Loading...
Contract with Horsepower Electric Inc. tgiof7 - `19 / 3 CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida ("City"), and Horsepower Electric Inc.,8105 W 20 Avenue, Hialeah, FL. 33014., ("Contractor"). WI TN E SS ET H, 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 one hundred and twenty (120) 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. Page 1 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 eight hundred ($800.00) 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 eight hundred ($800.00) 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 [N/A] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. Page 2 [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 in the Revised/Final Negotiated Price Form set forth in Attachment E, which replaces and supersedes the ITB Price Form included in Attachment C (Contractor's ITB Proposal response). 3.2 Payment shall be at the lump sum price in the amount of$924,930.00. This price shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work in accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom. 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. 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 along 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. Page 3 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 tht portion of the Work fully completed and accepted. Such payment Page 4 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. Accordingly, all of the documents incorporated by the Contract Documents (including, without limitation, the ITB and Addendum No. 1 thereto) 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 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. Page 5 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 Protects Department 1701 Meridian Avenue, 3rFloor Miami Beach, Florida 33139 Attn: David Gomez, Sr. Capital Improvement Project Coordinator With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Horsepower Electric Inc 8105 W 20 Avenue Hialeah, FL. 33014 Attn: Michael Martinez— 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. Page 6 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 elect 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. Page 7 IN WITNESS WHEREOF, the parties have set their hands and se"- e dayand year first above written. ATTES : THE CITY OF MIAMI.BEA City Clerk 95,�� /,/ff `` t/ P HORS '���% - ECTRIC INC. c� s ER_ 7 Sigrkatu a/secretary LIL` signature/Presidefit ( \ ft L:\ i4,01A Print Name Print Name Date ATTACHMENTS 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 ATTACHMENT E — REVISED/FINAL NEGOTIATED ITB PRICE FORM APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principle APPENDIX D-4: Performance and 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 EXEC ION ty Attorney Date" Page 8 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM RESOLUTION NO. 2017-29913 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE AWARD OF BIDS, PURSUANT TO INVITATION TO BID(ITB) NO. 2017-143-ZD FOR LOWER NORTH BAY ROAD LIGHTING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HORSEPOWER ELECTRIC, INC., AS THE SOLE RESPONSIVE AND RESPONSIBLE BIDDER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH HORSEPOWER ELECTRIC, INC. UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, ITB No. 2017-143-ZD, was issued on April 18, 2017, with a bid opening date of May 18, 2017; and WHEREAS, the notices resulted in the receipt of three (3) responses from: AGC Electric, Inc., Horsepower Electric, Inc., and Stone Concept Miami, Inc.; and WHEREAS, the bid submittal from Stone Concept Miami, Inc. and AGC Electric, Inc. failed to comply with the minimum requirements as stated in the ITB and, accordingly, their bids were deemed non-responsive; and WHEREAS, in its due diligence, the Procurement Department verified that the sole bidder, Horsepower Electric, Inc. has met the requirements of the ITB; and WHEREAS, Horsepower Electric, Inc. has been deemed the sole responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the ITB; however, its bid price exceeds the City's cost expectations, as well as the other two bidders that had to be deemed non-responsive for their failure to meet the minimum requirements of the ITB; and WHEREAS, therefore, the Administration recommends negotiating with Horsepower Electric to bring its bid price in line with the City's estimated costs; and WHEREAS, after exercising his due diligence, including considering the bid received and the evaluation of staff, the City Manager recommends that the Administration be authorized to negotiate with Horsepower Electric, the sole responsive bidder to the ITB; and to further authorize the Mayor and City Clerk to execute the Agreement upon conclusion of successful negotiations. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the award of bids, pursuant to Invitation to Bid (ITB) 2017-143-ZD for Lower North Bay Road Lighting; authorize the Administration to enter into negotiations with Horsepower Electric, Inc., as the sole responsive and responsible bidder; and, further authorize the Mayor and City Clerk to execute an Agreement with Horsepower Electric, Inc. upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 24 day of 2016. 6 011 L7�,9C1 '.'hilip Le , ATTEST: . •;y�y� /l INCORP•ORATED' 140 1 Al - Raf•el == -nado, C Clerk ''�n,,C�JJ��I 26 .S•T:\AGENDA\2017\6 - June\Procurement Department\ITB 2017-143-ZD Lower North Bay Road\ITB 2017-143-ZD-Lower North Bay Road- Reso 3.doc APPROVED AS TO FORM & LANGUAGE :iO► CUTION 4 -- c - t7 City Attorney ;, Date Resolutions-C7 D MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: July 26, 2017 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE AWARD OF BIDS, PURSUANT TO INVITATION TO BID (ITB) NO. 2017-143-ZD FOR LOWER NORTH BAY ROAD LIGHTING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH HORSEPOWER ELECTRIC, INC., AS THE SOLE RESPONSIVE AND RESPONSIBLE BIDDER;AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH HORSEPOWER ELECTRIC, INC. UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Approve the Resolution. ANALYSIS The Lower North Bay Road project was issued as a Design-Build project to Central Florida Equipment Rentals, Inc. (CFER) consisting of the design, permitting and construction associated with earthwork, roadway, pavement restoration, sidewalk re-construction, water main and water services installation, sanitary sewer lining, storm drainage infrastructure installation (induding a pump station at 23rd Street)and streetscape improvements. Street lighting was not included in the scope of work. At the urging of residents the Administration sought funding for street lighting improvements in the areas relating to the streetscape improvements. On January 13, 2016, the City Commission adopted Resolution 2016-29274, which added funding for the lighting Improvements. On March 18, 2016, the City retained Wolfberg Alvarez and Partners to commence the street lighting improvements design estimated at$1.5 million for the design and construction of the system. The design was completed and placed on hold pending the completion of the as-builts for electrical infrastructure installed by CFER. Following revisions to the City's street lighting standards in early 2017, the design and permitting of the system was completed and the project issued for bids for the construction of the lighting system for Lower North Bay Road. The project will include the installation of approximately 134 concrete pole bases, poles, fixtures, pull boxes, wires and electrical service panel (including coordination with the utility companies) associated with delivering a fully functional street lighting system. The existing conduits may need modification, which is considered to be part of this project. All existing adjacent landscape, site Page 617 of 2495 improvements and features disturbed during the installation are to be restored to their original condition with in kind material.The existing trees will be protected and preserved. ITB PROCESS ITB No. 2017-143-ZD, was issued on April 18, 2017, with a bid opening date of May 18, 2017. One (1) addendum was issued.The Procurement Department issued bid notices to 209 companies. utilizing www.publicpurchase.com website. Forty eight (48) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of three(3) responses from:AGC Electric, Inc., Horsepower Electric, Inc., and Stone Concept Miami, Inc. See tabulation sheet(Attachment A). The bid submittal from Stone Concept Miami, Inc. and AGC Electric, Inc. failed to comply with the minimum requirements as stated in the ITB and, accordingly, their bids were 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 sole responsive bid submitted by Horsepower Electric, Inc. met the requirements of the ITB, including: 1. Licensing Requirements: Bidder shall either be State of Florida certified and licensed General Contractor or, a State of Florida Licensed Electrical Contractor, or a Miami-Dade County Licensed Electrical Contractor to be considered for award and submit evidence of licensing with their bid. Horsepower Electric, Inc. is state certified as an Electrical Contractor and General Contractor. State license numbers are: EC0001153 and CGCB01285, respectively and are set to expire on August 31, 2018. 2. Previous Experience: Bidders shall submit at least three (3) individual references exemplifying their experience for projects similar in scope and budget. References must include projects completed and ongoing within the last ten (10) years. Similar projects shall be interpreted to mean construction of a Street Lighting System. Horsepower Electric submitted the minimum required three (3) projects similar in scope and volume of work detailed within the contract documents.Additionally,they provided various other projects that have been completed and are ongoing which further emphasize their experience with the services required for the construction of street lighting system of North Bay Road. 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 less than one hundred percent of the total base bid amount. The bid response from Horsepower Electric was accompanied by a bonding capacity letter from Frank H. Furman, Inc. dated May 18, 2017. The capacity letter indicated that Horsepower Electric has been extended a bonding facility, which has supported individual projects up to $ 25 million and an aggregate work program in the $50 million range from QBE Insurance Corp. QBE Insurance is rated AXIV, Excellent by A.M. Best. 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 Page 618 of 2495 provide the goods and/or services required herein. Horsepower Electric's latest Supplier Qualifier Report from Dun & Bradstreet indicates that they have a Supplier Evaluation Risk(SER) rating of 4 out of 9. The lower the score, the lower the risk. According to the information provided by the firm, it is a Florida State Certified Electric Contractor and General Contractor headquartered in South Florida specializing in: Roadway lighting maintenance and construction, traffic signalization, red light camera installations, intelligent transport systems, and energ' savings (LED and Solar Solutions). Horsepower Electric has an excellent safety record and strictly adheres to all safety guidelines and standards set by national, state, and city regulatory agencies. Regardless of a project's scope, Horsepower Electric works to meet its clients' needs by keeping up with modem technology in the industry and always striving for excellence in workmanship, customer satisfaction, and professional commitment. Horsepower Electric, Inc. has been deemed the sole responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the ITB. However, its bid price exceeds the City's cost expectations, as well as the other two bidders that had to be deemed non-responsive for their failure to meet the minimum requirements of the ITB.Therefore, the Administration recommends negotiating with Horsepower Electric to bring its bid price in line with the City's estimated costs. CONCLUSION After considering the bid received and the evaluation of staff, the City Manager recommends that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution authorizing the Administration to enter into negotiations with Horsepower Electric, the sole responsive bidder to the ITB, pursuant to Section 2-367(c) of the City of Miami Beach City Code; and further authorize the Mayor and City Clerk to execute the Agreement upon conclusion of successful negotiations. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Amount 1 $949,860 Account 1 304-0820-069357-00-410-564-00-00-00- Construction 23260 Amount 2 $94,986 Account 2 304-0820-069357-00-410-564-00-00-00- Owner's 23260 Contingency Total $1,044,846 Legislative Tracking Capital Improvement Projects/Procurement Page 619 of 2495 ATTACHMENTS; Description o Attachment A-Tabulation of Bids o Resolution o Account Page 620 of 2495 Attachment A TABULATION OF BIDS RECEIVED Invitation to Bid (ITB)2017-143-ZD Lower North Bay Road Lighting Stone Concept Miami,Inc.' AGO Electric,InoHorsepower Electric,Inc. COMPANY NAME Lump Sum Grand Total(Total Base Bid) $ 742,110.00 $ 872,057.06 $ 949,860.00 I Recommended for award. 2 Deemed non-responsive for failure to submit(3)projects of similar scope within the last 5 years and surety letter as required. 3 Deemed non-responsive for failure to submit surety letter as required. Page 621 of 2495 ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2017-143-2D LOWER NORTH BAY ROAD LIGHTING (the ITB) May 10, 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. DELETE Section 0500, General Terms and Conditions, Item No. 16 and 17 in their entirety and REPLACE with the following: 16. Termination. 