� •.Q�'a' ar'n a�wa Puy ON waaa CN COCOS (YFAA %MVPM' CACON DYPSS LUTESCENa MEG PALM ROYAL POINOANA IANACI11101. NCOK.S. ANNE MIME RID WORM AO➢:S THE WO.ACTOT SHALL LOCATE 1112 W [ S' RCP • 4T"NTP 11 FALL MC PROS FROM DAYAGE. CONTRACTOR • DA tY »c au1Fu1 CAUTION UNE NM"aBIRIAN EEN ABANDONED IS NOT NECESSARY M a PRESERVED. 2. CMIRKWR 90)11 COORDINATE C01151RUCTION ff TN PROM o PARK PAWICN cacs-rml cx. kfj Ore 0 SECTION THROUGH SEAWALL AT PRESERVATION AREA waf oew :ALL MUSS PARK SEAWALL REPLACEMENT LANDSCAPE PIAN ATKINS Vila • o� aMna r.e�v w a Mw� r• i6+sAxRc meearrnfart sM.M `ssLR.R.RM.f - uL' x Irt. TP PSL i POST -rRIX AS'P6L ter/ wR 1YR1M 11( 00 x An' RRL FENCEDETAIL E EMPOPermit Number AU 3 -0125951 -00'T -FF EMED Southeast District ROCKET �A'ax.a.A PA¢r Seli-al HINGE 101' 0 PUSLIC WWORKS DEPARTMENT ROOT BARRIER TLC xd IIHIPRIONTNEVRIXMARRI 0.4111104 ReRIX111.0311RIPART MUSS PARK SEAWALL REPLACEMENT LANDSCAPE NOTES AND DETAILS elEIRIPARTYOXIERRY g7'F:; 2�.. i I kr' ms; �' ►1fl1Mt z SucCialiMMICY "VS, RIPRIMIXIEEPERTER FORM COMM. IDREMOREIMIXIlL ATKINS 0 0000L TIFF RAMO/0 Y GENERAL NOTES 1. M .16116 70 CONFORM A ALL APPUSRLE urs Cf 1E CR of WM ENCL R. R 61E REm5DMun E M. CONTIM OR TO 00(06 PROPS PONS FOR MIS/Mt KIM. 1 ALL PVC MOM emu E 6 CP0KM 0016A011AD Of PLL R60RNO E* AM ECM BE ECOR BE SUPFMCR 10 A (0ASRRamE RES ODMDf /1. es POP nt sux or Raw mem A. *Or OM BEIM SMAS MN SCAMS MU BE iMPm D TE CONTACTOR PM% M C01610014 RdR f NUM MOSS LRCM RM MCC unms'.M[ Rww TO LCOS MEI =AIM R LULL CONTACT 115 w0I0H.(5 OCHERCT VW)1.155517 RVRV suA w15511 OR MI CM1O1aw 0 116504 mRITIU TOR POs 1E wml TO CALL'9RBRE POE cm Ar B1C M sum. MC11DI E alms TNI SOM ME 10 om seam 5. COMIC 5696ILL 6 TO KO PINS MOM 961. M 1 PART PEAT OR *M. COMPOST RC 4 POUNDS Oi 66-6 MARRS POI CUMC MO OF Mall, REL E OE SAIF RRsm&Cm RM IAu0SON Cpnt.m R Ma/ Tui PRL W MIMIC CCM M ER OURM Mr/LLCM 156%5111M S 6wE SUPPLEMENTARY OVITEE PERMS ODP CORM AD W PWRS A10 AM SUPPLE uMiE 6 IN MO PWY YE MmNTO MARC TUIC BALL R 511E 6RMTIOR 6 MMR1M' N 05515.1SNCL E MIRE PROPER PWIT 00RlRM SM ALL ARM COM O W M CMOCOM MLLE RESTORED TO MR MGM MOTOR M TRES M AILS Saki BE GUYED NM PROPER ICRICAMAL ARBORIMIURAL LEDINOLIS 1NE MOM ROCAS LSE iw00n6a6A°OSMORLE v6LL aE alum FROM 6L TIMS M PALS W M Mat WM Mw N.WD<. fIIwal6 RAaPECK Klein 6nroR ANON EDM rIc an UMW MISTS IO. M REFS AC PUNTED M 1E M P/056 MAL RED TOP Of ROO. ROOT MR AM OROS OW R0015 AM AR 1M SMaE SYS MOM MTC TE FOC ala. CADMICb MAR ME MT CORSEERED MST OMR ROM II. WRI • M PUNS MMLL MK A MAd MttM 6 Cf A WPM Of f DW. WI[N LE YLL A MIN HPOA E A 166 ME05 ICOM. LANTING ASA 000. ANI ARO TRES TO R PTD WLx 6 PMMB11@ OOER CI&A MAENo00 SECESec Ian 3 MON OR OFAx MCnCP M :DOA WACO MAY E USD. ES(0CF6 CLEAN PWII60 ® IMS. IIEW W IES MY Sf CR 0110 SCE E RAC CDW M IM MACE 12. A MAL wan INSPESIM MC. E RECURS MI UMM FORMIC WIT MCA 10 PM CPP0/15E E TEF 011 PLAIT MERYL IN ORDER 70 VERIFY PROPS x0 NAM SPPOfi ANI CMM E M MORAL SURF(010 10 MINICT ME SA CCO/ COWL REMT IN PECTIN Cf M ALM MIE166 13. AC PA APC RYM6 SCUD E CCORDIM EO EM TE OTS W&6 FOR STER PLANT SCHEDULE COMMON NAME I QTY. SIZE CUMBO LIMBO I 0 121 NT 81 I REM IROOT ASRS lid Li=L�t M L i REMARKS • CALIPER SUMMARY OFQUANITTIES OTA. Siff REMARKS I Lf moi.A.O0 LtMltLItLWMPL>.RA mac�6. .... NA. 41 °,.. - 5 v/MAR BISCAYNE WATERWAY 1: J L. PUBLIC WORKS DEPARTMENT PROPERTY MIE __iareoNn-----T�� CONNECT TO IRRIGAT ON Permit N tuber M' 1 .nuewwm. MUSS PARK SEAWALL REPLACEMENT 1 AiKINS �T rc nnc IRRIGATION PLAN I mo wameewrEwwnr.w EV15TIN0 RAwBIRD E5P-1 CONIRDIr IRESPLANSNSOFORR EXPANSION CF NEW NONE AND FUTURE NEEDS mew emenx Tn. r•,. Nonan M.I WE PROPERTY UNE 1}11 LEE''. RAWBIRD 1300 -AF BUBBLER RAINORO PESO 1.5' IRRI.IIIN VALUE — IRRIGATION LATERAL UNE --- IRRIWOOx WAN UNE POINT OF CONNECTION SME 1CCNTRECTCR SHALL LOCATE BIEOUTFALL AND THE Tr P. OUVALLR PROTECT RRLN DAY.E. 12. PVC DUVALL PIPE UNE HAS NOT BEEN FIEUI L CGNC MTNW ITS ORVICSHALL ERERCSE CAUOON MIEN I \Comm n.m.a PmP•SWue PvYlPhan ADO Re P.m Nasrhnwe.a R�Polowaz x r - ef 5 A vs. 5-1 07,1,11 TO SPRINI... MOUTH 33`13 MX AS 4131111. iPIA413 v3N: BDN MwNm TRRIMTM mlmaa v3AE' WA. T� CONECTRS REGO ON WIRES MIMEO .ADE SCARED. 40 PM: CUT SIMPLE WEI BD PVC MK UNE PNRH CAME TOp SOL VALVE INSTALIA NR L EACH ME SOR Z'. fv B' PRESSURE ATE WOOD (FOUR RECD. FOR EADI MYE BOA) 1- M CRUSHED RMA ELECT CNTROL WIRES (NMN. A A ), BUNDLE WIRES At 10' NIAERLIM.V�S ht �PROVIDEw12-w RVA/S{ INT' 1 M Permit Number 13 -0325951 -002 -ER IRRIGATION NOTES THE IRRIGATION GMMRGICR 914E BE CE 1. 9v TIE MICA ON ASSOCUMx MO SHALL E ON 9E TO DIRECT ALL IORIGD. CONSOUC ION ACmnnES Z WMOUiPRNR3$ FORMIS PROEBY DHFT MALLSELEaENEW NO ML E MIMED IMED PLANS ARE SHOWN SCHEMATCALLV FOR GRAPHIC EC `RITY ALL ECUIPMENT OR SLEEVING) ND WITHIN 111E RICHT OF WAY. AREA ALL IRRIGATION COMPONENTS ANO THSR INSTALLATION SHALL BE IN 000)300X00 OM NNDAC6IUOTRASCT ECAr10G0MS.NGS MNUFACNRER 5 ME OUANTTES ARE SUMMARIZED FOR THE CONLTNIENCE OF THE CONTRACTOR AND OF THE ENGINEER. M DN SYS. ISA LUMP SUM BID EL ITCLUYOR YE OF LABAND MATERIALS REWIRED FOR A COMPLETED MID TOTALLY FUNCTIONAL, IUGR COVERAGE IRRIGATE. SYSTEN. INCLUDING WATER AND ELECTRICAL SERVICE CONNECTIONS. fi THE PUBLIC WOKS DEPARTMENT SHALL BE NOTIFIED PRIOR TO START OF CONSTRUCTION. Z EXCAVATION TAKE BEENLOCATEDON 4TECONTACT SUNSHINE STATE ONE CALL TELEPHONE NUMBERO 11. AND THE PUBUG WORKS DEPARTMENT MO BUSINESS DAYS PR. Te. ZONE UNES ARE DEIGNED TO PERFORM AT 30 PSI AT ME LAST HEAD. 9 ZONE UNE PIPING SHALL BE SCHEDULE WO PVC MUST PIPE OR APPROVED EWA/. 10. THE NRIGAT. MAIN LINE SHALL BE SCHEDULE BO PVC INSTALLED 15. BELOW THE FINISHED GRADE FINISHED GRADE SHALL BE 2- BELOW NIP OF ADJACENT PAVEMENT, AND/OR SURROUNDING GROUND. II IRRIGATION SLEEVE PIPING SHALL E SCHEDULE 80 PVC FOR TRENCHES AND 001 7 SHALL BE NO SS HOPE PIPE FOR ORE C THAN MACE THE DIAMETER OF'THE PE TIE O BE MTIN IT. 12 ORIGATION UNES AND FIE.. MALL BE SOLVENT WELDED WITH E-2 EQUAL MEW SLUE GLUE MTH WELD -ON PTO PURPLE PRIMER OR APPROVED 13. AVALVELL V BOXES OS. F AAPPROPRIAISE SIALL BE ZE MESE ITEMS MUSTTBE EASIIN Y APPROVED ACCESSIBLE FOR SERNONG AND MO CE AFTER INSTASATION OF ME LNDSCAPE°. ELEGISC CONSOL ERES N. HA AMC BOOM ORES AT INTERNAM AND P OH LOOP AT OU' INTERVALS OW. THROUGHOUT) TRIDCHING DET)L NR MUSS PARK SEAWALL REPLACEMENT IRRIGATION NOTES MD DETAILS ROOD MM. Ea . TO SPAO ORE. ABOVEPM GRC11NO FL000 BUBBLFp INSTALLATION nT71E,Y; A�WR.w�,E Ell IW. RUSH ALL UNES FOR A MINIMUM OF TO. MINUMS. 15. IF ANT COMPONENT OF THE IRRIGATISYSTEMOK DURING CONSTRUCTION. THE IRNGATONCONTRACTOR E IRRIGATION COTTBACtIS BERFI IMMEDIATELY. SHALL IMMEOIAMLT MANE ALL NECESSARY REPAIRS TO THE M Bq AwIZ K ANY ETMSnNGO IRRRGATGN SKTEMS WITHIN THE PROJE ON SKIEM$ WILL BE CT DAMAGRmAIRED BMATME iT NME`SONTNGPr AnON SKTEM S11ALL 'FULLY COMPENSATED FOR SUCH REPAIRS BY THOSE RESPONSIBLE FOR TEFU 18. IRRIGATION CONTROLLOW L00E2IRRIGATIONCTROL COPPER. 07Uc PP/10WND p0 AMITE C3AN0N D RE SUITABLE UIT 3 MARE EDI ECT ELLRICO 050 CONTINUOUS ONNECEiRI NUMBER AIRES IN ALL V4NA B....M. JII ME CONMWLER. FRONOE MD IXTRA SPARE WIRES TO ME LAST VALVE N EACx DIRETOR. 1, IRSGAMIN SYSTEM SHALL BE SODOPGROULDE ORLLA MEINTHUOMW;O AR HOURS PRRANDIIRILOARY0 ME LAYING OF 500. AF S"ACTORT COMPLETE. OF ME Mux, NO BEFORE PRESSURE A TH MAIN SHALL BE FILLED TH WATER AND TESTED FOR PRESSURE AT ME WORKING F PRESSURE FS GAUGES ATOPPOSITEEPR ENDS OF S. SYSTEM MONITOR MO RE CAN BE NO PRESSIE OSS. ALSO EACH E VISUALLY TESTED FOR LEAKAGE. 19. AT - CUTSHEETSOFF ALLTIRRIGATORGMONDE. EOUIPTIMT TO E PROVIDED - A U TT COST BREAKDOWN OF PROPOSED IRRIGATION MATERIALS TO BE INSTALLED - N INSTALLATION SCHEDULE FOR ALL IRRIGATION EWIPMENT AT EACH AREA OF THE SITE 20. BEFORE THE IRRIGATOR IS ACCEPTED THE CONTRACTOR SHALL E SESSON WRESPONSIBLE FOR ITH COORDINATING ORGANIZING STAFF IN THE D. THIS MEETING WILL INFORM CME TOWN'S MAINTENANCE STAFF OF THE SYS. COMPONENTS AND ...DONAU... 21 PON PROJECT ACCEPTANCE ME CONTRACTOR SHALL PROVIDE COPIES OE CIP.AASS-BUILTS.nRR10ATM BELL PERMITS AND SCHEDULES. TI NS. AND NY OTHER PERTNENT INFORMATION ABOUT ME SYSTEM. S. ME CONDUCTOR SPILL LOCATE THE NOT N Y' RCP WR.. Axp ME It PO OUDML NW PROTECT FROM DMLAOE I2 LCCAT . CEIINCROR S.. 12.0SE GONION WHN DOLIM LAM RRS VCR.. FEAR SAEM RY OF IR IGATION PLAN -KEY MAT641LLST DSW]lIOM �uWnrarAS G 1 AORN'a C.:0- '"-111AIAR - , 1.1141.1 2 MN ME zLAM, LSE 'G AAIAML UNE MEWL LINE THE WIMPS MOM ARE APPROCAME SOME OUANIES WILL ART BY MMOU OF INSMUTON. ALL METHODOLOGY WILL E WM THE APPROVAL O THE IM EBL THE RS ARE SUMMARIZED TOR ME COMENMCE OF THE CMMMOR MO OF THE ENGINEER. ME IRREADON SYS. IS A LUMP 9.111 BO ALL MIME O MBOR AND AMR. REOULREO FOR A CCNPNIED AND TOTALLY RNCTOWL PP.. MTX. IND.UOM NATER AND SNMCE COMECIM. _*0h p ar m wiaj od. WOOS APPENDIX L USACE Nationwide Permit 3 BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 111 REPLY TO ATTENTION OF DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 9900 SW 107TH AVE., SUITE 203 MIAMI, FLORIDA 33143 Regulatory Division South Permits Branch Miami Permits Section SAJ-2014-01181 (NW-NML) December 9, 2016 City of Miami Beach c/o Eric Carpenter, Public Works Director and Assistant City Manager 1700 Convention Center Drive Miami Beach, Florida 33139 Dear Mr. Carpenter: The U.S. Army Corps of Engineers (Corps) assigned your application for a Department of the Army permit, which the Corps received on October 13, 2016, the file number SAJ-2014-01181. A review of the information and drawings provided indicates that the proposed work would result in removal of the existing seawall and installation of a new steal sheet pile 325 linear feet seawall. In addition, the project will utilize 51 feet of a set -back cantilever retaining wall to avoid impacts to mangroves, in this area the old bulkhead will remain. Turbidity curtains will be deployed during construction until water turbidity subsides. The project is located at 4300 Chase Avenue, legally described as Nursery Sub PB 23-66, Lots 7 thru 13 BLK2, Section 22, Township 53 south, Range 42 east, Miami Beach, Florida, 33401 (Folio # 02-3222-017-0050). Your project, as depicted on the enclosed drawings, is authorized by Nationwide Permit (NWP) Number 3. In addition, project specific conditions have been enclosed. This verification is valid until March 18. 2017. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked, you will have 12 months from the date of the modification or revocation of the NWP to complete the activity under the present terms and conditions of this nationwide permit. Please access the U.S. Army Corps of Engineers' (Corps) Jacksonville District's Regulatory Internet page to access Internet links to view the Final Nationwide Permits, Federal Register Vol. 77, dated February 21, 2012, specifically pages 10270 — 10290, the Corrections to the Final Nationwide Permits, Federal Register 77, March 19, 2012, and the List of Regional Conditions. The Internet page address is: http://www.saj.usace.army.mil/Missions/Regulatory.aspx Please be aware this Internet address is case sensitive and should be entered as it appears above. Once there you will need to click on "Source Book"; and, then click on "Nationwide Permits." These files contain the description of the Nationwide Permit -2 - authorization, the Nationwide Permit general conditions, and the regional conditions, which apply specifically to this verification for NWP 3. Enclosed is a list of the six General Conditions, which apply to all Department of the Army authorizations. You must comply with all of the special and general conditions and any project specific condition of this authorization or you may be subject to enforcement action. In the event you have not completed construction of your project within the specified time limit, a separate application or re -verification may be required. The following special conditions are included with this verification: 1. Reporting Address: The Permittee shall submit all reports, notifications, documentation and correspondence required by the conditions of this permit shall be submitted to the following address: a. For standard mail: U.S. Army Corps of Engineers, Regulatory Division, Enforcement Branch, 9900 Southwest 107th Avenue, Suite 203, Miami, Florida 33176. b. For electronic mail: CESAJ-ComplyDocs@usace.army.mil (not to exceed 10 MB). The Permittee shall reference this permit number, SAJ-2014-01181 (NW-NML), on all submittals. 2. Self -Certification: Within sixty (60) days of completion of the authorized work or at the expiration of the construction authorization of this permit, whichever occurs first, the Permittee shall complete the attached "Self -Certification Statement of Compliance" form (attached) and submit to the Corps. In the event that the completed work deviates, in any manner, from the authorized work, the Permittee shall describe, on the Self -Certification Form, the deviations between the work authorized by the permit and the work as constructed. Please note that the description of any deviations on the Self -Certification Form does not constitute approval of any deviations by the Corps. 3. Assurance of Navigation and Maintenance: The Permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structures or work herein authorized, or if in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the Permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without -3 - expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 4. Sea turtle and smalltooth sawfish conditions: The Permittee shall comply with National Marine Fisheries Service's "Sea Turtle and Smalltooth Sawfish Construction Conditions," dated March 23, 2006, attached to this permit. 5. Manatee Conditions: The Permittee shall abide by the enclosed standard construction conditions designed to protect the endangered West Indian manatee, 2011, attached to this permit. 6. Turbidity Barriers: Prior to the initiation of any of the work authorized by this permit the Permittee shall install floating turbidity barriers with weighted skirts that extend to within one foot of the bottom around all work areas that are in, or adjacent to, surface waters. The turbidity barriers shall remain in place and be maintained until the authorized work has been completed and all erodible materials have been stabilized. Turbidity barriers shall be removed upon stabilization of the work area. 7. Posting of Permit: The Permittee shall have available and maintain for review a copy of this permit and approved plans at the construction site. 8. Agency Changes/Approvals: Should any other agency require and/or approve changes to the work authorized or obligated by this permit, the Permittee is advised a re -verification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a re -verification of this permit from the Miami Permits Section. The Corps reserves the right to fully evaluate, amend, and approve or deny the request for re -verification of this permit. 9. Historic Properties: a. No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. b. If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to: pottery, modified shell, flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement), the Permittee shall immediately stop all work and ground -disturbing activities within a 100 -meter diameter of the discovery and notify the Corps within the same business day (8 hours). The Corps shall then notify the Florida -4 - State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions. c. Additional cultural resources assessments may be required of the permit area in the case of unanticipated discoveries as referenced in accordance with the above Special Condition ; and if deemed necessary by the SHPO, THPO(s), or Corps, in accordance with 36 CFR 800 or 33 CFR 325, Appendix C (5). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO for finds under his or her jurisdiction, and from the Corps. d. In the unlikely event that unmarked human remains are identified on non-federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work and ground disturbing activities within a 100 -meter diameter of the unmarked human remains shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist within the same business day (8 -hours). The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume without written authorization from the State Archeologist and from the Corps. 10. The project must be completed in accordance with the enclosed construction drawings, date-stamped by the U.S. Armv Corps of Enaineers (Corps), and the general and special conditions which are incorporated in, and made a part of, the permit. 11. Endangered Species: The permittee agrees to comply with all of the activity specific Project Design Criteria (PDCs) listed in the National Marine Fisheries Service's (NMFS) Statewide Programmatic Biological Opinion (SWPBO), dated December 4, 2015. Failure to comply with these conditions could result in enforcement action by the Corps and/or NMFS. 12. Right Whale Protection: It is illegal to approach within 500 yards of a right whale by vessel, aircraft, or any other means (50 CFR 224.103 (c). Any vessel finding itself within 500 yards of a right whale must depart immediately at a slow speed. 13. Turbidity controls: -5- a. Shall be used throughout construction to control erosion and siltation and ensure that turbidity levels within the project area do not exceed background conditions. b. Shall be made of material in which listed species cannot become entangled (i.e., reinforced impermeable polycarbonate vinyl fabric [PVC]), and shall be monitored to ensure listed species are not entangled or trapped in the project area. c. Shall be removed promptly when the work is complete and the water quality in the project area has returned to background conditions. d. Shall not block entry to or exit from designated critical habitat. 14. Species reporting: Any collision(s) with and/or injuries to any sea turtle, sawfish, whale, or sturgeon occurring during the construction of a project, shall be reported immediately to NMFS's Protected Resources Division (PRD) at (727-824- 5312) or by email to takereport.nmfsseranoaa.00v and CESAJ- ComolvDocsausace.armv.mil. Sea turtle and marine mammal stranding/rescue organizations' contact information is available by region at htto://www.nmfs.noaa.00v/Dr/health/networks.htm. Smalltooth sawfish encounters shall be reported to httb://www.flmnh.ufl.edu/fish/sharks/sawfish/sawfishencounters.html. *Failure to report take of a federally listed threatened or endangered species may lead to suspension, revocation, or modification of this authorization. (From Section 3(18) of the Federal Endangered Species Act: The term 'take' means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct.) 15. Marine Life Entrapment: Neither structure nor material or the method of construction shall pose more than minimal risk of entrapping fish, marine turtles, or marine mammals. In -water lines must be industrial grade metal or heavy cables that do not readily loop and tangle. All in -water lines (rope and cable) must be rigid and cannot have excess line in the water. Lines may be enclosed in a plastic or rubber sleeve/tube to add rigidity. 16. Noise Effects BMPs: All projects shall comply with the requirements of the attached "Noise Best Management Practices (BMPs) for Piling Installation" (Attachment) This letter of authorization does not give absolute Federal authority to perform the work as specified on your application. The proposed work may be subject to local building restrictions mandated by the National Flood Insurance Program. You should contact your local office that issues building permits to determine if your site is located in a flood -prone area, and if you must comply with the local building requirements mandated by the National Flood Insurance Program. -6 - If you are unable to access the Internet or require a hardcopy of any of the conditions, limitations, or expiration date for the above referenced NWP, please contact me by telephone at 305-779-6051. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to complete our automated Customer Service Survey at http://corpsmapu.usace.army.mil/cm_apex/f?p=regulatory_survey. Please be aware this Internet address is case sensitive; and, you will need to enter it exactly as it appears above. Your input is appreciated — favorable or otherwise. Sincerely, Nicole Liette Project Manager Enclosures Copy/ies Furnished: Atkins bcc: CESAJ-RD-PE GENERAL CONDITIONS 33 CFR PART 320-330 1. The time limit for completing the work authorized ends on March 18. 2017. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort of if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow a representative from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST PERMIT NUMBER: SAJ-2014-01181 (NW-NML) When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. Althouah the construction period for works authorized by Department of the Army permits is finite, the permit itself, with its limitations, does not expire. To validate the transfer of this permit and the associated responsibilities associated with compliance with its terms and conditions, have the transferee sign and date below and mail to the U.S. Army Corps of Engineers, Enforcement Section, Post Office Box 4970, Jacksonville, FL 32232-0019. (TRANSFEREE -SIGNATURE) (SUBDIVISION) (DATE) (NAME -PRINTED) (MAILING ADDRESS) (CITY, STATE, ZIP CODE) (LOT) (BLOCK) (STREET ADDRESS) SELF -CERTIFICATION STATEMENT OF COMPLIANCE Permit Number: SAJ-2014-01181 Permittee's Name & Address (please print or type): Telephone Number: Location of the Work: Date Work Started: Date Work Completed: PROPERTY IS INACCESSIBLE WITHOUT PRIOR NOTIFICATION: YES NO TO SCHEDULE AN INSPECTION PLEASE CONTACT AT Description of the Work (e.g. bank stabilization, residential or commercial filling, docks, dredging, etc.): Acreage or Square Feet of Impacts to Waters of the United States: Describe Mitigation completed (if applicable): Describe any Deviations from Permit (attach drawing(s) depicting the deviations): ******************** I certify that all work, and mitigation (if applicable) was done in accordance with the limitations and conditions as described in the permit. Any deviations as described above are depicted on the attached drawing(s). Signature of Permittee Date ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by Entity Name Page 1 of 3 Fl"ndaDepartment mState Department of State / Division *Corporations / Search Records / Detail o.Document Number / Detail by Entity Name Foreign Profit Corporation KIEWIT INFRASTRUCTURE SOUTH CO. Filing Information Document Number 837350 FEI/EIN Number 47'0530567 Date Filed 11/10/1978 State DE Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 06/30o010 Event Effective Date NONE Principal Address 3555 Farnam St OMAM8, NE 68131 Changed: 03/28/2017 Mailing Address FINANCIAL REPORTING 3555 Farnam St OMAHA, NE 68131 Changed: 03/28/2017 Registered Agent Name & Address CT CORPORATION SYSTEM 1ZVQO.PINE ISLAND ROAD PLAmTAT|ON, FL 33324 Name Changed: 06/18/1992 Address Changed: 06/18/1992 Officer/Director Detail Name & Address Title VP MILES, DAVID J 3555 FARNAM ST OMAHA, NE 68131 DIVISION OFCORPORATIONS http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype—Entity... 4/26/2017 Detail by Entity Name Page 2 of 3 Title S NORTON, MICHAEL F 3555 FARNAM ST OMAHA, NE 68131 Title President, Director CASSELS, SCOTT L 3555 FARNAM ST OMAHA, NE 68131 Title AC DULMAINE, JEAN 3555 FARNAM ST OMAHA, NE 68131 Title T THOMAS, STEPHEN S 3555 FARNAM ST OMAHA, NE 68131 Title VP CARNAZZO, BENJAMIN J 450 DIVIDEND DRIVE PEACHTREE CITY, GA 30269 Annual Reports Report Year Filed Date 2015 04/20/2015 2016 04/19/2016 2017 03/28/2017 Document 'maces 03/28/2017 -- ANNUAL REPORT 04/19/2016 ANNUAL REPORT 04/20/2015 -- ANNUAL REPORT 03/31/2014 ANNUAL REPORT 03/28/2013 -- AMENDED ANNUAL REPORT 03125/2013 — ANNUAL REPORT 04/26/2012 -- ANNUAL REPORT 03/28/2011 — ANNUAL REPORT 11/05/2010 - ADDRESS CHANGE 06/30/2010 -- Name Chance 04/13/2010 -- ANNUAL REPORT 04/14/2009 — ANNUAL REPORT 04/11/2008 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format http ://search.sunhiz.org/Jnqu iry/CorporationSearch/Searc hResultDetail?inquirytype=Entity... 