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City(1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material ITB 2017-143-ZD Addendum#1 5/10/2017 Page 1 of 6 produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City(if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time ITB 2017-143-ZD Addendum#1 5/10/2017 Page 2 of 6 e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents: f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor has provided written notice of same in accordance with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; i. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction: k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the City, in its sole opinion. deems substantial and material, following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. ITB 2017-143-ZD Addendum#1 5/10/2017 Page 3 of 6 c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: I. Immediately deliver to the City all Project records, in their original/native electronic format(i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders iii. As directed by the City, transfer title and deliver to the City(1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated: and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. ITB 2017-143-ZD Addendum#1 5/10/2017 Page 4 of 6 b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contract or Stop Work. If the Project should be stopped under an order of any court or other public authority for a period of more than ninety(90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety(90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. ITB 2017-143-ZD Addendum#1 5/10/2017 Page 5 of 6 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(c�m iam i beachfl.qov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(a�miamibeachfl.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. Si t�-'r-1 Al-x Denis P . ent Director ITB 2017-143-ZD Addendum#1 5/1012017 Page 6 of 6 INVITATION TO BID (ITB) Lower North Bay Road Lighting ITB No. 2017-143-ZD BID ISSUANCE DATE: APRIL 18, 2017 BID OPENING: MAY 18, 2017 ISSUED BY: ZULEIKA DAVIDSON MIAMI BEACH Zuleika Davidson, Contracting Officer / PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x6943 I www.miamibeachfl.gov zuleikadavidsona miamibeachfl.gov INVITATION TO BID SUMMARY 7 BEACH; Bid Element Description Invitation to Bid No. 2017-143-ZD Estimated Construction Budget $900,000.00 ITB Title: Lower North Bay Road Lighting Basic Description of the Scope of Work: Installation of street lighting and related work. Bid Issuance: April 18, 2017 Technical Drawings and Specifications are available for free download at: www.publicpurchase.com OR are available on CD for pick up for a fee of $20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference THERE WILL NOT BE A PRE-BID CONFERENCE Date, Time, & Location: FOR THIS ITB. BIDDERS ARE ASKED TO SUBMIT ANY QUESTIONS IN ACCORDANCE ❑ Meeting is Mandatory(only if box is WITH SECTION 0200 INSTRUCTIONS TO checked) BIDDERS. Site Visit Date, Time, & Location: There will not be a scheduled site visit, however contractors are encouraged to visit the site, at their ❑ Site Visit is Mandatory(only if box is convenience. . checked) Last Day for Receipt of Questions: May 8, 2017 AT 3:00 PM Bid Due Date &Time: May 18, 2017 AT 3:00 PM Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Department (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0400 Below Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0200 for detailed information. ® is required at the time of bid submission. ❑ is NOT required for this project. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 2. Performance and Payment bond equal to 100% of the total project: ® 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. E SHALL NOT be required for this project. Prevailing Wage Rates ❑ SHALL be applied. Please reference Section 0200 for detailed information. ® SHALL NOT be applied. Project Completion Timeframe: 120 calendar days, Substantial Completion 30 calendar days, Final Completion Liquidated Damages: $800.00 shall be assessed for each day after Substantial Completion that the Work is not complete. $300.00 shall be assessed for each day after scheduled Final Completion that the Work is not complete. Procurement Contact Information: Zuleika Davidson , Contracting Officer) Phone: 305.673.7000 ext. 6943 E-mail: zuleikadavidson@miamibeachfl.gov CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://librarv.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado(a�miamibeachfl.gov. 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS 8 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 13 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 15 0500 GENERAL TERMS AND CONDITIONS 17 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 48 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 267 BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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 offer(s) submitted in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, 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 material change. 1.4 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and /or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In 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 refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 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 coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the 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 shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Consultant in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 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 Owner's Contingency: The term "Owner's Contingency" shall mean a line item owner's contingency amount contained in the Schedule of Values for the Project , which owner's contingency amount, shall be included within the total base bid for the Project. The Owner's Contingency shall be used as a source of funds for the costs reasonable and necessarily incurred and paid by the Contractor with prior City's approval. The Owner's Contingency is to cover construction related cost which were not specifically foreseeable or quantified as of the date of Bid submittal, including but not limited to the following: correction of minor defects or omissions in the Work not caused by the Contractor's negligence; cost overruns due to the default of any subcontractor or supplier; minor changes caused by unforeseen or concealed site conditions; and minor changes in the Work not involving adjustment in the Contractor Price or extension of the completion date and not inconsistent with the approved final plans and specifications. 1.19 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.20 Program Manager: Not applicable. 1.21 Project: The construction project described in the Contract Documents, including the Work described therein. 1.22 Project Initiation Date: The date upon which the Contract Time commences. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 1.23 Resident Project Representative: Not applicable. 1.24 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. 1.25 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. 1.26 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.27 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, 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; however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.28 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.29 Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. Balance of Pape Intentionally Left Blank BID NO:2017-143-ZD CITYOF MIAMI BEACH 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 all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ ) which may be checked ( © ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Background and Scope of Work: Installation of decorative street lighting system along Lower North Bay Road from 20th Street to Alton Road including the intersecting streets of North Michigan Avenue, W 21St Street, W 23rd Street, W 27th Street, and W 29th Street, in accordance with the Construction Documents prepared by Wolfberg Alvarez and Partners, Inc. The work includes all labor, material, equipment and appurtenances associated with the installation of approximately 134 concrete pole bases, poles, fixtures, pull boxes, wires and electrical service panel (including coordination with the utility companies) associated with delivering a fully functional street lighting system. The City has installed conduits and pull boxes along North Bay Road and at street intersections as part of a previous Lower North Bay Road Improvement Project to minimize impact of the street lighting installation. The existing conduits may need modification, which is considered to be part of this work. All existing adjacent landscape, site improvements and features disturbed during the installation are to be restored to their original condition with in kind material. The existing trees will be protected and preserved. 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 federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 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. 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 5. Location of Work: This Scope of Work shall be completed at the following location: Lower North Bay Road from 20th Street to Alton Road including all intersecting streets. 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/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. ® Bid Guaranty: This bid shall be accompanied by either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Section 0500, General Conditions, or by certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), 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 damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. Bid 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 party, the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register, in the City of Miami Beach, Florida. The provisions of this Ordinance shall not apply to the following projects: a. water, except water treatment facilities and lift stations; b. sewer, except sewage treatment facilities and lift stations; c. storm drainage; d. road construction, except bridges or structures requiring pilings; and e. beautification projects, which may include resurfacing new curbs, gutters, pavers, sidewalks, landscaping, new lighting, bus shelters, bus benches and signage. 10. Acceptance or Rejection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within 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 BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH (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 Procurement Department prior to award of the Bid by the Mayor and City Commission. 11. Method of Award: The City Commission shall award the contract to the lowest and best bidder. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. 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: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 12. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 13. Postponement of Date for Presenting and Opening 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 specifications, requirements, 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. 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 enterprise, 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 services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, 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 quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service- disabled veteran business enterprise. 16. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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. Bidders shall complete and return, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/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. 17. City Manager'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. 18. City Commission Authority: 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. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s) will be binding on the contracting parties. 19. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be required: 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. 20. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. I. CITY OF MIAMI BEACH • Public Works Right-of Way Permit • Building Permit • Tree Permit II. FLORIDA POWER AND LIGHT (FPL) The successful contractor shall be responsible for obtaining a Right of Way Permit from the City of Miami Beach Public Works Department. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. Balance of Page Intentionally Left Blank BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEAC! 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: Bidder shall either be State of Florida certified and licensed General Contractor or, a State of Florida Licensed Electrical Contractor, or a Miami-Dade County Licensed Electrical Contractor to be considered for award and submit evidence of licensing with their bid. The qualified bidder shall hold all required current certified licenses in order to provide the scope of work as set forth in the bid documents. Copies of all license(s) shall be submitted with bid submittal or within three (3) calendar days upon request from the Contracting Officer. 2. Previous Experience: Bidders shall have a total of three (3) projects of similar scope and budget within the last ten (10) years, two (2) of which must be successfully completed, the third of which may be ongoing. Submittal Requirement: Bidders shall submit at least three (3) individual references exemplifying their experience for proiects similar in scope and budget. References must include projects completed and ongoing within the last ten (10) years. Similar projects shall be interpreted to mean construction of a Street Lighting System. For all references submitted, Bidders shall submit at a minimum the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone number, 5) Contact's Email, 6) Narrative on Scope of Services Provided, 7) Contract amount and completion date. 