4/26/2017 Detail by Entity Name Page 3 of 3 04/19/2007 ANNUAL REPORT 04126/2006 -- ANNUAL REPORT 03/30/2006 -- Name Change 04/12/2005 -- ANNUAL REPORT 04/19/2004 -- ANNUAL REPORT 05/01/2003 -- ANNUAL REPORT 05/05/2002 -- ANNUAL REPORT 05/04/2001 -- ANNUAL REPORT 05/16/2000 -- ANNUAL REPORT 04/26/1999 -- ANNUAL REPORT 04/27/1998 —ANNUAL REPORT 05/06/1997 -- ANNUAL REPORT 05/01/1996 -- ANNUAL REPORT 05/01/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format ato-ata Departrert of State, 5 e taco of Corootatto, http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/26/2017 Kiewit INVITATION TO BID No. 2017-1 14 -ZD MUSS PARK SEAWALL REHABILITATION City of Miami Beach Due Date: April 11, 2017 CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD April 11, 2017 Zuleika Davidson, Procurement Contracting Officer Procurement Department 1755 Meridian Avenue 3rd Floor Miami Beach, FL 33139 Re: Muss Park Seawall Rehabilitation I Invitation to Bid No. 2017 -114 -ZD Dear Ms. Davidson, Kiewit Infrastructure South Co. (KISC) is excited to submit this proposal for our construction services for the Muss Park Seawall Rehabilitation project. Kiewit's team provides both local and national resources and a team of civil/earthwork managers, foremen and operators with a record of award-winning successes on the delivery of numerous projects. We have the resources available and look forward to working with the City of Miami Beach to make the most of this process. PEOPLE, INTEGRITY, EXCELLENCE, and STEWARDSHIP. These represent our core values and speak to the type of people we employ, the fair way we conduct business, and the level of experience you will have working on this project. Through the construction of the Muss Park Seawall Rehabilitation Project, you will have the opportunity to capitalize on Kiewit's resources and experience delivering this project on time. During the preconstruction phase, we will encourage transparent constructability and design reviews, open -book estimating, plan to mitigate risks early, and bring value-added solutions to the process. During the construction phase, we will execute work plans for all scopes of work to ensure that we stay on schedule and deliver a project that will meet your operational date. Building with experts will give your team the best advantage. We look forward to working with you and your team on this project. Please do not hesitate to contact me directly if I can be of further assistance during the evaluation of this submittal. Sincerely, KIEWIT INFRASTRUCTURE SOUTH CO. Benjamin J. Carnazzo Senior Vice President Name of Bidder: Address of submitting Bidder: E-mail address for the appropriate contact person at the submitting company: Phone number and facsimile number of submitting Bidder: Federal Tax Identification Number for submitting Bidder: Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify: Kiewit Infrastructure South Co. 1580 Sawgrass Corporate Parkway Suite 300 Sunrise, FL 33323 martin.orozco@kiewit.com P: 954.835.2228 F: 954.835.2335 47-0530367 Corporation Kiewit CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD Identification Page and Table of Contents Tab A Cover Page Table of Contents Minimum Qualifications and Requirements Tab B B.1. Licensing Requirements B.2. Previous Experience B.3. Capability to Provide a Performance and Payment Bond B.4, Financial Stability and Strength Financial Statements Tab C Surety Letter Attachment A-2 — Bid Tender Form Attachment A-3 — Contractor Qualification Statement Attachment A-4 — Non Collusion Certificate Attachment A-5 — Drug Free Workplace Certification Attachment A-6 — Equal Benefits Ordinance Summary Attachment A-7 — Trench Safety Attachment A-8 — Recycled Content Information Experience and Key Personnel Tab D D.1. Contractor's Team Ability to Execute the Type of Work Described D.2. Evidence of Experience D.3. Organizational Chart D.4. Staffing Plan Bid Price Tab E Attachment A-1 — ITB Price Form Exhibits Tab F Exhibit 1 — Licenses Exhibit 2 — Contracts in Progress Exhibit 3 — Claims, Arbitrations, Hearings and Lawsuits Kiewit 3 Z3 0 pi3 mpg CCEO -g0, mT mD Z NO Z IA CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD B.1. LICENSING REQUIREMENTS Kiewit holds the licenses listed below. A copy of each along with the insurance certificates can be found in the following pages. • State of Florida - General Contractor • State of Florida - Underground Utility & Excavation Co • State of Florida - Mechanical Contractor • State of Florida - Plumbing Contractor • Copy of State Contractor's Certification • Place of Business Occupational License • Certificate of Insurance B.2. PREVIOUS EXPERIENCE Please refer to Tab D, Section D.2, for evidence of experience and three individual references. B.3. CAPABILITY TO PROVIDE A PERFORMANCE AND PAYMENT BOND Kiewit has the capability to provide a performance and payment bond for the project. Please see our Surety Letter indicating our bonding capacity in Tab C. B.4. FINANCIAL STABILITY AND STRENGTH Kiewit has the ability to demonstrate a good record of performance and have sufficient financial resources to ensure that the required goods and/or services can be satisfactorily provided. Kiewit STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAZA OMAI-IA NE 68131 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.rnyfloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR LICENSE NUMBER CFC1427088 The PLUMBING CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CFC1427088 ISSUED" 06/22/2016 CERTIFIED PLUMBING CONTRACTOR BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. IS CERTIFIED under the provisions of Ch.489 FS. Expiration date AUG 31. 2018 L1606220000702 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAZA OMAHA NE 68131 ISSUED: 06/22/2016 DISPLAY AS REQUIRED BY LAW SEQ # L1606220000782 F ; `_kt„ STATE OF FLORIDA cl'\ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAZA OMAHA NE 68131 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfioridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR LICENSE NUMBER CMC1249632 I The MECHANICAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 (850) 487-1 395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND ''4 .. PROFESSIONAL REGULATION CMC1249632 ISSUED: 06/22/2016 CERTIFIED MECHANICAL CONTRACTOR BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. IS CERTIFIED under the provisions of Ch.409 FS. Expiration date AUG 31, 2018 L1606220001102 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAZA OMAHA NE 68131 ISSUED: 06/22/2016 DISPLAY AS REQUIRED BY LAW SEQ tP L1606220001102 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION "'t ' CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 '.4;t", -e- 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAZA OMAHA NE 68131 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.my'rloridalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! RICK SCOTT, GOVERNOR LICENSE NUMBER CUC1224233 The UNDERGROUND UTILITY & EXCAVATION CO Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 to e.eAt STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CUC1224233 ISSUED: 06/22/2016 CERT UNDERGROUND & EXCAV CNTR BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. IS CERTIFIED under the provisions of Ch.489 FS. Expiration date AUG 31, 2018 1.1608220001185 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAZA OMAHA NE 68131 ISSUED: 06/22/2016 DISPLAY AS REQUIRED BY LAW SEQ 1/ L1606220001186 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION -� -i CONSTRUCTION INDUSTRY LICENSING BOARD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 3555 FARNAM STREET 131 OMAHA Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and onals and from architects Regulation. yyacht b oke s, from boxers es range boxers to barbeque restaurants, and they keep Florida's economy strong. Every clay we work to improve the way we do business in order to serve you better. For information about our services, please log onto www.myfloridalicense.corn. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and team more about the Department's initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serveyour rlicense!ng business in Florida, and congratulations on your new RICK SCOTT, GOVERNOR LICENSE NUMBER CGC1511417 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2018 - STATE OF FLORIDA sp DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1511417 ISSUED' 06/22/2016 CERTIFIED GENERAL CONTRACTOR BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. (850) 487-1395 IS CERTIFIED under the provisions of Ch.489 FS. Expiration dale ' AUG 31. 2018 DETACH HERE KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT BUSINESS CT ON INDUS RY LIICENSING BOARDCATION CONSTRUCTION BROWN, JEFFREY PAUL KIEWIT INFRASTRUCTURE SOUTH CO. 1000 KIEWIT PLAN OMAHA 68131 ISS( IFn. (16/22/2016 DISPLAY AS REQUIRED BY LAW SEQ # L1606220000865 N cn N J O co by to m � CD 0 0 2 T a = Z Z o .5 U O O _ 1- 'c < C> v -a0 U a •m 0 > X W ae 144 CO 0 a 0ad ay2 to M a a O r 0 r cn 15 z ai a z LLq a � 2 0 0 - 0 U (j7 0 Z 0 Z Z Z Z O>, 0 0 0 U 0 0 CC 0 0 L 0 Q Z Z 0 a 0 a m C CC I- S .-,,z ZW ill 0 j 0 Z 0 O i r�r g cW7 a 0 t0.7 J a$ _ ¢ w w 0 0 0 Ce 0 LL LL LL LL LL z'0 aZ K r cL Ill 11 W W W W W W W W U' of 1 0 0 0 0 0 0 0 CO N M CO M t- 01 N m �p m V m 00)) o (0 o ( o m N m CD 0 O O O 0 V O m m m m N W O m N N N N N N N N O N N N N N m N 7 N Iy N O 04 m r N N "' ` 0) 1- (O h al) CO0) - O 1� N CO (0 (0 (0 (0 04 0) N () m (0 � m co a0 co m 00 m m °,° n v) r t0 m co 00 m O O z 0 0) ch M 0 _ _ O M M M M M M M M 00 (O 0) o CO 0 V m o r O ? 00 00 00 00 co 00 a) oet _1 I I a iil aa. a) a ai 7 ( U_ 05 ug) ' m g 0 Z Z Z > oas=o m 0 F = c • tip a -6' J 2 < I. J 104#3. N N U .0a. v 0 0 a m c c = d Z (�'W m �.0 2 O m W o-ODO'm m 0O5 Ili NZ 2.- .m x)00 W m x 0 a m = Z v co W N y O O 2 *6 C V a 0) Z Z Z0 g =_ id c O • , o E S 0 Z Z N _ > c rn._ a _t Fa- Z (!1 � = V-51".0 2 0 5W 0W o ' �. .1-C L a3 (I) j ^ N 5: Z m- O� m¢O . �05.c 6 c < J (� U o f :.2A-5,(01- 7 -o °� cn at1 u d Q c tti a z} ( o a� m� aam -33 a o Oa CC KV a E(7) o 0 0 0_ O 0 Z oz ( O 5..; W U C� Za °Z <n'a'S c W j 0 W a 0 w N J W J W ata m '@ If ? a) J Z < 0_ ) W 0_ 0 Z Z W m .a g c= eC 0_ cc YO O Ov O 00 00¢ 0 �(5 _0J » 0mg 0, < 0 C 0 Z K W 0 W Z m II �..a- 4- 4- Z z0 (n Z Z Z0 z0--, Z 5j y'm E 0 0 W W O - 0 00 a m O 0 00 0(01 ) O 2 I J 2 0 0 J D C CERTIFIED GENERAL CONTRACTOR v 0 oz,N n 04 r m O- V ON to CV DI N N N N «1 N CO 0 LL 0 0 D 0 ,- 10 v 0 0 0 0 0 0 0 GENERAL CONTRACTOR (COMPANY LICENSE) GCCO005107 GCQA005105 CO N (00 0 0 CM 0 CO 0 co 4 04 OM CO Di M N el O m m O M m 0 N o n C3 43m 'om mv) m �a (0 c U v_ co co co st 0 0 0 .o 0 0 0 4) at c N lL Ll. LL LL LL LL LL is 0 j 2 2 a a North Carolina o tr South Carolina Kiewit Infrastructure South Co. Professional Licenses held by Keyue Zaho Type State No. Expiration Date P.E Indiana 1020019 7/31/2018 P.E Iowa 15736 12/31/2018 P.E Missouri 2001015629 12/31/2018 EIT Nebraska El -7120 12/31/2018 P.E. / S.E. Nebraska E-9255 12/31/2018 P.E Washington DC 900550 8/31/2018 P.E Virginia 0402 036687 9/30/2017 P.E Florida 59075 2/28/2019 P.E Georgia PE032471 12/31/2018 P.E Maryland 36318 11/21/2018 P.E North Carolina 34625 12/31/2017 Kiewit does not have a database of permits acquired per project. o Copy of State Contractors Certification State of Florida Department of State I certify from the records of this office that KIEWIT INFRASTRUCTURE SOUTH CO. is a Delaware corporation authorized to transact business in the State of Florida, qualified on November 10, 1976. The document number of this corporation is 837350. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on April 19, 2016, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under niy hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixteenth day of February, 2017 &A% Secretary of State Tracking Number: CU0651609482 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. h ttps://services.sunbiz. org/Filings/CertificateOfS tatus/CertificateAuthentication 4 Place of Business Occupational License N BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT - 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2016 THROUGH SEPTEMBER 30, 2017 DBA: KIEWIT INFRASTRUCTURE SOUTH CO Receipt #:GENERAL 7CONTRACTOR (HEAVY Business Name: Business Type:HIGHWAY CONTRACTOR) Owner Name: RICARDO CUMMINGS Business Opened:o6/30/2010 Business Location: 1580 SAWGRASS CORPORATE PKWY State/County/Cert/Reg:CGC1511417 SUNRISE Exemption Code: Business Phone: 954-835-2228 Rooms Seats Employees Machines Professionals 10 Number of Machines: Tax Amount Transfer Fee NSF Fee 27.00 0.00 0.00 For Vending Business Only Penalty 0.00 Vending Type: Prior Years 0.00 Collection Cost 0.001 Total Paid 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Mailing Address: KIEWIT INFRASTRUCTURE SOUTH CO 1580 SAWGRASS CORPORATE PKWY STE 300 SUNRISE, FL 33323 2016 - 2017 Receipt #30B-15-00008888 Paid 08/15/2016 27.00 BUSINESS NAAJ, LOCATOT ADDIkES, ISSUE *Ty: Exriwitigri, DATE: .tivzsZi.t Iti,o• • KIEWIT INFRASTRUCTURE SOUTH CO Pt 1580 SAWGRASS CORPORATE PKWY 300 %),, Aig.istt7,2Ql6 Wimb•er 30, 2017 ON* 117A0022352 ,N CATRACTOR - GC tait S I N RE JCPIRES:' ttE 'T NUMBpt 1NESS CLASS: Al ,w 1ROL NU •4..=•,. 0023422 ..•1:1•% iJJi/Itional Char" down... .... ........ kbINUAL F D• f, ON TECHN SERV1G 4 ss ib -Awe" • 818.71,41t, #1.1 94000 X 1.00 in 66.94 Nfk- .00000 X 064 5.00 './3 39000 x4our g.39 -r•••5 • •Ut CQ ENGINft4. .4<s- AI41.5C CONTRAC 1 BE comarxqy .Y1 Is AYED T o 4. ° t,,it !.... ,-ffiS RECEIPT ,R*O's. ES ID IF OWNE '1•4''''' ..- &14,X4 -0,k, TXPAVI R Mb F AIPLIrTO BusiNgs - 4.1.,. 3.,,,. 1 AT BUSINASS LOCA , OR AMMO 1 CHANGE . R TRANSFEWs. .040A14 -t„ Certificate of Insurance ACORO® CERTIFICATE OF LIABILITY INSURANCE 4/6/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT NAME: Traci Sutton PHONE 402-271-2956 FAX N01: 402-271-2997 (AIC. NQ.E . ADDRESS: Traci.Sutton@MidwestAgencieslne.com INSURER(S1 AFFORDING COVERAGE INSURER A : Zurich American Insurance ComoanV INSURER B : American Guarantee & Liability Ins. Co. INSURER c : American Zurich Insurance Company INSURER D : XL Insurance America. Inc. (50%1 INSURER E : Lexington Insurance Company (20%1 INSURER F : ACE American Insurance Company (30%) REVISION NUMBER: sample certificate DATE (MM/DD/YVYY) PRODUCER Midwest Agencies, Inc. 3555 Farnam Street Omaha, NE 68131 INSURED Kiewit Infrastructure South Co. 1580 Sawgrass Corporate Parkway, Suite 300 Sunrise FL 33323 COVERAGES CERTIFICATE NUMBER: 35022863 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP /VLIMITS IND win POLICY NUMBER (MM/DDYVVI (MMIDD/YYYYI 7 GLO 4641069 3/1/2015 3/1/2018 NAIC a (NSR LTR A ✓ COMMERCIAL GENERAL LIABILITY 1 CLAIMS -MADE 1 ✓ 1 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ✓ JE0 LOC OTHER: A AUTOMOBILE LIABILITY B C D E F ANY AUTO OWNEDI (AUTSULED AUTOS ONLY ILJI AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY ✓ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE DED ✓ RETENT ON $N/A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPR IETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) P yes, describe under DESCRIPTION OF OPERATIONS below Equipment/Property Y/N N ✓ BAP 4641070 V AUC 9141395 N/A ✓ WC4641067 EWS 4641068 US00063521CA15A 0207 871 10 D37400397 005 3/1/2015 3/1/2018 3/1/2015 3/1/2018 3/1/2015 3/1/2018 3/1/2015 3/1/2018 8/15/2015 8/15/2017 EACH OCCURRENCE $ 10,000,000 DAMAGE TO RENTED 10,000,000 PREMISES (Ea occurrence) $ MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 10,000,000 GENERAL AGGREGATE $ 20,000,000 PRODUCTS - COMP/OP AGG $ 20,000,000 COMBINED SINGLE LIMIT (Ea accident) $ 10,000.000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident( EACH OCCURRENCE $ AGGREGATE $ ✓ I STATUTE I EERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ $50,000,000 DESCRIPTION OF OPERATIONS i LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached i4 more space is required) Sample Certificate RE: Evidence of Insurance Coverages CERTIFICATE HOLDER City of Miami Beach CANCELLATION 5,000,000 5,000,000 5,000,000 5 000.000 5,000,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Philip G. Dehn © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 35022863 1 Prequal - GL, Auto, WC, Excess $5 Equip I Jamie Cooper 1 4/6/2017 9:24:50 AM (EDT) 1 Page 1 of 5 MA,„ Blanket Notification to Others of Cancellation Policy No. IG L 04641069 Eff. Date of Pol. 03/01/2013 Exp. Date of Pol. 03/01/2016 Eff. Date of End. Producer No. 4/6/2017 Addl. Prem ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part Return Prem. A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. This notice is intended only to be an advance notification to the person(s) or organization(s) named in the Schedule of this endorsement in the event of pending cancellation of coverage. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. C. If notice as described in Paragraph A. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: All Certificate Holders where Notice of Cancellation is required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 35022863 1 Prequal - GL, Auto, WC, Excess 05 Equip 1 Jamie Cooper 1 4/6/2017 9,24,50 AM (EDT) 1 Page 2 of 5 90 Days U•GL-1114-A CW Page 1 of 1 Blanket Notification to Others of Cancellation 1 Policy No. IBAP4641070 Eff. Date of Pol. 03/01/2013 Exp. Date of Pol. 03/01/2016 Eff. Date of End. Producer No. Add'I. Prem ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Auto policy Return Prem. A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. This notice is intended only to be an advance notification to the person(s) or organization(s) named in the Schedule of this endorsement in the event of pending cancellation of coverage. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. C. If notice as described in Paragraph A. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) 1 Organization(s): Number of Days Notice: All Certificate Holders where Notice of Cancellation is required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 35022863 ( Prequel - GL, Auto, WC, Excess $5 Equip Jamie Cooper 1 4/6/2017 9:24:50 AM (EDT) 1 Page 3 of 5 90 Days U -CA -388-A Page 1 of 1 Blanket Notification to Others of Cancellation I Policy No. AUC9141395 Eff. Date of Pol 03/01/2013 Exp. Date of Poi. 03/01/2016 Eff. Date of End. Producer No. Add'I. Prem ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Umbrella Liability policy Return Prem A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. This notice is intended only to be an advance notification to the person(s) or organization(s) named in the Schedule of this endorsement in the event of pending cancellation of coverage. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. C. If notice as described in Paragraph A. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: All Certificate Holders where Notice of Cancellation is required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 35022863 I Prequal - GL, Auto, WC, Excess 05 Equip I Jamie Cooper 14/6/2017 9:24:50 AM (EDT) I Page 4 of 5 90 Days U-UMB-200-A-CW Page 1 of 1 Blanket Notification to Others of Cancellation Policy No. WC4641067 Eff. Date of Pol. Exp. Date of Pol. 03/01/2013 03/01/2016 Eff. Date of End. Producer No. Add'I. Prom ZURICH' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Workers Compensation policy Return Prem. A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. This notice is intended only to be an advance notification to the person(s) or organization(s) named in the Schedule of this endorsement in the event of pending cancellation of coverage. Our failure to provide such advance notification to the person(s) or organization(s) shown in the Schedule of this endorsement will not extend any policy cancellation date nor negate any cancellation of the policy. C. If notice as described in Paragraph A. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: All Certificate Holders where Notice of Cancellation is required by written contract with the Named Insured All other terms and conditions of this policy remain unchanged. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 35022853 1 Prequal - GL, Auto, WC, Excess 55 Equip 1 Jamie Cooper 1 4/6/201"1 9:24'.50 AM (EDT) 1 Page 1 of 5 90 Days U-VVC-332-A Page 1 of 1 CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD FINANCIAL STATEMENTS Financial Statements and/or Supplier Qualifier Report will be submitted upon request. Kiewit Surety Letter TRAVELERS J April 11, 2017 City of Miami Beach 1755 Meridian Avenue Miami Beach, FL 33139 RE: Kiewit Infrastructure South Co. Dear Sir or Madam: Travelers Bond, Home Office (860) 277-9355 (860) 277-3931 (fax) One Tower Square Hartford, CT 06183 We have had the pleasure of extending surety credit to the Kiewit companies over a number of years in connection with contracts aggregating billions of dollars. As a Kiewit operating subsidiary, it is our considered opinion that Kiewit Infrastructure South Co. is one of the outstanding and reputable construction organizations in North America. Its skill, integrity, and financial responsibility are unquestioned. As part of an overall work program commitment, we have authorized Kiewit Infrastructure South Co. to bid individual contracts up to $350 million in size. The total program capacity for all Kiewit companies is $9 billion. It is our intention to furnish Kiewit Infrastructure South Co. with Performance and Labor and Material Payment Bonds, as required by City of Miami Beach. This commitment is subject to our standard underwriting at the time of the bond request, including a review of acceptable bond forms, contract financing and our standard underwriting considerations. If you have any other questions, please feel free to contact me at (402) 271-2956. Travelers Casualty and Surety Company of America A.M. Best Rating A++, XV Jessica Baehr Attorney -in -Fact (Seal) TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 231153 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 007150205 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut. that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc.. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"). and that the Companies do hereby make, constitute and appoint Philip G. Dehn, Tammy Pike, Paul A. Foss, Marie Huggins, Traci Sutton. Joseph Lippert. and Jessica Baehr of the City of Omaha State of Nebraska . their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute. seal and acknowledge any and all bonds. recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF. the Companies have caused this instrument to he signed and their corporate seals to be hereto affixed. this day of March 2017 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 13th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: Robert L. Raney, Senior Vice President On this the 13th day of March 2017 before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company. and that he. as such. being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June. 2021. 58440-5-16 Printed in U.S.A. N(*(\.alk:U4 C . 3�- Mane C. Tetrcault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect. reading as follows: RESOLVED, that the Chairman. the President. any Vice Chairman. any Executive Vice President. any Senior Vice President. any Vice President. any Second Vice President. the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds. recognizances. contracts of indemnity, and other writings obligatory in the nature of a bond. recognizance. or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her: and it is FURTHER RESOLVED, that the Chairman. the President. any Vice Chairman, any Executive Vice President. any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED. that any bond. recognizance. contract of indemnity, or writing obligatory in the nature of a bond. recognizance. or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal. if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED. that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1 1 th day of Apri 1 /l f Kevin E. Hughes. Assistant Sect Lary .20 LZ. To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Attachment A-2 Bid Tender Form A-2 BID TENDER FORM Submitted: V-//- Date '//Date City of Miami Beach, Florida 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2017 -114 -ZD MUSS PARK SEAWALL REHABILITATION The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, 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. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH NA, AMI BEACH 50 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 April 4, 2017 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft LI, Cashier's Check ❑, or: Certified Check ❑ No. N/A Bank of N/A for the sum of Dollars ($ )• The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Kiewit Infrastructure South Co. Address Line 1: 1580 Sawgrass Corporate Pkwy, Ste 300 Address Line 2: Sunrise, FL 33323 Telephone Number: 954-835-2228 E-mail Address: Ben.Carnazzo@kiewit.com Social Security Number: OR Federal I.D. Number: 47-0530367 Dun & Bradstreet No.: 05-507-6616 If a partnership, names and addresses of partners: N/A (Sian below if not incorporated,) WITNESSES: (Type or Print Name of Bidder) BID NO: 2017 -114 -ZD (Signature) (Type or Print Name Signed Above) CITYOF MIAMI BEACH rvAl EACH 51 (Sian below if incorporated) ATTEST: Kiewit Infrastructure South Co. (Type or Print Name of Corporation) (CORP, r. Vice President e) Benjamin J. Carnazzo (Type or Print Name Signed Above) Incorporated under the laws o the State of: Delaware BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 11IAI\,ijBEACH 52 A-2 Attachment A-3 Contractor Qualification Statement A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# # Years Exhibit 1 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. See Tab D - Section D3 3. What business are you in? General Contractor that constructs and upgrades interstate; highways and bridges; rail lines and rail yards; urban mass transit systems; and airport runways, taxiways and associated facilities 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. Bear Cut Bridge and West Bridge Rehabilitation Design Build Contract Amount - $33Million, Completion Date - August 2014 5. Have you ever failed to complete any work awarded to you? If so, where and why? No 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. None 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. See Tab D - Section D2 SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 53 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers): Exhibit 2 - Contracts in Progress a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number & E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? J 'Yes ❑ No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: Kiewit Infrastructure South Co. B. The business is a: ❑ Sole Proprietorship ❑ Partnership Ei Corporation C. The address of principal place of business is: 1580 Sawgrass Corporate Pkwy, Ste 300, Sunrise, FL 33323 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Scott L. Cassels President Benjamin J. Carnazzo Sr. Vice President Michael F. Norton Secretary Thomas J. Boyle Asst. Secretary BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 54 MIAMI BEACH A-3 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. None F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. None G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). None H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. Exhibit 3 BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH IAi\lli BEACH 55 1. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. None J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. No K. Under what conditions does the Bidder request Change Orders? Kiewit request change orders when the work cannot be determined due to unforeseeable site conditions, or a delay in proceeding with the work would affect the critical path and cause a delay to the entire Project. L. Provide the names of all individuals or entities (including your sub -consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Kiewit Infrastructure Group Inc. - 100% BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 56 A-3 M. Provide the names of all individuals or entities (including your sub -consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Kiewit Infrastructure Group Inc. - 100% N. Individuals or entities (inluding our sub -consultants) with a controlling financial interest: have ir have not 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. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. O. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? IU Yes ❑ No Please see attached. P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ElYes LiNo If the answer to either number O. or P. is yes, attach a written detailed explanation. Q. Is the business entity owned by a certified service -disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran -owned Business? LlYes DNo R. Non -Discrimination. 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, BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH `,,1iAN,l BEACH 57 intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. S. 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 official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. T. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAnAI BEACH 58 J A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name Title: IF CORPORATION: Benjamin J. Carnazzo Print Name Title: Sr. Vice President WITNESS: ignature Y4knA' 6001( Print Namen Title: GONIiACjdnt��v�Sfi�F°( Attest: 7: -N --C--19 Print Name of Firm Address Kiewit Infrastructure South Co. Print Name of Corporation 1580 Sawgrass Corporate Pkwy, Ste 300 Sunrise, FL 33323 Address (CORPORATE SEAL) AS/ Secretary BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMIBEACH 59 DEBARMENT Kiewit Infrastructure South Co. Kiewit Infrastructure South Co. ("Kiewit") is a wholly owned subsidiary of Kiewit Infrastructure Group Inc. Prior to December 1, 1981, four former affiliated Kiewit companies, Peter Kiewit Sons' Co., Prairie States Construction Co., Missouri Valley Construction Co., and Big Horn Construction Company, were accused of engaging in bid -rigging activities. As a result of its affiliation with these companies, Kiewit Infrastructure South Co., under its former name of Gilbert Corporation of Delaware, Inc., was suspended from bidding in Georgia for seven months in 1982 and in Florida for one month in 1983. Neither Kiewit nor any of its affiliated entities are presently under debarment and/or suspension from any federal, state or local agency. Kiewit is governed by a strong in-house antitrust policy established in 1982, and participates in corporate antitrust training and periodic corporate audits of bid proposals. This antitrust policy receives top priority and is very vigorously self -enforced. Attachment A-4 Non Collusion Certificate SUPPLEMENT TO BID/TENDER FORM: NON -COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this IIS day of 4ri / , 201. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2017 -114 -ZD. Kiewit Infrastructure South Co. SIGNATURE PRINTED AME / Sr. Vice President` TITLE (IF CORPORATION) A-4 BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH iV\(A/v11 BEACH 60 Attachment A.-5 Drug Free Workplace Certification A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; (3) and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (5) (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (1) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 61 4 1 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION STATE OF 1102..7-4?- COUNTY OF 8/1 (Bidder gnature) / Kiewit Infrastructure South Co. (Print Vendor Name) The foregoing instrument was acknowledged before me this //71 day of kr► / 20 /7 , by Benjamin J. Carnazzo as (name of person whose signature is being notarized) (title) of Kiewit Infrastructure South Co. (name of corporation/company) ISpnwn to me to be the person described herein, or who produced identification, and who did/did not take an oath. Sr. Vice President NOTARY PUBLIC: ignature) ci b�/r�iro (�OBjo f (Print Name) My commission expires: /' /1/-40Z0 BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 62 as A-5 Attachment A-6 Equal Benefits Ordinance Summary A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in comp lance with the Ordinance].] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over $100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH BEACH 63 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional A/E, landscape A/E, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH "•:1IAMIBEACH 64 with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page intentionally Left Blank BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 65 A-6 MIAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1. Vendor Information Name of Company: Kiewit Infrastructure South Co. Name of Company Contact Person: Benjamin J. Carnazzo Phone Number: 954-835-2228 Fax Number: 954-835-2335 E-mail: Ben.Carnazzo@kiewit.com Vendor Number (if known): Federal ID or Social Security Number: 47-0530367 Approximate Number of Employees in the U.S.: 218 (If 50 or less, skip to Section 4, date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? _Yes leNo Union name(s): Section 2. Compliance Questions Question 1. Nondiscrimination - Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. Race `e'es _ No Sex safes _ No Colort'es _ No Sexual Orientation t'e'es _ No Creed 'ctel'es _ No Gender Identity (transgender status) Nefes _ No Religion /Yes _ No Domestic partner status sees _ No National origin VeYes _ No Marital status ?Yes _ No Ancestry leYes _ No Disability lAes _ No Age_ _ No AIDS/HIV status ?Yes _ No Height ',Yes _ No Weight IYes _ No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note: you must answer this question, even if you do not intend to enter into any subcontracts. ~r Yes No A-6 BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 4 66 Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company 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? YES NO A-6 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 Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave ®/ Family Medical Leave 1 Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement) BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH tv\IAMIBEACH 67 A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? Section 4. Executing the Document _Yes _ No I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this qtr day of April . in the year 20/q at /0 00 Signature 1580 Sawgrass Corporate Pkwy, Ste 300, Mailing Address Benjamin J. Carnazzo Sunrise, FL 33323 Name of Signatory City, State, Zip Code Sr. Vice President Title BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH a 68 A-6 MIAMIBEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Department of Procurement Management ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 2. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 3. The dates on which such benefits providers were contacted; 4. Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 5. Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature NOT APPLICABLE Name of Signatory (please print) Telephone Number Title Date BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 69 Definition of Terms A. Reasonable Measures A-6 The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. NOT APPLICABLE BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 70 MIAMIBEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Department of Procurement Management by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Department of Procurement Management evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be ava : 0 Reason for Delay: A P P L 1 C A B L E Description of efforts being undertaken to end discrimination in benefits: BID NO: 2017 -114 -ZD A-6 CITYOF MIAMI BEACH MIAMI BEACH 71 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: NOT APPLICABLE If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s) where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 72 A-6 A-6 I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip NOT Name of Signatory (please print) Telephone Number APPLICABLE Title Date BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH l\'11AMi BEACH 73 Who else can go on your insurance? To maintain insurance for yourself and your dependents: You must be an active, regular, full-time employee* of our company. You must receive compensation from our company for services rendered. *An active, regular, full-time employee works 30 or more hours per week on a consistent basis. Work is performed at your regular job or another location where you perform your regular duties. Eligible dependents include: Your lawful spouse (opposite or same sex) from either a licensed marriage, common-law marriage or registered domestic partner relationship • Registered common-law marriage is defined by each state. For common-law spouse insurance under this plan, you will need to meet the definition of a common-law marriage for the state in which you reside. You must not be legally separated from your spouse, and you and your spouse must be registered with a state or local govemment common-law registry. • Registered domestic partner relationship is defined as a relationship with an individual of the same or opposite sex where both partners must: not be so closely related that marriage would otherwise be prohibited; not be legally married to, or the domestic partner of, another person under either statutory or common law; be at least 18 years old; live together and share the common necessities of life; be mentally competent to enter into a contract; and be financially interdependent. You must be registered with a state or local govemment domestic partner registry. Your children from birth until the end of the month in which they turn age 26 • This includes a child (within the age requirements) for whom you have assumed guardianship responsibility as documented by a formal legal document or certified court order. Your unmarried (never married) dependent children who are not able to be employed due to a mental or physical handicap • These children may be covered after reaching age 26, if they are dependent upon you for support and were incapacitated prior to the date on which insurance would have otherwise ended. Dependents that are designated as "Altemate Recipients" under the terms of a Qualified Medical Child Support Order (QMCSO) Adopted children under age 26, or children placed for adoption with the employee in connection with adoption proceedings, if they are enrolled in the plan within 31 days of the adoption date Mid -year changes You will not be able to change your elections until the next annual open enrollment period — unless you have a qualified life event. With a qualified life event change, you are able to add or remove an eligible dependent, or waive coverage within 31 days of the event. The change in coverage must be consistent with the change in status. You are unable to change your medical plan deductible. Examples of a qualifying event or change in family status include: Marriage, domestic partnership registration or divorce Birth or adoption of a child Death of your spouse or registered domestic partner Change in work schedule or status for you or your spouse/registered domestic partner that has caused him or her to gain or lose eligibility Loss of insurance in another group health plan Contact benefits@kiewit.com to request a change form or complete using Employee Self -Service (ESS). To access ESS, visit the KiewitNetwork > Career & Life tab > Employee Self -Service (English/French/Spanish) > Benefits. Use the links to make changes if you are eligible. You must have access to the company network. Kiewit's wellness program — supporting our culture of health Kiewit offers a robust wellness program through its partnership with Vitality. Employees (and their spouses, if applicable) can take advantage of the many tools available to help them get on the path to living a healthier lifestyle. Staying healthy not only means you feel better and have more energy; it can reduce how much you spend every year on medical costs. And by completing the three items below, you can save even more by qualifying for lower insurance premiums. To qualify for the lower premiums in 2018, you (and your spouse, if applicable) must: 1. Complete a Vitality Health Review (VHR) by Oct. 31, 2017. The VHR is available on the Vitality website. It includes a series of questions that take about 15 minutes to complete. 2. Complete a Vitality Check by Oct. 31, 2017. A Vitality Check is a biometric screening that measures blood pressure, body mass index, cholesterol and blood sugar. See below for details. 