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 less 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 Bidder's responsibility and ability to perform the Contract, City has the right to investigate and request information concerning the financial condition, experience record, personnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the 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 include, at a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the bid submittal is from a joint venture, BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, may be declared non-responsive. Balance of Page Intentionally Left Blank BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 0400. BID SUBMITTAL REQUIREMENTS One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, one (1) bound copy and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. Bid packages must contain the following documents, each fully completed, and signed as required in the order dictated below. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed non-responsive. The City reserves the right to request any documentation omitted, with exception of the Bid Price form 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 upon request from the City, 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 following information: • 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) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. • Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence of experience, as required herein in Section 0300 Minimum Qualifications and Requirements. Surety capacity letter shall be submitted in Tab C Financial Statements. Tab C. FINANCIAL STATEMENTS i. 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 prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: https://suppl ierportal.dn b.com/webapp/wcs/stores/servlet/Su ppl ierPortal?storeld=11696 BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 listed 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 include, 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 financial statements as indicated above. iii. Proposers 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. Tab D. EXPERIENCE AND KEY PERSONNEL It is a requirement of the bid that the Bidder staff the project with competent individuals and qualified supervisory personnel. To that end, the Bidder shall provide the following information: • Bidder (Business Entity) shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. • An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: • Construction Project 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 of all sub-contractors proposed for the Project. Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. Attach Appendix A Price Form, Bid Tender Form, & Supplements fully completed and executed. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract 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 work, performance, material, 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; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, 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 Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 3. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 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: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: () Bar Chart () Modified CPM () CPM (X) Computerized CPM using Primavera P6 software BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, 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. 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. Monthly, 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 schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). 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 strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the project 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 logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which may 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. ❑x 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 relocation, provided, 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 five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of 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 Payment Bond: Within ten (10) 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, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified pursuant to Article 5. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 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 order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. 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 be held 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 business with a record of successful continuous operation for at least five (5) years. 6.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 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 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 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 issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 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 attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, 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 Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEA CN A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 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 be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 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 Consultant. 8.3 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 received a waiver of subrogation endorsement from the insurer. BID NO: 2017-143-ZD CITYOF MIAMI BEACH 22 �� 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. 8.4 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. 8.5 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. 8.6 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 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. 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 performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 24 necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 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 Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All 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. 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 result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. BID NO:2017-143-ZD CITYOF MIAMI BEACH BEA(I- 14. Inspection of Work: 14.1. Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 14.1.1. Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 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 Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay 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 inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to 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 Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record, at a minimum, 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, labor, personnel, equipment BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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 Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the 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 discovery, until authorized, will be done at Contractor's sole risk. 15.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. City's Right 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 Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an acceptable manner, Contract Administrator may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. If Contractor , within a period of five (5) calendar days after such notice, shall not proceed in accordance therewith, then City may upon written certificate from Consultant of the fact of such delay, neglect or default and Contractor's failure to comply with such notice, terminate the services of Contractor , 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 materials and equipment on the Project site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Project is completed. In addition City may enter into an agreement for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Project according to the terms and provisions of the Contract Documents, or use such other methods BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH as in City's sole opinion shall be required for the completion of the Project in an acceptable manner. All damages, costs and charges incurred by City, together with the costs of completing the Project, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. 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 mail, 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 not 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, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 17. Contractor's Right 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 Consultant, or to notify Contractor and Consultant in writing of any objection to the Application for Payment, then Contractor may, give written notice to City and Consultant of such delay, neglect or default, specifying the same. If City or Consultant (where applicable), within a period of ten (10) calendar days after such notice shall not remedy the delay, neglect, or default upon which the notice is based, then Contractor may stop work or terminate this Contract and recover from City payment for all work executed and reasonable expenses sustained therein plus reasonable termination expenses. Any objection made by City to an Application for Payment shall be submitted to Consultant in accordance with the provisions of Article 12 hereof. 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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. Differing 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 Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or BID NO: 2017-143-ZD CITYOF MIAH MI BEACH BEACH discrepancy, 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. Contractor's Responsibility for Damages and Accidents: 23.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as provided in Article 29. 23.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as provided in Article 29. 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 will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 25 herein. 25. Supplementary Drawings: 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 further, or to show any changes which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, Contractor shall promptly either correct all defective work or remove such defective work and replace it with non- defective work. Contractor shall bear all direct, indirect and consequential costs of 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 Consultant, City shall have the authority to cause the defective work to be removed or corrected, or make such BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACJH repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 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 Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 23 hereof and any claim regarding latent defects. 26.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 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. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 70% percent of the Contract Price. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 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: 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. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 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 shall 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, rights-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 provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 33.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor ES responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 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 location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other BID NO:2017-143-ZD CITYOF MIAMI BEACH BEAN utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 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 overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life 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 approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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 increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, 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 orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Chancre Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 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. All Change Orders with a value of $50,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $50,000 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 issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 12 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Consultant and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. BID NO: 2017-143-ZD CITYOF MIAMI BEACH REACH 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 unilaterally by City. 39. Value of Change 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: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, 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 include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 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. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 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 Consultant, 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 consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor . 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 39.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 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" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, 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 classifications, 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 expenses, 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 same, except for additional bonds and insurance required because of changes in the work. 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, 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 included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually 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: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 39.4.2.2. For costs incurred under Section 39.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent(10%); and 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 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 involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. 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 shall 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 change-in-cost, 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 Claim for Change 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. Thereafter, 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 12 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT 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 include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 41. No Damages for 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, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delay; Compensable; Non-Compensable: 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 Delay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 39 hereof. Failure of Contractor to comply with 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: 2017-143-ZD CITYOF MIAMI BEACH - BEACH (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 38 hereof. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto as Form 00925 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 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 including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 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 manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the 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 Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. 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 items, 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 shall be typewritten or lettered in ink. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 Consultants approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 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 lines, conduits, structures, maintenance access structures, handholes, 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, Addenda, 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 all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, 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 Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment 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, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 43 47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in Sections 46.1.2 and 46.1.3 above, caused directly or indirectly, in whole or in part, by Contractor , any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor . Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 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. ❑x 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 City for Tests: Except when otherwise specified in the Contract Documents, 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 projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 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. BID NO: 2017-143-ZD CITYOF MIAnA MI BEACH BEACH 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 suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 52. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall 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: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. Contractor shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 55. Project Records: City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 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 following information: b. 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, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. d. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH g. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 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 violations, notices and dispositions thereof. The no 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 Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Consultant, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. Balance of Page Intentionally Left Blank BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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 Failure to submit the attached Cost Proposal Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH MIAMI BEACH A-1 City of Miami Beach ITB Price Form 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 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 2017-143-ZD: LOWER NORTH BAY ROAD LIGHTING Cost 01 -General Requirements $ 02-Sitework(including Restoration and Sod) $ 03/04-Concrete&Masonry: Concrete Bases/Foundations $ 16 - Electrical: Distribution Panel (NEMA 4X Stainless Steel) & Support Structure $ Lighting Arrester $ Lighting Contactor/Contactor Cabinet/Photocel $ Light Poles(12Ft Fiberglass) $ Luminaires (Holophane Granville) 7 Lamps $ PVC Raceways (2" Sch 80) $ GRS Raceways(Risers @ Service Location) $ Wiring#6 CU) $ Wiring#10 CU) $ Pull Boxes (Quazite 13"X 24") $ Ground Rods (Copper Clad 3/4"X 10")&Ground Clamp $ Trenching and Backfill $ FPL Service Connections $ Bond $ Insurance $ Profit&Overhead $ Subtotal $ Allowance for City Indemnification $25.00 Permit Allowance $5,000.00 *Lump Sum Grand Total (Total Base Bid) $ ADDITIVE ALTERNATES Installation of Type"H1" light fixtures in lieu of Type"H"and related work $ Fourteen (14) LED Fixture Drivers and Surge Protectors $ Alternates Total $ BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 49 *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Submitted: Date Balance of Page Intentionally Left Blank BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 50 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and 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. 2017-143-ZD LOWER NORTH BAY ROAD LIGHTING 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 51 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 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond E, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check El, Bank Draft El, Cashier's Check ❑, or: Certified Check El No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing 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 I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sion below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH A-2 (Sign below if incorporated) ATTEST: (Type or Print Name of Corporation) Secretary (Signature and Title) (CORPORATE SEAL) (Type or Print Name Signed Above) Incorporated under the laws of the State of: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 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:2017-143-ZD CITYOF MIAMI BEACH BEACH 54 A-3 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): 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? ❑ 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: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 55 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. 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. 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 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. 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 56 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. M. 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 El No BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 57 A-3 P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes No If the answer to either number 12 or 13 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 El 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, 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 BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEA:H 58 A-3 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. CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH A-4 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. 2017-143-ZD. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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: (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; (5) 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 61 A-5 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 as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 62 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-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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 with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 64 A-6 • 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH A-6 MIAMI BEACH DECLARATION: NONDISCRIMINATION IN 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 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 No 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. C Race _Yes_No ❑ Sex _Yes_No ❑ Color Yes No ❑ Sexual Orientation Yes No ❑ Creed _Yes_No C Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No C Domestic partner status _Yes_No ❑ National origin _Yes_No ❑ Marital status _Yes_No Li Ancestry _Yes—No C Disability _Yes_No ❑ Age _Yes_No ❑ AIDS/HIV status _Yes_No C Height _Yes—No C Weight _Yes—No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. _Yes_No BID NO:2017-143-ZD CITYOF MIAMI BEACH 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 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 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 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.qov/procurement/ BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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? _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 day of , in the year ,at Signature Mailing Address Name of Signatory City,State,Zip Code Title BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH A-6 MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department 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: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 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 City, State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department 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 Procurement Department 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 available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH B. Administrative Actions and Request for Extension A-6 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: 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH A-7 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 Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH APPENDIX B List of Plans and Specifications BID NO: 2017-143-ZD CITYOF MIAMI BEACH PEA--H MJAMIBEACH B LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY WOLFBERG ALVAREZ, DATED APRIL 11, 2017 Page Sheet Noo ./Spec. Title/Description ITB 2017-143-ZD: Lower North Bay Road Lighting- DRAWINGS 1 Cover Sheet Cover Sheet 2 E-1 Legend/General Notes 3 E-2 Street Lighting Key Map 4 E-3 North Bay Road STA 10+00 to 16+20 5 E-4 North Bay Road STA 16+20 to 22+20 6 E-5 North Bay Road STA 22+60 to 27+60 7 E-6 North Bay Road STA 27+60 to 33+90 8 E-7 North Bay Road STA 33+90 to 40+20 9 E-8 North Bay Road STA 40+20 to 46+40 10 E-9 North Bay Road STA 46+40 to 52+00 11 E-10 North Bay Road STA 52+00 to 58+00 12 E-11 North Bay Road STA 58+00 to 63+40 13 E-12 North Bay Road STA 63+40 to 65+93.33 14 E-13 North Bay Road STA 0+00 to 3+05.55 15 E-14 North Bay Road STA 0+00 to 3+24.13 16 E-15 North Bay Road STA 0+00 to 5+53.50 17 E-16 North Bay Road STA 0+00 to 3+24.22 18 E-17 North Bay Road STA 0+00 to 4+00 19 E-18 North Bay Road STA 04+00 to 7+20 20 E-19 Details 21 E-20 Luminaire Pole Data/Panel Schedule BID NO:2017-143-ZD CITYOF MIAMI BEACH 78l�CF� APPENDIX C Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT C-1: Bid Guaranty Form; Unconditional Letter Of Credit ❑ ATTACHMENT C-2: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-3: Statement Of Compliance: Davis Bacon Wages BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH MIAMI BEACH c- i ❑ 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: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name). at by order of and for the account (branch address) of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 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, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (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 modified, amended, 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH C-1 We hereby agree with the drawers, 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 Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida la-+w should arise, Florida law shall prevail. Authorized Signature BID NO:2017-143-ZD CITYOF MIAMI BEACH 81 BEACH C-2 ❑ STATEMENT OF COMPLIANCE: PREVAILING WAGE RATE ORDINANCE NO. 94-2960 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 City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this 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) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH C-3 ❑ 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 Contractor By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) 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) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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: 2017-143-ZD CITYOF MIAMI BEACH BEACH 84 Bond Number:BND 21577274 MIAMI BEACH D-1 FORM OF PERFORMANCE BOND BY THES BOND, We Horsepower Electric,Inc. , as Principal, hereinafter called Contractor , and QBE Insurance Corporation , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Nine Hundred Twenty-Four Thousand Nine Hundred Thirty Dollars ($ 914-930.00 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: 2017-143-ZD , awarded the 28th day of August , 20 17 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of Lower North Bay Road Lighting , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly; 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH D-1 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond, Si.ned and sealed this 31st day of August , 20 17 . WIT .D Horsepower Electric,Inc. (Name of Corporation) src By: (Signator (CORPORA SEAL) M lc-NAEL kA e(c-,s4t:;.2 PRS s t3 -,\ (Print Name and Title) • IN THE PRESENCE OF: INSURANCE COMPANY: _ Ali By: Pda �c7 Agent and Attorney-in-Fact Roberto Menendez Address: 1314 E.Atlantic Blvd. (Street) Pompano Beach,FL 33060 (City/State/Zip Code) Telephone No.: 954-943-5050 CITYOF MIAMI BEACH BID NO:2017-143-ZD ���� 8BEACH Bond Number:BND 21577274 D-2 FORM OF PAYMENT BOND BY THIS BOND, We Horsepower Electric,Inc. , as Principal, hereinafter called Contractor , and QBE Insurance Corporation , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Nine Hundred Twenty-Four Thousand Nine Hundred Thirty Dollars ($ 924,930.00 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: 2017-143-ZD , awarded the 28th day of August , 20 17 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the"Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2,4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. CITYOF MIAMI BEACH - BID NO:2017-143-ZD 87 • _ ;��hC�--1 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this 31st day of August , 20 17 . Contractor ATT Horsepower Electric,Inc. • me of Corporation) !MIMI\ By: �.._ (.:cretary) O•nature) (Corporate Seal) (Print Name and Title) 31st day of August , 20 17 IN THE PRESENC 44F: INSURANCE COMPANY: dif By: Qtk 3 tA--3 Agent and Attorney-in-Fact Roberto Menendez Address: 1314 E.Atlantic Blvd. (Street) Pompano Beach,FL 33060 (City/State/Zip Code) Telephone No.: 954-943-5050 BID NO: 2017-143-ZD CITYOF MIAMI BEACH _ Jri,;C; WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE BLUE BORDER QBE. POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS,that QBE Insurance Corporation(the"Company"),a corporation duly organized and existing under the laws of the State of Pennsylvania, having its principal office at 88 Pine Street, New York, NY 10005, has made, constituted and appointed, and does by these presents make, constitute and appoint Dirk Douglas DeJong, and Roberto Carlos Menendez of Frank H.Furman,Inc.of Pompano Beach,FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal,acknowledge and deliver any and all bonds and undertakings,with the exception of financial guaranty insurance,to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of New York, without giving effect to the principles of conflict of laws. This Power of Attorney is granted pursuant to the following resolutions,which were duly and validly adopted at a meeting of the Board of Directors of the Company with effect from June 30,2014: RESOLVED,that the Chief Executive Officer, any President,any Executive Vice President,any Senior Vice President,any Vice President,the Corporate Secretary or any Assistant Corporate Secretary is authorized to appoint one or more Attorneys- in-Fact and agents to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time; FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,or conditional undertaking will be valid and binding upon the Company when(a)signed by any of the aforesaid authorized officers;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and agents pursuant to the power prescribed in his/her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and FURTHER RESOLVED,that the signature of any authorized officer and the seal of the Company may be drawn on or affixed by facsimile or electronically transmitted by email to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligation of the Company,and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile or electronically reproduced signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this December 21,2016. Attest: ��pp QBE INSURANCE CORPORATION (Seal) By: L� By: 3.11 Brett Halsey Matt Curran Senior Vice President Senior Vice President S iATE OF FLORIDA )SS.: I COUNTY OF SEMINOLE On this December 21, 2016, before me personally appeared Brett Halsey and Matt Curran, both to me known to be Senior Vice Presidents of QBE Insurance Corporation, and that each, as such, being authorized to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporation each as a duly authorized officer. LISA M PARENT By: i4 e NOTARY RUELK•STATE OF FLORIDA COMMISSION# FF104252 Lisa M Parent,Notary Public EXPIRES 5/16/2018 MONNOEO THRU'Ub-$OTARY7 CERTIFICATE I,Jose Ramon Gonzalez,Jr.,the undersigned,Corporate Secretary of QBE Insurance Corporation do hereby certify that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth herein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this 31st day of August 2017. (Seal) By: -: Jose Ramon Gonzalez,Jr.,Corporate Secretary D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL L1 eJ r l d rt le l0 , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that .(c-Lae 1A1-12-1-71v2- , who signed the Bond(s) on behalf of the Principal, was then P( ','icixvl-k' of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secret n behalf of) �Co c E1a4 C Corporatio't,09-) STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared L S )-'l Ota a_t Lo to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this La day of `1 -f2m r' 20 My commission expires: - Notar ubli , tate of Florida at Large Bonded by ' ,4 yp,gy, STEPHANIE CRESPO i Notary Public-State of Florida E• • Commission#►FF 931378 MyComm.lou National N tares Oct2019 4? through . I y Asia. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 89 D-4 PERFORMANCE AND PAYMENT 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 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 90 D-4 agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO: 2017-143-ZD CITYOF MIAMI BEACH B.EACH 91 D-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list wil D-5 be the date of final payment unless otherwise agreed in writing. BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 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:2017-143-ZD CITYOF MIAMI BEACH BEAD l-4 93 D-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date) City of Miami Beach, Florida By Contract Administrator Date BID NO: 2017-143-ZD CITYOF MIAMI BEACH _ BEA(H 94 D-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 [If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20_ BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH APPENDIX E Sample Contract BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 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. W I T N E S S E T H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all 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 Purchase 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, material procurement 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 one hundred twenty (120) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Consultant as the date of Substantial Completion. BID NO: 2017-143-ZD CITYOF MIAMI BEACH 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 eight hundred dollars ($800.00) 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 three hundred dollars ($300.00) 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 ( ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 98 [X] This is a Lump Sum 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 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. *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. 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 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 City 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 below five percent (5%) shall be at the sole discretion of the City after written request by Contractor. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub- Section 43, fully executed by the City establishing the Date of Substantial Completion, and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 99 City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 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 BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 100 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 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public 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. BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 101 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Procurement Department 1755 Meridian Ave., 3►d Floor Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 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. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 102 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 Board 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. BID NO:2017-143-ZD CITYOF MIAMI BEACH BEACH 103 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH City Clerk Mayor CONTRACTOR ATTEST: Signature/Secretary Signature/President Print Name Print Name ATTACHMENTS 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 A: Required Forms APPENDIX A-1: Form of Performance Bond APPENDIX A-2: Form of Payment Bond APPENDIX A-3: Certificate of Corporate Principle APPENDIX A-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX A-5: Certificate of Substantial Completion APPENDIX A-6: Final Certificate of Payment APPENDIX A-7: Form of Final Receipt BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 104 APPENDIX F Specifications BID NO: 2017-143-ZD CITYOF MIOAS I BEACH BEACH er 1 CITY OF MIAMI BEACH CONSTRUCTION CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS NEIGHBORHOOD NUMBER 8: LOWER NORTH BAY ROAD RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS STREET LIGHTING PROJECT MANUAL April 12, 2017 !kV WOLFBERG ALVAREZ&PARTNERS Wolfberg Alvarez & Partners Architecture•Engineering•Planning•Interiors 3225 Aviation Avenue Suite 400 Miami, Florida 33133 V 305-666-5474 AA 0002416 EB 0002354 https://www.miamibeachfl.gov Telephone: 305.673.7071 E-mail: CarlaDixont miamibeachfl.gov Facsimile: 305.673.7073 CITY OF MIAMI BEACH NEIGHBORHOOD NUMBER 8: LOWER NORTH BAY ROAD RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS STREET LIGHTING SECTION TECHNICAL SPECIFICATIONS PAGES DIVISION 1 -GENERAL REQUIREMENTS 01010 Summary of Work 01010-1 - 01010-11 01025 Measurement and Payment 01025-1 - 01025-3 01031 General Project Procedures 01031-1 - 01031-3 01045 Cutting and Patching 01045-1 - 01045-3 01050 Field Engineering 01050-1 - 01050-2 01060 Regulatory Requirements and Permits 01060-1 01070 Abbreviations 01070-1 - 01070-5 01090 Reference Standards 01090-1 - 01090-2 01152 Applications for Payment 01152-1 - 01152-2 01200 Project Meetings 01200-1 - 01200-3 01311 Schedules and Reports 01311-1 - 01311-9 01340 Shop Drawings, Product Data, and Samples 01340-1 - 01340-5 01380 Construction Photography 01380-1 - 01380-2 01400 Quality Control 01400-1 - 01400-2 01505 Mobilization, Site-Preparation, and Demobilization 01505-1 - 01505-2 01510 Temporary Utilities 01510-1 - 01510-2 01520 Construction Aids 01520-1 - 01520-2 01530 Protection of Existing Facilities 01530-1 - 01530-4 01550 Site Access and Storage 01550-1 - 01550-2 01560 Temporary Controls 01560-1 - 01560-4 01570 Traffic Regulations 01570-1 - 01570-2 01580 Project Identification Signs 01580-1 - 01580-2 01600 Material and Equipment 01600-1 - 01600-3 01700 Contract Closeout 01700-1 - 01700-3 01710 Cleaning 01710-1 - 01710-2 01720 Project Record Documents 01720-1 - 01720-3 01730 Operating and Maintenance Data 01730-1 - 01730-4 01740 Guarantees and Bonds 01740-1 - 01740-2 DIVISON 2-SITEWORK 02200 Earthwork 02200-1 - 02200-8 02222 Excavation and Backfill for Utilities 02222-1 - 02222-5 02500 Surface Restoration 02500-1 - 02500-2 02910 Sodding 02910-1 - 02910-7 02931 Tree Protection 02931-1 - 02931-2 DIVISION 3-CONCRETE (NOT USED) DIVISION 4-MASONRY(NOT USED) TABLE OF CONTENTS TOC - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION TECHNICAL SPECIFICATIONS PAGES DIVISION 5-METALS (NOT USED) DIVISION 6-WOOD AND PLASTIC (NOT USED) DIVISION 7-THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8-DOORS AND WINDOWS (NOT USED) DIVISION 9-FINISHES(NOT USED) DIVISION 10-SPECIALTIES (NOT USED) DIVISION 11 -EQUIPMENT(NOT USED) DIVISION 12-FURNISHINGS (NOT USED) DIVISION 13-SPECIAL CONSTRUCTION (NOT USED) DIVISION 14-CONVEYING SYSTEMS(NOT USED) DIVISION 15-MECHANICAL CONSTRUCTION (NOT USED) DIVISION 16-ELECTRICAL 16000 Electrical General Requirements 16000-1 - 16000-4 16023 Codes and Standards 16023-1 16100 Basic Materials and Methods 16100-1 - 16100-2 16112 Raceways and Conduits 16112-1 - 16112-6 16120 Wire and Cable 16120-1 - 16120-4 16402 Electrical Site Utilities 16402-1 - 16402-2 16430 Metering and Sub-Metering 16430-1 16440 Disconnect Switches 16440-1 - 16440-2 16450 Grounding 16450-1 - 16450-3 16470 Panelboards 16470-1 - 16470-3 16475 Overcurrent Protective Devices 16475-1 - 16475-3 16530 Exterior Lighting 16530-1 - 16530-3 16709 Lightning Arresters/Surge Suppression 16709-1 - 16709-3 END OF TOC TABLE OF CONTENTS TOC -2 CMB Neighborhood No. 8: Lower North Bay Road July 13, 2016 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01010-SUMMARY OF WORK PART 1 -GENERAL 1.1 THE REQUIREMENT A. WORK to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor,transportation, and services, including fuel, power, water, and essential communications, and performing all WORK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the CITY. B. Wherever the term CONSULTANT is used in these documents, it shall be construed to mean the CONSULTANT, through the CITY. C. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises the construction of the infrastructure site work for Bayshore Neighborhood 8B — Lower North Bay Road. The WORK will include but not be limited to site preparation and restoration, installation of light poles, bases, and luminaires, including power distribution, and connection to electrical service from the power company(FPL) . B. The general location of the WORK section is as follows: Lower North Bay Road from 20th Street to Alton Road; North Michigan Avenue,west of Alton Road; 21st Street, 23rd, Street(including street end), 27th Street, and 29th Street. 1.3 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the latest editions of the following publications: 1. City of Miami Beach (CMB) Public Works Department Manual "Design and Construction Standard Specifications and Details". 1.4 SITE INVESTIGATION A. The CONTRACTOR, by virtue of signing the Agreement,acknowledges that it has satisfied itself to the nature and location of the WORK,the general and local conditions including, but not restricted to:those bearing upon transportation;disposal, handling and storage of materials;access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the CONTRACTOR to completely or properly evaluate the site conditions shall not be grounds for additional compensation. B. Soil boring information may be furnished to the CONTRACTOR for its general information. Such data is not warranted to be correct; the CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and(underground)water SUMMARY OF WORK 01010- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 conditions on the project site. No additional payment will be made to the CONTRACTOR because of differences between actual conditions and those shown by the boring logs. 1.5 WORK BY OTHERS A. Concurrent work by Other CONTRACTORS: The CONTRACTOR'S attention is directed to the fact that WORK may be conducted at the site by other CONTRACTORS during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause little or no delay to work of such other contractors,and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference with Work on Utilities: The CONTRACTOR shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. 1.6 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, and utilities. Utilities shall include but not be limited to water,sewerage,drainage structures,ditches and canals,gas,electric, television and telephone. Prior to commencing with the WORK, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities in accordance with the Section entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions. CONTRACTOR shall also deliver written notice to the CITY and property occupants (private and public)of all planned disruption to roadway,driveways,and utilities 72 hours in advance of disruption. All notifications of planned disruptions shall be coordinated with the City's Office of Capital Improvement Projects(CIP)and shall be in the form of a certified letter with return receipt. B. Because other projects will be connected to portions of WORK constructed as part of this project,it may be necessary to sequence portions of this project. CONTRACTOR shall be responsible for coordinating construction activities and tie-ins with CONTRACTOR's of adjacent phases and sections as required. C. CONTRACTOR shall sequence the WORK so as to minimize impact on residents. CONTRACTOR shall notify schools, the City's Fire and Police Department, and the Post Office 14 days prior to disruption of roadways. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Project Office (CIP) and shall be in the form of a certified letter with return receipt. D. In addition, the following restrictions shall be maintained: 1. The CONTRACTOR shall make every effort to provide access to driveways at the end of the working day. If a driveway is not accessible, the homeowner should have access to a neighboring swale area for temporary parking. When vehicular access to homes is not possible for parking of vehicles,an area for parking shall be provided within one block of the furthest home affected. This condition is to be avoided whenever possible and shall last no longer than five (5) working days. The parking area location shall be coordinated by the CONTRACTOR,with the CITY's approval. The CONTRACTOR shall lease the property from the land owner,and will provide a compacted,graded parking surface in compliance with all jurisdictional agency requirements. 2. All work adjacent to private property or which impacts existing landscaping must be restored. SUMMARY OF WORK 01010 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 3. All affected residents and property owners shall be notified in writing a minimum of two(2) weeks prior to any disruption to or construction in road right-of-ways adjacent to their homes. The notification shall also indicate any special parking or traffic conditions that will affect residents. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Project Office (CIP). 4. All affected residents shall be notified a minimum of forty eight(48)hours prior to a shut off of water supply. Any water supply interruptions shall be scheduled to be as short as possible and not exceed four(4) hours. 5. At any time, the entire length of two north-south Avenues and two east-west Streets shall remain unobstructed and open to through-traffic for each section. Access for emergency vehicles shall be maintained at all times to all homes. Excavation must be back-filled or barricaded at the end of each work day to prevent hazardous conditions. If a trench, excavation or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each work day or when work will be suspended for more than eight(8) hours. 6. Transportation provisions for handicapped or disabled residents shall be made by the CONTRACTOR if construction prevents access to homes. 7. The CONTRACTOR shall also make provisions with local bus, school bus, garbage collection, mail delivery and other agencies for continuation of service. A traffic maintenance plan indicating proposed street closings, schedules, and alternate routes which has been approved by the applicable jurisdictional agency,should be submitted to all affected agencies for coordination and routing purposes. 8. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non- working hours. Pipe and material shall not be strung out along installation routes. E. Substantial Completion: Project Substantial Completion,as defined in the General Conditions,shall be achieved within 180 calendar days of the Notice to Proceed. F. Final Completion: Project Final Completion,as defined in the General Conditions,shall be achieved within 210 calendar days of the Notice-to-Proceed. 1.7 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual Traffic Control Plan at the Pre-Construction Conference. This preliminary plan shall identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic flows during each phase. The CONTRACTOR will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. B. The"Maintenance of Traffic"plan shall address pedestrian traffic as well as vehicular traffic. As a minimum, the plan shall address the following pedestrian requirements: 1. 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. 2. In the case that a designated crossing of any portion of the designated walk route cannot 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. 3. It shall be the responsibility of the CONTRACTOR for any necessary Construction,Pavement Marking and Signage or any Pedestrian Signalization and/or Signal Modification to accommodate an alternate safe walk route. SUMMARY OF WORK 01010 -3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. D. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times,and no material or obstruction shall be placed within twenty(20)feet of any such hydrant. E. Construction materials stored upon the public street shall be placed so as to cause as little obstruction to the general public as is reasonably possible. 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. All existing regulatory traffic signs and Street signs shall be maintained. H. When permission has been granted by the City pursuant to Code Section 98-32 to close an existing roadway, the CONTRACTOR shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The CONTRACTOR shall furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional agency may direct. Signage shall be affected one week before closure. I. The CONTRACTOR shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shutdown 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 (black out) shall not be permitted. K. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary,the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. The jurisdictional agency must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the base bid price. 1.8 TRAFFIC IMPACT PLAN A. The CONTRACTOR shall submit a weekly Traffic Impact Plan to the CITY and CONSULTANT by Wednesday of each week to allow for notification of anticipated road closures to public entities located in and doing business in the project area. The Traffic Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. 1.9 TEMPORARY STRIPING A. CONTRACTOR shall install temporary paint striping after the first and second lifts of asphalt, and maintain until the permanent thermoplastic striping is installed. SUMMARY OF WORK 01010-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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 of 8:30 a.m. to 4:30 p.m., Monday through Friday.The CONTRACTOR must request, in writing, if the CONTRACTOR wishes to work longer hours than those specified above at least five (5) working days prior to the start of such event. There shall be no Sunday or Holiday work. If the CONTRACTOR wishes to work on Saturday, it shall request so, in writing,by close of business Tuesday of each week.These requests are to be directed to the CITY and CONSULTANT and are to include the construction activities the CONTRACTOR plans to perform with a start and end time Work completed during hours other than regular working hours should be easily observable by CITY and CONSULTANT on the subsequent day. If the CONTRACTOR proposes to complete work that will be"covered up"after normal working hours, it shall reimburse CITY and CONSULTANT for costs associated with the observation of such work. If the CONSULTANT determines that the CONTRACTOR does not meet the CPM as specified in the Section entitled "Schedules and Reports", the CONTRACTOR will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in timely manner will be borne by the CONTRACTOR. B. Schedule: 1. CONTRACTOR shall submit scheduling information for the WORK as required in the Section entitled "Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.11 COMPUTATION OF CONTRACT TIME A. It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to the CONSULTANT and CITY as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. CONTRACTOR is obligated to provide documentation to the CONSULTANT and CITY if additional elements of WORK affect the critical path of the project. If WORK set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the CONTRACTOR may be granted time to suspend WORK operations for vacations or holidays, contract time will not be suspended. During suspensions,CONTRACTOR shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. In addition, CONTRACTOR shall comply with timely notice requirements as specified in the General Conditions. 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR's use of the project site shall be limited to its construction operations.Storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the CITY. Note that staging areas on the project site are limited to the CITY's right-of-way. Other areas required for material storage must be arranged and paid for by the CONTRACTOR, as a part of its base bid. 1.13 PRE-CONSTRUCTION CONFERENCE A. After the award of Contract and Notice to Proceed, a Pre-construction Conference will be held between the CONTRACTOR,CONSULTANT,CITY,other interested Agencies, representatives of Utility Companies and others affected by the WORK. The time and place of this conference will be SUMMARY OF WORK 01010-5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 set by the CITY.The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the City and CONSULTANT. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.14 UTILITY LOCATIONS A. To the extent possible, all existing utility lines in the project area have been shown on the plans. However, neither the CITY and/or CONSULTANT guarantee that all lines are shown, or that said lines are in their true location. It shall be the CONTRACTOR'S responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project.No additional payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof of lines shown on the plans. Compensation for items not drawn on the plans shall comply with Change Order Provision as specified in the General Conditions. B. The CONTRACTOR shall notify each utility company involved at least 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. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid for by the CONTRACTOR. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the CONTRACTOR and the utility company involved. C. The CONTRACTOR shall schedule and coordinate its WORK in such a manner that it is not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the CONTRACTOR for any loss of time or delay. D. All overhead, surface or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the CONTRACTOR. All repairs made by the CONTRACTOR are to be made to the satisfaction of the utility Owner and shall be inspected by a representative of the utility Owner and the CITY. E. The CONTRACTOR should be aware that the CITY provides a free locating service for City-owned utilities for CONTRACTORS and excavators: Within forty-eight(48) hours before excavating, the CONTRACTOR should call the CITY, and a locator will be dispatched to the WORK location. CONTRACTOR shall reasonably notify other utility companies not included in the CITY location service, these include Florida Power and Light, cable, gas, etc. 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 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 SUMMARY OF WORK 01010-6 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 establish all working points, lines and elevations necessary to perform the WORK. This surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida. 1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The CONTRACTOR shall carefully protect from disturbance all survey monuments, stakes and bench marks,whether or not established by it,and shall not remove or destroy any surveying point until it has been properly witnessed by a representative of the CITY. All major survey monuments that have been damaged by the CONTRACTOR such as section corners, 1/4 section corners, property corners or block control points, shall be replaced at the CONTRACTOR'S expense with markers of a size and type approved by the CONSULTANT. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The CONTRACTOR shall document survey monuments prior to construction and submit the location and type of all markers to the CITY. 1.17 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class working condition. 1.18 STORAGE SITES A. The CONTRACTOR shall furnish,at its expense,properly zoned areas suitable for material storage and equipment service and storage. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. The CONTRACTOR shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. 1.19 OWNERSHIP OF EXISTING MATERIALS A. All materials removed or excavated from the job site shall remain the property of the CITY until released by the CITY, at which time it shall become the property of the CONTRACTOR,who shall dispose of it in a manner, complying with all applicable jurisdictional requirements. 1.20 EXCESS MATERIAL A. All vegetation, debris, concrete or other unsuitable materials shall be disposed of off-site in approved areas provided by the CONTRACTOR. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated.Any excess material desired to be retained by the CITY shall be delivered by the CONTRACTOR to a designated area within a 5 mile radius of the project, at no extra cost to the CITY. 1.21 AUDIO-VISUAL PRECONSTRUCTION RECORD A. General: 1. The CONTRACTOR shall engage the services of a professional electrographer. The color audio-video DVD's shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio video DVD documentation.The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio-video production i.e., manufacturer's name, model number, specifications and other pertinent information.Additional information to be furnished by the electrographer are the names and addresses of two references that the electrographer has performed color audio-video documentation for on projects of a similar nature within the last 12 months. SUMMARY OF WORK 01010-7 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 2. Prior to beginning the WORK,the CONTRACTOR shall have a continuous color audio-video DVD 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 DVD's covering the construction area by the CONSULTANT.The CONSULTANT shall have the authority to reject all or any portion of the audio-video DVD's not conforming to the specifications and order that it be redone at no additional charge.The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified.The CONSULTANT shall designate those areas, if any,to be omitted from or added to the audio-video coverage. B. Audio-Video DVD's: 1. Audio-Video DVD's shall be new. Reprocessed DVD's will not be acceptable. 2. CONTRACTOR shall provide the CONSULTANT two complete sets of DVD's for C. Equipment: 1. All equipment, accessories, materials and labor to perform this service shall be furnished by the CONTRACTOR. 2. The total audio-video system shall reproduce bright,sharp,clear pictures with accurate colors and shall be free from distortion,tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 3. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve feet. In some instances audio-video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the CONSULTANT. 4. The color video camera used in the recording system shall have a 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. Recorded Information -Audio: 1. Each tape shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. E. Recorded Information-Video 1. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual transparent digital information to include the date and time of recording,and station numbers as shown on the drawings.The date information shall contain the month,day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include,but not be limited to, project name, contract number, name of street, house address, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. 2. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright,sharp video recordings of those subjects. SUMMARY OF WORK 01010-8 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 3. The rate of speed of the vehicle used during taping shall not exceed 10 miles per hour. Panning,zoom-in and zoom-out rates shall be sufficiently controlled to maintain a clear view of the object. 4. Tape coverage shall include all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall include,but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, fences, signs and headwalls within the area covered. Particular attention should be paid to those items outside or adjacent to the work limits that may become damaged during construction. F. Payment: Compensation for the audio-video preconstruction record shall be included in the lump sum bid price for Mobilization. G. EXISTING ELECTRICALPULL BOXES 1.22 It shall be the CONTRACTOR'S responsibility to coordinate and have all adjustments made to existing pull boxes encountered during construction, to meet all final grades, unless otherwise instructed by the CONSULTANT or the respective utility owner. 1.23 ENVIRONMENTAL PROTECTION A. The CONTRACTOR shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man,or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air,water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the Design ENGINEER. Silt screens shall not be removed until the turbidity of the affected waters is equal to or lower than the ambient turbidity of undisturbed segments of adjacent surface waters. C. The CONTRACTOR shall implement a Stormwater Pollution Prevention Plan meeting the Florida Department of Environmental Protection applicable 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 deemed 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. 1.24 BASIS OF PAYMENT A. The CONTRACTOR'S Professional Land Surveyor will measure all"As-built"quantities for payment. In the event of disputes as to quantity, the CONSULTANT 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. SUMMARY OF WORK 01010-9 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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 CITY as complete without the following: 1. Certificate of payment to subcontractors. 2. Updated Construction Schedule 1.25 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. Application for payment for stored materials shall comply with requirements set forth in the General Conditions. 1.26 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 sub- grade of roadways only. If approved in writing by the Design ENGINEER, larger vibratory compaction equipment may be allowed if operated in a static mode only. The CONTRACTOR shall be responsible for all damages/claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.27 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 injury 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 updates, each quarter, until final disposition of claims. CONTRACTOR will advise the CITY in writing of its decision/referral to carrier. 1.28 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. 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 all permits prior to commencement of work requiring permits. 1.29 SITE CONDITIONS A. The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied itself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides,water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that it has satisfied itself as to the character,quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site,or any contiguous site,as well as from information presented by the Drawings and Specifications made a part of this Contract,or any other information made available to it prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint itself with the available information SUMMARY OF WORK 01010- 10 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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. 1.30 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 01010 SUMMARY OF WORK 01010- 11 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01025-MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.1 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor operations and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with requirements of the Contract Documents, including all appurtenances thereto,and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenance items of work. B. Payment for items of the Bid Schedule shall constitute full compensation for CONTRACTOR's superintendent at the job site full-time during construction,for furnishing and installing complete in place including all required raceways, wiring, pull boxes, and connections as shown on the Drawings; including surveying horizontal control for placement of light pole bases and poles; including all earthwork, trench excavation as shown on the Drawings, removal and disposal of waste, unsuitable and excess material, furnishing and installing bedding material, all backfill and compaction of native material,and dewatering as required; including potholing to verify locations of existing utilities; the restoration of interfering portions of existing service and utility lines; heads, cleanup;and restoration of all improvements incidental to construction; including but not limited to, sprinkler systems, landscaping, fences, and all other work not included in other bid items. C. No separate payment for pavement restoration will be made unless specifically shown on the plans or directed by the 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 Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the Work in its entirety. 1.2 MOBILIZATION A. See the Section entitled, "Mobilization". B. Payment for mobilization will be made at the lump sum price named in the Bid Schedule. Payment for mobilization will be made in equal monthly amounts during the duration of the contract time. 1.3 MAINTENANCE OF TRAFFIC A. See the Sections entitled "Traffic Regulation"and the Section entitled"Summary of Work". B. Payment for maintenance of traffic will be made at the lump sum price named in the Bid Schedule. Payment for maintenance of traffic will be made in equal monthly amounts during the duration of the contract time. MEASUREMENT AND PAYMENT 01025- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 1.4 CONSIDERATION FOR INDEMNIFICATION (CITY) A. Measurement for payment for consideration for indemnification of the CITY will based upon the lump sum price named for such work, all in accordance with the requirements of the Contract Documents. B. Payment will be twenty-five dollars for consideration for indemnification named in the Bid Schedule and shall constitute full compensation for indemnifying the CITY, as specified on the Contract Documents. 1.5 PERMIT FEES BASE BID SCHEDULE A. Measurement for payment for permit fees will be based upon the actual permit fees required by the CONTRACTOR from the various agencies having jurisdiction for construction of the project, all in accordance with the Contract Documents. The allowance permit fee amount shown on the Bid Schedule is an estimate of permit fees required for the project and is cost pass through item.These permit fees are based on unit price per item and CITY will reconcile the actual cost with the CONTRACTOR by change order. The CONTRACTOR shall produce documentation upon request verifying actual cost. Only permit fees substantiated and approved by the CITY will be paid as part of this bid item. Amounts remaining unused in this allowance shall be credited back to CITY at project completion. B. Because payment for permit fees will be paid as part of this bid item, payment for permit fees will not be paid as part of mobilization as stipulated in the Section entitled "Mobilization". 