3. Submit a Non -tobacco User's Affidavit or enroll and actively participate in a tobacco cessation program Personalized Wellness Programs Vitality uses the results of your VHR and Vitality Check to create a wellness program personalized for you. Your program will include suggestions for behavior changes focused on areas such as nutrition, physical activity and mental well-being. As you work your way through your program, you can eam points that can be used for gym reimbursements and other incentives offered through the program. How to Get a Vitality Check There are four ways to get a Vitality Check: 1. As part of a company -sponsored event. Click here for possible locations in your area. If this is your first time registering, please use the registration key: wellness2017. 2. During a visit to your personal physician. When you make your appointment, let the provider know you are coming in for a routine physical. You will need to print and provide your physician with a Vitality Check Form to complete. The form can be found on the Vitality website. From the home page, click on the gear icon, select Forms and Waivers and Vitality Check. Follow the instructions on the form to submit your results. 3. Schedule an appointment at a Quest Patient Service Center. If this is your first time registering, please use the registration key: wellness2017. 4. Schedule an appointment at a participating Walgreens Pharmacy or Health Care Clinic. You will need to print and bring the Walgreens Voucher and Release of Information form with you to your appointment. The documents can be found under Attachments in the Wellness section. New Hires Employees (and spouses) who are eligible for benefits prior to July 1 will need to complete the wellness requirements above by Oct. 31, 2017, to eam the wellness premiums for 2018. New hires (and spouses) eligible for benefits July 1 and after will be grandfathered for the next year and do not need to participate in the wellness program until the new program year in 2018. mvjobbenefits.com (password: faewthealthy) 5 Attachment A-7 Trench Safety SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price BID NO: 2017 -114 -ZD Total $ Extended Method Kiewit Infrastructure South Co. Name of Bidder AuthorizediSignature q Bidder -7 CITYOF MIAMI BEACH 74 ;" ,11AMUtl BEACH A-7 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 75 Attachment A-8 Recycled Content Information A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH 76 1 1 1 1 CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD D.1. CONTRACTOR'S TEAM ABILITY TO EXECUTE THE TYPE OF WORK DESCRIBED The Kiewit contracting entity for this project is Kiewit Infrastructure South Co. (KISC)—operating out of Sunrise, Florida. KISC has played a major role in building infrastructure and heavy civil projects throughout the fast-growing southeastern United States, and has maintained a South Florida presence for 30 years. KISC is a subsidiary of Kiewit Infrastructure Group, a wholly owned subsidiary of Kiewit Corporation (Kiewit). Kiewit utilizes a decentralized network of district and area offices located across the country that allows operating subsidiaries to act as competitive local contractors with the backing of a financially stable, national firm. Employee -owned Kiewit has annual construction revenues in excess of $9 billion and possesses sufficient bonding capacity for this project. Our extensive resources that include a well-trained work force of more than 10,000 salaried personnel and 15,000 craft personnel and a large fleet of state-of-the-art equipment and unparalleled experience, makes KISC uniquely qualified to successfully build any size project in any location. With all of these resources at our disposal, the Kiewit network will support the KISC team for City of Miami Beach's Muss Park Seawall Rehabilitation project on time while paying special attention to producing a superior quality project in a safe and environmentally compliant manner. KISC employs over 200 staff -level employees working on projects for multiple public and private owners. Currently, KISC is completing a sheet pile with concrete cap seawall for the Florida Department of Transportation's bridge rehabilitation project on SR A1AICollins Avenue over Bakers Haulover Cut, with very similar scope to the Muss Park Seawall. Because the Haulover site is only a few miles from Muss Park, equipment, personnel and best practices will be able to be drawn from there to best serve the City of Miami Beach. KISC Staffing Resources Project Managers Project Staff Safety & Quality Staff Estimating Staff Administrative Total Personnel 19 135 16 27 43 240 D.2. EVIDENCE OF EXPERIENCE The KISC team has experienced substantial success in working on a number of projects in the Miami area. We have worked as an integrated team with knowledge necessary to evaluate risk, innovation, construction and design decisions that have impacted various scopes of work and stakeholders, throughout the state of Florida. We are familiar with the local methods, processes and procedures and are confident in our ability to continue to provide cutting-edge innovation and value to projects within Miami -Dade County. All projects were completed on time and within budget. We have highlighted specific project experience similar in scope to the work required for this contract. Project pages and references can be found in the following pages. Kiewit CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD UNIQUE FEATURES Fast -paced schedule Hurricane Katrina recovery -flood protection Linear access/ staging 95,000 CY of flood wall/levee concrete CHALMETTE LEVEE LPV-145 Chalmette, Louisiana Start Date: December 2010 I Completion Date of Project: April 2011 Project Value: $236.8M Client: USACE — New Orleans District, Protection and Restoration Office I Chris E. Gilmore, PE, PMP, Sr. Project Manager 1 11500 Rock Island Drive, Rock Island, IL 61201 1 50-1.862.1961 1 christophere.gilmore@usace.army.mil This major hurricane protection project was done for the U.S. Army Corps of Engineers, New Orleans District in Jefferson Parish, LA. A Kiewit-led joint venture built a 30,900 -foot floodwall at new elevation standards designed to meet federal 100 -year storm criteria and to provide hurricane protection for Louisiana's coastline. The floodwall consisted of a 14 -foot -wide foundation with mud mat, with a 12 -foot -high, four -foot thick concrete wall. The wall was founded on two rows of 100 -foot -long H pile, a single row of sheet pile. Quantities included 94,651 CY of concrete and 4,790 tons of reinforcing steel. The project also included a 500 -foot -long, temporary access bridge and crews created 12 miles of access roads built to withstand severe weather before levee construction began to ensure schedule performance and efficient operations. Challenges included unpredictable soil conditions and driving pile within tight tolerances and in close proximity to existing utilities without incident. The project required 11,000 piles to be driven. 1 Kiewit 30,900 Linear Footage of Seawall Construction CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD UNIQUE FEATURES 499 EA Sheet Pile 368 EA 18" Concrete Pile 1,185 LF Crane`` Rail 1,126 TN Concrete Demolition Replacement 10 Pile Jackets 86 Pile Repairs Marine Structure Renovation CONTAINER BERTHS 2 & 3 BULKHEAD RENOVATION Savannah, Georgia Start Date: January 2013 1 Completion Date of Project: October 2014 Project Value: $10.3M Client: Georgia Port Authority 1 011ie Himbert, PE, Capital Projects Manager & Facilities Engineer PO Box 2406, Savannah, GA 31402 1 912.964.3922 l ohimbert( 'gaports. com 2,257 Linear Footage of Seawall Construction KISC affiliate TIC performed a bulkhead renovation and reconstruction project at the Georgia Port Authority's Container Berths 2 & 3, one of the busiest container ports on the East Coast with depths reaching 48' This project required extensive coordination with the Port and shippers to minimize impacts to ongoing operations at adjacent berths. The 2,257 LF long project consisted of the demolition of 1,126 tons of concrete along the bulkhead to allow for the access needed to install a new sheet pile bulkhead using 499 pair of sheets, 368 each 18" pre -stressed concrete pile with stingers on a 5:12 batter to support the new sheet wall, the placement of flowable fill between new and existing sheet piles and a concrete cap to incorporate both the existing and new construction. Upland improvements were also required and contained the protection and relocation of existing utilities including storm, electrical and fire protection. Kiewit CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD COLONIAL SHIPYARD BARGE DOCK Savannah, GA Start Date: April 2012 1 Completion Date of Project: November 2012 Project Value: $4. 7M Client: Colonial Oil Shipyard1 373 N. Lathrop Avenue, Savannah, GA 31402 1 i illiam Roux, Maintenance Supervisor l 912.443.6993 l wroux@colonialgroupinc.com The new Barge Dock of Waterfront Improvements at Colonial Shipyard consisted of the demolition of an existing dock supported by timber pile and gravity cap and reconstructed into a 10,000 SF dock containing 8" precast concrete slab supported by H -pile and reinforced concrete caps. The dock ties into an existing concrete dock from both sides of the existing dock. The project also included the installation of a steel hose tower, box culverts, fenders, mooring cleats and asphalt pavement.The location of thejobsite is approximately half a mile upriver from downtown Savannah on the South side river bank. 140.5 Linear Footage of Seawall Construction The demolition consisted of pulling up what was left of any topping slab, tearing out wooden stringers and caps, and pulling the creosote pile. The pile driving for the new Barge Dock consisted of the installation of a sheet pile wall (AZ 26 Sheets 68 EA @ 60') and 58 H -Pile (HP 14x73). Fourteen transverse caps were built with dimensions 76.3'x 3.5'x 1.75'for the seven down -river bents and 38.5'x 3.5'x 1.75'for the other seven bents. Six fenders and five bollards were set and bolted into the dock. Kiewit CITY OF MIAMI BEACH ; MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD D.3. ORGANIZATIONAL CHART An organizational chart listing our proposed key personnel and their roles is shown. Resumes for the proposed project team members can be found on the following page. D.4. STAFFING PLAN Proposed Organizational Structure Michael Graham — Project Sponsor — 25% Available Michael Graham, Project Sponsor, will serve as the City's primary point of contact. He will have complete project oversight and the authority to allocate the resources needed to complete this project. Michael will remain in place throughout the life of the project, including final project closeout. He will participate in key project meetings, steer all major decisions, and host formal partnering sessions with the City and stakeholders. This executive level support brings significant value to the project team due to his breadth of experience on highly challenging, Miami - area projects in the past. His experiences will shape this project to include key lessons learned from projects across multiple disciplines and from around the country. His focus on developing a high -performing team will be evident from day one, and will be felt throughout the life of the project. Martin Orozco — Construction Project Manager — 100% Available Martin Orozco is our on-site Construction Project Manager. As a seasoned industry veteran, Martin will be responsible for the day-to-day management of the KISC team in overseeing schedule, field operations, safety, quality, and finances. Martin will work with the City to discuss critical issues surrounding the project and project progress to facilitate open dialogue. Martin has a long history of working in Miami -Dade County on many challenging projects. Martin's leadership in partnering efforts will guarantee that our resources are optimally_positioned to facilitate a successful project that reflects your vision. Two key contributors to a successful project are the Safety and Quality Departments. Because of their importance, Martin will have a direct relationship with these staff members to preserve independence and a level of accountability from the rest of the team. As the Construction Project Manager, Martin will have direct oversight of all operations. This oversight includes all field operations, equipment and subcontractors. Martin will facilitate daily project coordination meetings, host weekly schedule meetings with field staff, and review operations to assess risks and maintain productivity. His responsibilities include ensuring a safe work site, maintaining the project schedule, building high quality work, and verifying the project construction documentation is accurate. Bill Harmon — Construction Superintendent — 100% Bill Harmon will serve as Construction Superintendent. Bill is extremely experienced on bridge and seawall projects in South Florida and will provide immense value to the team. Bill will be responsible for operations, and will be supported by foremen and subcontractors as needed. He will participate in daily project coordination meetings and weekly schedule meetings, and manage operations with a keen awareness of risks. He will also ensure that crews have the proper resources to maintain productivity. He will guarantee a safe work site, execution of the project schedule, high quality work, and verify the project construction documentation is gathered as work is performed. Tom Boyle — Estimator — 25%, as needed Tom Boyle will serve as Estimator. Tom has two decades of experience in estimating and managing projects in Florida and the Southeast. Tom has managed estimating, design management and played an important role in developing the subcontractor bid packages for a number of transportation jobs in his 22 years with Kiewit. He ensures that subcontractor interests are maximized from quality firms, creates cost models and develops all final estimates. Tom is a key player during value engineering discussions. Tom is experienced at facilitating bid package development, and providing material and equipment life -cycle and procurement analysis. Michael Graham Project Sponsor (Offsite) Bill Harmon Construction Superintendent Martin Orozco Construction Project Manager Subcontractors The team will be supported by local subcontractors during construction. We will select responsive and responsible flatwork and electrical subcontractors during the estimating process. During construction, these subcontractors will report to Martin to allow for continuity of information flow to the construction team. Subcontractors will be fully indoctrinated into the Kiewit safety program, held to our quality standard and will participate in problem solving as challenges arise; and provide real-time feedback on the implementation of different solutions as the •ro'ect •ro•resses. Kiewit CITY OF MIAMI BEACH 1 MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD MARTIN OROZCO 0Po'ECT MANAGER Martin has more than 18 years of experience on projects throughout South Florida. He joined Kiewit Infrastructure South Co. in 2007 and served as a Superintendent on the 5th Street Bascule Bridge Project in Miami. Prior to joining Kiewit, Martin served as a Senior Project Engineer. As a Project Engineer, he is responsible for contract administration, including budget and schedule control, estimating, purchasing, change orders, requests for information, shop drawings, and as -built documentation. Years of Experience 18 rear Education M.B.A., International Business, University of Miami, 2004 B.S., Mechanical Engineering, Florida International University, 1999 RELEVANT WORK HISTORY Project Engineer, Bakers Haulover, FDOT, Miami Beach, FL, $9M Martin's responsibilities include managing the project's finances, cost and revenue forecasting, contract administration, cost controls, and project closeout. This project involves rebuilding the seawalls on both sides of the inlet. The North side is 191 LF and the South side is 140 LF.There will be miscellaneous structural steel repairs to the bridge, along with jacking the bridge and replacing the existing bearings -16 each elastomeric bearings and 16 each multi -rotational bearings. Other items also include spall repairs and repainting the bridge. Project Engineer, E Venetian Causeway, Miami -Dade County, Miami, FL, $3M Martin's responsibilities include managing the project's finances, cost and revenue forecasting, contract administration, cost controls, and project closeout. This project includes mechanical and electrical repairs to Miami Dade's Venetian Causeway East Bascule Bridge Project Engineer, Miami Avenue Bridge, FDOT, Miami, FL, $5.4M Martin's responsibilities included managing field operations during project closeout, contract administration, managing the project's finances, and cost controls.This project entails removing the existing grating and replacing it with a new hot -dipped galvanized grating, removing and replacing all the seals located within 16ea Rexroth cylinders, new turn bolts around the existing trunnions, new span locks, new live load shoes, new control console, new clevis heads and trunnion collars around the 16 Rexroth cylinder as well as 64 spherical bearings. Project Engineer, Sheridan Street Bridge, FDOT District 4, Hollywood, FL, $2M Martin's responsibilities included managing the project's finances, contract administration, and cost controls. This project involved reconfiguring, updating and widening the Sheridan Street and Ocean Drive (Al A) intersection located in Hollywood, FL, including storm drainage, curb and gutter, sidewalks, brick pavers, street lighting, traffic signalization and landscaping. Superintendent, Las Olas Bridge Rehabilitation, FDOT, Ft. Lauderdale, FL, $5.8M Martin was responsible for day-to-day oversight and control, and monitors the project schedule, resources and budget. He oversaw all construction activities, including the subcontractors and suppliers and is on-site for the duration of construction activities. Martin also participated in all constructability reviews during the design phase and monitored safety, quality and compliance on the project to provide a safe work environment, build work right the first time and comply with all regulations. He brought an ability to focus on the multiple details of a project while being flexible in resolving project issues.The project entailed hydro -demolition of the existing bridge deck, pouring back the deck, removing and replacing the existing pedestrian handrail, installing a new Wyoming rail traffic barrier between the pedestrian walkway and traveling lanes, applying Class V finish to the exterior of the bridge, removing and replacing steel members located on the bascule leafs, replacing the steel plate walkway with a non -slip aluminum plate, milling and resurfacing the approaches, and painting the bascule leafs. Superintendent, Orange Line Phase I, MIC to Earlington Heights Connector, Miami -Dade Transit, Miami, FL, $28M Martin was responsible for managing the project's engineering team, subcontractors and financial operations. He prepared the monthly financial forecast, cost reports, job operation reports, pay estimates, and was responsible for the timely delivery of test procedures, design packages, and product submittals. This $27 million project expanded the existing Metrorail transit system from Earlington Heights (EHT) station to the new airport station at the Miami Intermodal Center (MIC).The project consists of approximately 2.3 miles of mainline, grade -elevated, double -track guideway with one new passenger station, electrically powered rail transit vehicles and related ancillary facilities. The complete systems portion includes the design, furnishing, installation, and testing of Train Control, Traction Power including Frog Bonding and 3rd rail connections, SCADA, Communication, and Control Center Modifications. Kiewit CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD BILL HARMON CONSTRUCTION SUPERINTENDENT Years of Experience 20 Years Education With 20 years of experience, Bill has spent the majority of his career on concrete and bridge High School Graduate rehabilitation projects including the Bahia Honda Bridge repair on Big Pine Key, FL, the Keys Bridge Rehabilitation project in Marathon, FL, the SR 9A Rehabilitation project in Miami, FL, the Turnpike Deck replacement in Palm Beach, the I-10 Emergency Bridge repairs in Pensacola, FL and the Heckscher Bridge Rehabilitation project in Jacksonville, FL. He has demonstrated his expertise on multiple projects and a critical understanding every aspect of the jobs from complex planning, identifying and mitigating project risks, craft engagement and buy -in of the site specific safety plan, and meeting critical schedules and budgets. During construction, Bill will lead the detailed planning efforts for all work activities, bring the necessary craft to construction the work, will manage the 4 -week and 90 -day schedules, and ensure that the work is constructed safely, with high quality, and ahead of schedule. RELEVANT WORK HISTORY Project Superintendent, Carroll Avenue Bridge Deck Replacement, Takoma Park, Maryland Bill was directly responsible for the critical planning of the complex support structures required for demo operations, along with the formwork to replace the substructure and superstructure. Bill was instrumental in setting up the E&S devices required to protect the sensitive waterway, along with the erection of the temporary pedestrian bridge. Much of the work for this $9 million project, required innovative construction techniques and majority of the crane work involved critical lifts. Bill was heavily involved in the planning of these operations to reduce the overall risk involved in critical temporary falsework, formwork, and pedestrian walkway requirements on this project. Due to his planning, the work was completed efficiently, with high quality, and with no safety issues. Bill managed all field work, helped hire the necessary craft for the project, and procured the construction materials needed to build the work. The project involved the full demolition of the bridge superstructure and partial demolition of the substructure on this historic arch bridge. Superintendent, USACE Jacksonville District, SR -90 Tamiami Trail, Miami -Dade County, FL, $103.7M Bill served as the foreman whose responsibilities included roadway and drainage installation. This project included demolition of one mile of existing roadway and the construction of a new, one -mile bridge, and the rehabilitation of a nine -mile segment of existing roadway. The project required strict adherence to environmental regulations and is being completed within limited right-of-way to minimize environmental impacts and includes monitoring endangered and protected species. Project Superintendent, Bear Cut Bridge and West Bridge Rehabilitation, Miami -Dade County Public Works & Waste Management, Key Biscayne, FL, $33M Bill duties included support constructability reviews during construction, to ensure that the design was right the first time, due to the fast -paced nature of the work. Bill helped develop accelerated techniques, and focused on reducing risk due to the environmentally sensitive, high profile nature of this project. During construction, Bill managed field operations, including the demolition of the bridge slabs on the project. This work included marine work as barges had to be coordinated underneath the demolition to catch any debris or slurry from entering the water. Located in the highly effluent Biscayne Bay, the bridge rehabilitation included removal of the 1940's superstructure and girders, new pedestal creation, placement of new precast girders, and new superstructure.The existing substructure on both bridges remained in place. Spall repairs and pile jackets were performed as needed on the existing substructure. The new superstructure consisted of precast concrete deck panels (4" thick) placed on Styrofoam buildups on the precast beams. One mat of reinforcing steel was placed on rope of the panels and then a 3.5" concrete overlay was placed on the panels. The use of deck panels allowed for the ability to reduce the overall schedule to meet MDC needs. On Bear Cut Bridge, the bridge was also widened by 20'to allow for the creation of 2-14'shared use paths on each side of the bridge. The Bear Cut Bridge experiences very high pedestrian and bicyclist traffic. Superintendent, FDOT District 4, Sheridan St. Bridge Rehab, Broward, Florida, $2M Bill's responsibilities included writing and executing work plans for drainage, grading, joint replacements and epoxy overlay on the bridge deck. Project included upgrades to intersection as well as repairs to existing bascule bridge. Working adjacent to the beach on Al A, the team worked in phased construction around busy pedestrian and bicycle zones. •Kiewit CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD THOMAS BOYLE, PE FSTIMATC)P Tom's tenure with Kiewit has included serving as a Field Engineer, Job Superintendent, Project Manager, Project Quality Manager, Lead Estimator and Estimating Manager. He has managed engineering functions and field construction for projects such as bridge replacement and rehabilitation, extensive highway work, a component of a major airline runway project, an airport pedestrian tunnel, light rail rehabilitation, a soundwall and marine construction. Tom is responsible for identifying potential projects and coordinating estimates for various projects throughout the Southeast District. His tasks involve compiling estimate teams and preparing estimates for projects ranging in value from $3 million to $1.5 billion for private and government agencies, Years of Experience 23 Years Education B.S., Civil Engineering, Drexel University. 1997 Registration/Certification Professional Engineer, State of Maryland, License No. 38274 RELEVANT WORK HISTORY Project Quality Manager, Intercounty Connector (ICC) Contract B, Maryland State Highway Authority, Silver Spring, MD, $560M Tom implemented and managed the Project Quality Plan for this $550 million highway project. His duties also included issue resolution with both designers and owner representatives. TheICC-B design -build project included the construction of approximately seven miles of new six -lane highway through some of the most environmentally sensitive and heavily populated areas of southern Maryland. Key elements included diamond and SPUI interchanges, 10 new bridges, ITS and ETC, more than 80 acres of reforestation, 12,938 LF of hiker and biker trails, and the relocation of six side roads. Contract Administrator, Miami Intermodal Center (MIC) Interchange/Miami International Airport, FL Department of Transportation, Miami, FL, $81 M Tom handled the preparation, submittal and resolution of over 140 outstanding issues with the FDOT. This project entailed the complete reconstruction of 3 miles of Le Jeune Road and NW 21st Street, which is located in front of Miami International Airport. It included the construction of 11 bridges and associated ramps, which gave traffic direct access to SR 836 and SR 112. Additional features included construction of nine foundations for a future people mover; 375,000 CY of excavation and embankment, 1,500 LF of drainage piping, lighting, and signalization. Project Manager, Alico Road Interchange, FL Department of Transportation, Fort Myers, FL, $32M Tom oversaw field construction management of this project that modified the interchange at Alico Road and 1-75 near the entrance to the Southwest International Airport in Fort Myers. The work consisted of widening existing 1-74 for four miles, widening Alico for 1.5 miles, and completing the reconstruction of the on and off ramps to the interstate. Project Manager, Cervantes Street Bridge, FL Department of Transportation, Pensacola, FL, $9M Tom managed field construction for the project which included resurfacing of 2.5 miles of local road, demolition and installation of 1200 LF bridge. Quantities included 3,100 CY of concrete, 1,900 LF of drilled shafts, 29,500 SF of MSE walls, 3700 LF AASHTO girders and 75 tons of structural steel. Bridge Superintendent, I-10 Emergency Bridge Repair, FL Department of Transportation, Pensacola, FL, $33M In this capacity, Tom supervised the assembly and installation of Acrow Bridge system, which included working on the water with various large pieces of marine equipment. Nearly a quarter mile of the two-lane double -span 1-10 concrete bridge was torn apart by Hurricane Ivan. This joint venture was led by Gilbert Southern Corp., a subsidiary of Kiewit Corp., and finished 26 days ahead of the 90 -day schedule. Crews either used barge -mounted cranes to life the 235 -ton sections into position, or employed barges with hydraulic jack trailers to lift up sections and float them into place. Job Superintendent, Miami Airport Northside Runway, Miami -Dade County Aviation Department, Miami, FL, $11M Tom provided field construction management for this project, a component of the larger $115 million North Runway project designed to increase airport capacity by 25 percent. The overall runway project entailed an 8,600 -foot -long runway, two taxiways, drainage, demolition, utilities, electrical and communications work, and concrete and asphalt paving. The taxilane component included the construction of RCP, water and sewer line, PCC pavement, a retaining wall and 60,000 SY of grading/asphalt paving. Kiewit A-1 City of Miami Beach ITB Price Form (Revision 1) 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. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO 50 SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals 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. Section 1— Bidders Price: PROJECT TITLE: ITB 2017 -114 -ZD: Muss Park Seawall Rehabilitation 01 - General Requirements Mobilization Survey and Layout Site Controls Supervision Temporary Facilities (Fencing, Toilets, Electrical, Water, Etc.) Deyvaterinq (Contractor will be responsible for anv permits) 02 — Demolition Floating Turbidity Barrier $ Removal of Concrete Wall $ Removal of Timber Supports $ Removal of Sidewalk $ Removal of Fence and Gate $ Temporary Removal of Light Poles and Fixtures $ 03 — Earthwork Cost $ 50, 000.00 $ 7,500.00 $ 25,000.00 $ 12,600.00 $ 2,300.00 2,400.00 16, 300.00 450.00 2,700.00 1,100.00 1,600.00 $ 15,500.00 $ 9,700.00 $ 10,800.00 $ 5,800.00 5,300.00 5,500.00 34, 300.00 2,800.00 17,100.00 1,500.00 $ 17,800.00 $ 25,800.00 $ 19,000.00 $ 3,800.00 $ 5,700.00 Excavation Fill Compacted Embankment Filter Fabric and Topsoil 04 — Structure Pedestrian and Bicycle Railing I $ Concrete Retainin.iEnd Walls � Concrete Retaining Wall Mangrove Area Remove and Reattach Salvaged Manatee Grate � $ Outfall Pile Wall Penetration/Concrete Headwall $ I Mitered End Section for Existing 12" PVC Pipe $ 05 — Landscaping Sidewalk and Compacted Base Fencing and Gates I Trees and Plants I Sod IIrrigation ITB 2017 -114 -ZD Addendum #1 4/4/2017 Page 8 of 12 06 — Steel Sheet Pile and Concrete Cap Steel Sheet Pile Wall Concrete Cap Tie Rod Anchor Assembly Steel Sheet Pile Anchor Panels Concrete Will for Steel Sheet Pile Anchor Wall Light Poles and Fixtures 07 — Misc. Electrical 08 — Misc. Additional Costs (items not included above) Bond Insurance Profit & Overhead Allowance for City Indemnification Permit Allowance �$ 1$ 138, 300.00 64,000.00 38,700.00 24,500 00 5,700.00 5,600.00 3,000.00 3,000.00 $ ' 63,500.00 $25.00 $5,000.00 *Lump Sum Grand Total (Total Base Bid) s 653,675.00 *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) ITB 2017 -114 -ZD Addendum #1 4/4/2017 Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Section 2 - Bidder's Affirmation: Kiewit Infrastructure South Co. 1580 Sawgrass Corporate Pkwy, Ste 300 Sunrise, FL 33323 954-835-2228 Ben. C arnazzo(a,kiewit. com Sr. Vice Presided, Benjamin J. Carnazzo Submitted: 5/ 11- /7 Date Balance of Page Intentionally Left Blank Page 9 of 12 Exhibit 1 Licenses CITY OF MIAMI BEACH MUSS PARK SEAWALL REHABILITATION ITB NO. 2017 -114 -ZD FXH# ?!T 1 Please refer to Tab B, Section B1. Kiewit Exhibit 2 ,—Contracts in Progress Item Customer Name, Address, no. Representative, and Phone No. Work Description City, Original/ Start/ State Current Value Stop Complete 1 Greater Orlando Aviation Authority, 365 Rickenbacker Airport, Orlando, FL 32803 John Carlson 407-825-4089, 2 Miami -Dade County - Public Works and Waste Management Dept. 111 NW 1st Street Suite 1410 Miami, FL 33128 Manny Garcia 305-375-2939 3 Florida Department of Transportation 719 South Woodland Blvd. Deland, FL 32720 Matthew Price 407-547-3041 4 Texas Department of Transportation 125 East 11th Street Austin, TX 78701 Lewis Nowlin 325-446-2413 5 CSX Transportation, Inc. 500 Water Street Jacksonville, FL 32202 Charles Gullakson 904-359-1114 6 Greater Orlando Aviation Authority 1 Jeff Fuqua Blvd. Orlando, FL 32827 John Carlson 407-825-4089 7 USACE, Jacksonville District 4400 PGA Blvd., Suite 203 Palm Beach, FL 33410 Rhoda A. Moreno-Cedeno 561-472-3524 8 Arkansas Highway and Transportation Dept. 10324 Interstate 30 Little Rock, AR 72219 Allan Walters 501-569-2000 Orlando Intermodal South Orlando, Terminal. Construction of all the Florida above ground scope of the rail viaduct structure for Bridge A and Bridge B including but not limited to CIP Columns, pier caps & decking and setting the precast FL I Beams (FIBs). E. Venetian Causeway Bridge Miami, Rehab. Mechanical and electrical Florida repairs to the E. Bascule Bridge, replace motors, brakes, switches, wiring, tread plates. Also includes deck repairs of the concrete deck on Bridge 874481. Lake Monroe. Electrical and mechanical rehab. $910,200/ $183,604,291 $3,965,559/ $4,293,058 January 14/ October 17 68% August 16/ 81% June 17 Sanford, $4,349,110/ October 15/ 95% Florida $4,215,378 March 17 RoadRunner Pass. 10 Miles of Texas mill and overlay, bridge rail work. Arkendale Powells Third Track. Design build the Arkendale to Powell's Creek (Cherry Hill) Third Track Project. Construction of a third track adjacent to two existing live rail lines. $14,033,551/ October 16/ 11% $15,518,390 August 17 Hanover, $42,386,310/ May 15/ Maryland $43,681,356 June 17 Orlando S. Terminal Structures. Orlando, Viaduct structure Florida Herbert Hoover 267. Herbert Hoover Dike Rehab Structure Replacements, S-267 Reconstruction Porter Road. Widen 3 miles of I- 49 to add third lane in each travel direction and construct I- 49/Hwy.112 interchange ramps. 96% $8,058,137/ September 15/ 95% $31,726,771 September 17 Okeechobe $16,089,010/ October 15/ 63% e, Florida $15,787,325 October 17 Little Rock, $94,033,011/ August 2016/ 35% Arkansas $94,827,784 December 17 Item Customer Name, Address, no. Representative, and Phone No. Work Description City, Original/ Start/ State Current Value Stop Complete 9 Florida Department of Transportation 1000 NW 111th Avenue Miami, FL 33172 Pablo Orozco 305-470-5100 10 Metropolitan Washington Airports Authority 1 Aviation Circle, Suite 154 Washington, DC 20001 Eric Carey - 703-572-0514 11 Texas Department of Transportation 125 East 11th Street Austin, TX 78701 Lisa WalzI - 512-832-7000 12 Texas Department of Transportation 13301 Gateway Blvd. El Paso, TX 79928 Frank Holzmann 210-610-4800 13 Tampa Bay Water 2575 Enterprise Road Clearwater, FL 33763 Richard Menzies 727-796-2355 14 Georgia Dept. of Transportation 600 West Peachtree Street, NW, 19th Floor Atlanta, GA 30308 Tyler Lumsden 404-631-1990 15 City of Atlanta 6000 North Terminal Parkway Atlanta, GA 30320 Philippe Jefferson, 404-865-8565 pejefferson@atlanta.gov Bakers Haulover. Bridge repair, rehabilitation, and painting of Bridge No. 870071 located on SR A1A/Collins Avenue over Bakers Haulover Cut Channel. Dulles Corridor Metrorail Project -Ph 2. Complete the design and construction of the 23.1 mile extension of WMATA's Metrorail System in the Dulles Corridor Miami Beach, Florida $8,960,959/ $8,960,959 January 17/ May 18 Washington, $1,177,777,000/ June 13/ D.C. $1,408,184,457 June 18 Midtown Express. Develop, Austin, design, construct, finance, operate Texas and maintain tolled managed lanes, general purpose lanes and associated facilities along an approx 14 mile segment of SH 183 from SH 121 to 1-35 E Border West Expressway. El Paso, Design and construct of approx. 9- Texas mile extension of Loop 375 C.W. Bill Young Reservoir Maintenance. Maintenance on reservoir GDOT Statewide Repairs. PCC rehab and repairs $1,491,985,062/ April 12/ $1,491,985,062 June 18 $86,581,345/ $86,581,345 Oct 14/ Dec 18 Lithia, $5,910,080/ --- Novt4t Florida $6,273,481 July 19 Various $1,862,4471 Nov 15/ Counties $11,006,703 April 17 throughout Georgia HJAIA Permanent Solution to Atlanta, Sewer Force Main/FC 8932. Georgia Rehabilitation of piping portions of the Southside sewer system. Re- lining the existing pipes from Lift Station 1 all the way to the outfall at the Flint River Pump Station (FRPS). $7,346,410/ $6,846,410 Feb 17/ Jan 18 12% 48% 60% 45% 53% 79% 6% Exhibit 3 Cictim&, Arbitrcttions-, Hearings and Lawsuits o• .. acd) •- 6) >, c to oa+ ca Q a (1) 0 a.+ o c O abi� MI 4 O y .O o iv tr. cn .� Q o 'y U sc utIu cri , co 0bA 0 .0 ci 07 vn O O• v A O O� b c) fx ' `O C.) .2 g.�F...„ co V] ..., 0 b 'C o 0 bq. 0. 1 .E E CG 3 U7 A O .0 O CA co 70 0 M CO U o a) L TA O Q) N c cd co A GT ao teea — 4a E 4) a) aa)) ac) 4) 4) o aa)) N r G Cy Y U O O ,r O 0 O O -. 4C.) O fl �� O I. 0 U o c� ami '" b0 . .ro. ? iO C7 = O P. ,1,1) "a• U 3,cg 0 0 F C1-, .. q-, .O O • CA ca o o 'L1 o o 0 .4 H U U R3 YO 2.t% ..WQ 01 .O -a. •D pc� O ti"CI cct. O 'II o com 0 a)0 yCQNG ^ b 0 m O O �,n � -o ' e .a w cc0 w.n � �' q ._?.0 c0 A 0 �O> �; °mmgoc 0-. a o. U w �,;a C1.1 o ..a a, ..i '0 0a s0..n O ‘.O � M O p O � O p 1" N O N N 0 O .0 1 t to F a) b O 2. 1 U cn as C40 73a a) a N en 13148 HEFT AET Phase 3 d 0 w 12-25315CA02 O 0 N 13148 HEFT AET Phase 3 103/04/2011 O +' U y U �' ) 0 ;.) O co c0 O c7 'n V U 8 Uv�K O U-UU- N 0 c Cm o .`l. 0 O ,4 C) U a) o> c, e' va E-, 'b o ❑ C O — a E- ' � o 0 cn> w 4) .- U bA a O OO p 0- SE '-O+ U O O 1' O O O ,) O O ( VMS N V as c 0 A 61 O t chi '''11 a'^ •"g., e. �U C SU w�°°"4 �U‹ w o o . wa. v)v) cwU�4 Court / Docket ATTACHMENT D INSURANCE REQUIREMENTS 7. ,Indemnification 7.1 Contractor shall indemnify and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable 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 Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 The Bidder shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, including Personal Injury Liability, Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. D. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH BEACH 22 The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. Or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE, 3RD FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 11. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to Article 40. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively BID NO: 2017 -114 -ZD CITYOF MIAMI BEACH MIAMI BEACH 23