1.6 SCHEDULE OF PAYMENT VALUES A. The CONTRACTOR shall submit a Schedule of Payment Values. The schedule shall contain a complete breakdown of all labor, materials,equipment,and incidentals for the installed value of all component parts of Work for the purpose of making progress payments during the construction period. Prepare Schedule of Values using standard forms identified in Section entitled"Applications for Payment". B. The schedule shall be given in sufficient detail for proper identification of Work accomplished. The Schedule of Payment Values shall directly correlate to each activity outlined in the construction progress schedule and the construction network analysis (specified in the Section entitled "Submittals")to accurately relate construction progress to the requested payment. Each item shall include its proportional share of all costs including the CONTRACTOR's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. C. If the CONTRACTOR anticipates the need for payment for materials stored on the project site or off- site in bonded warehouse, it shall also submit a separate list covering the cost of materials, delivered and unloaded with taxes paid. This list shall also include the installed value of the item with coded reference to the Work items in the Schedule of Payment Values. Similar procedures shall be employed for undelivered specifically manufactured equipment and materials as specified herein. Payment for stored materials shall comply with requirements of the General Conditions. D. The CONTRACTOR's Professional Land Surveyor will measure and"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 Professional Land Surveyor. MEASUREMENT AND PAYMENT 01025-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 2-PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01025 MEASUREMENT AND PAYMENT 01025- 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01031 -GENERAL PROJECT PROCEDURES PART 1 -GENERAL 1.1 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. The CONTRACTOR shall move and/or remove items necessary to provide access or to allow alterations and new work to proceed. Included in such items are: 1. Repair or removal of hazardous or unsanitary conditions. 2. Removal of abandoned items and items serving no useful purpose, such as abandoned piping, conduit and wiring, to the extent they interfere with new installations. 3. Removal of unsuitable or extraneous materials and debris such as rotted wood, rusted metals and deteriorated concrete, to the extent they interfere with new installations. 4. Cleaning of surfaces, and removal of surface finished as needed to install new work and finishes. 5. Protection as required of existing trees to remain. 6. All existing underground utilities, to the extent they interfere with new installations. C. The CONTRACTOR shall patch, repair and refinish existing items to remain, to their pre- construction condition for each material or surface. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of these Specifications. B. General Conditions. 1.3 ALTERATIONS, CUTTING AND PROTECTION A. The CONTRACTOR shall assign the work of moving, removal, cutting, patching and protection to trades qualified to perform the work in a manner to cause least damage to each type of work, and provide means of returning surfaces to appearance of new work. B. The CONTRACTOR shall perform cutting and removal work to remove the minimum necessary, and in a manner as required, to avoid damage to adjacent work, including the cutting of finish surfaces such as paving, masonry, tile, plaster or metals, by methods to terminate surfaces in a straight line at a natural point of division. C. Perform cutting and patching as specified in the section entitled"Cutting and Patching". D. Protect existing finishes,equipment,and adjacent work which is scheduled to remain,from damage. E. If, in the opinion of the City, patch or repair will not result in a like and kind pre-existing condition,full replacement will be required by Contractor at no additional cost to the City. GENERAL PROJECT PROCEDURES 01031 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 2- PRODUCTS 2.1 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING A. The CONTRACTOR shall comply with the following general requirements so that the work may be completed: 1. Provide the same products or types of construction as that in existing structure,as needed to patch, extend or match existing work. Generally the Contract Documents will not define products or standards of workmanship present in existing construction. Hence, the CONTRACTOR shall determine products and construction types in its inspection and any necessary testing, and workmanship by use of the existing as a sample of comparison. 2. Note that the presence of a product, finish, or type of construction, requires that the CONTRACTOR patch, extend or match as necessary to make the work complete and consistent with existing standards of quality. PART 3-EXECUTION 3.1 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. 3.2 DAMAGED SURFACES A. The CONTRACTOR shall patch and replace any portion of an existing finished surface which is found to be damaged, lifted, discolored, or shows other imperfections, with matching material. 1. Provide adequate support of substrate prior to patching the finish. 2. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. 3. When existing surface finish cannot be matched, refinish entire surface to nearest intersections. 3.3 TRANSITION FROM EXISTING TO NEW WORK A. When new work abuts or is finished flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance so that the patch of transition is invisible at a distance of five feet. B. When finished surfaces are cut in such a way that a smooth transition with new work is not possible, terminate existing surface in a neat manner along a straight line at a natural line of division, and provide trim appropriate to finished surface. 3.4 CLEANING A. Perform periodic and final cleaning as specified in the Section entitled "Cleaning". B. At completion of the work of each trade,clean area and make surfaces ready for work of successive trades. GENERAL PROJECT PROCEDURES 01031 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. At completion of alterations work in each area, provide final cleaning and return space to a condition suitable for use. END OF SECTION 01031 GENERAL PROJECT PROCEDURES 01031 -3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01045-CUTTING AND PATCHING PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.3 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. 3. Integrity of effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of CITY or any separate Contractor, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Written permission of any separate Contractor or property whose work will be affected. CUTTING AND PATCHING 01045- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. Should conditions of work or the schedule indicate a change of products from the original installation, CONTRACTOR shall submit request for substitution as specified in the General Conditions. D. Submit written notice to CONSULTANT and City designating the date and time the work will be uncovered. PART 2 -PRODUCTS 2.1 MATERIALS A. Comply with specifications and standards for each specific product involved. PART 3- EXECUTION 3.1 INSPECTION A. The CONTRACTOR shall inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, or performance of work. C. Report unsatisfactory or questionable conditions affecting installation of products,or performance of work, in advance of installation, or performance of work. 3.2 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 protection from elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.3 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original Installer or Fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. CUTTING AND PATCHING 01045-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. 3.4 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the unit price bid of any item requiring cutting and patching, including pavement restoration. END OF SECTION 01045 CUTTING AND PATCHING 01045-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01050-FIELD ENGINEERING PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide and pay for field engineering and Survey services required for the project except as otherwise noted. B. All elevations shall reference City of Miami Beach NAVD 1988 Datum. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.3 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or registered Professional Land Surveyor, acceptable to the CITY. 1.4 SURVEY REFERENCE POINTS A. The CONSULTANT has provided reference points with horizontal and vertical control, located as shown on the plans. B. The CONTRACTOR shall locate and protect control points prior to starting site construction work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written notice to Design ENGINEER. 2. Report to CONSULTANT and CITY when any reference point is lost or destroyed,or requires relocation because of necessary changes in grades or locations. 3. The CONTRACTOR's surveyor shall replace project control points which may be lost or destroyed, based on the original survey control. 1.5 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. Controlling lines and levels as required. C. From time to time, verify layouts by same methods. 1.6 RECORDS A. The CONTRACTOR shall maintain a complete, accurate log of all control and survey work as it progresses. FIELD ENGINEERING 01050- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01090- REFERENCE STANDARDS PART 1 -GENERAL 1.1 THE REQUIREMENT A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications,codes,standards,or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the work is advertised for bids,shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists,Assignments: In certain instances, specification text requires(or implies)that specific work is to be assigned to specialists or expert entities,who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of codes and similar regulations governing the work;also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as"expert"for the indicated construction processes or operations. Nevertheless,the final responsibility for fulfillment of the entire set of contract requirements remains with the CONTRACTOR. 1.2 REFERENCE SPECIFICATIONS, CODES,AND STANDARDS A. Without limiting the generality of other requirements of the Specifications,all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. B. References herein to"Building Code"shall mean"Florida Building Code". Reference to"Uniform Building Code" shall mean Uniform Building Code of the International Conference of Building Officials (ICBG). Similarly, references to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or"Uniform Plumbing Code," "Fire Code" or "Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials(ICBG)."Electric Code"or"National Electric Code(NEC)"shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the CONSULTANT for clarification and directions prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid to the most stringent requirements. REFERENCE STANDARDS 01090- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01152-APPLICATIONS FOR PAYMENT PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall submit Application for Payment to the CONSULTANT in accordance with the schedule established by the General Conditions. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. General Conditions. B. All applicable sections of the Specifications. 1.3 FORMAT AND DATE REQUIRED A. Submit itemized applications in a Standard AIA Form G702 and G703,and the noted cover sheet. 1.4 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and scheduled dollar value for each item. 2. Fill in the value in each column for each scheduled line item when work has been performed. 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. 1.5 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the CONSULTANT requires substantiating data, CONTRACTOR shall submit suitable information,with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products (if applicable): a. Item number and identification as shown on application. b. Description of specific material. APPLICATIONS FOR PAYMENT 01152- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01200- PROJECT MEETINGS PART 1 -GENERAL 1.1 THE REQUIREMENTS A. The CONSULTANT shall schedule and administer preconstruction,weekly progress and speciality meetings throughout the progress of the WORK. As a part of its duties,the CONSULTANT shall: 1. Prepare or have prepared agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record or have recorded the minutes; include significant proceedings and decisions. 5. Timely reproduce and distribute copies of minutes after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting, as deemed necessary. B. Representative of CONTRACTOR, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONSULTANT shall attend all meetings. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.3 PRE-CONSTRUCTION MEETING A. Schedule at CONSULTANT's and CITY's direction. B. Location: A central site, convenient for all parties, designated by CITY. C. Attendance: 1. The CONTRACTOR and its superintendent, major subcontractors and suppliers. 2. CONSULTANT and its professional consultants. 3. Representatives of the CITY. 4. Others as requested by CONTRACTOR, CITY, and/or CONSULTANT. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers(by CONTRACTOR). b. Projected Construction Schedules (by CONTRACTOR). c. Shop drawings and other submittals (by CONTRACTOR). d. Traffic maintenance plan (by CONTRACTOR). PROJECT MEETINGS 01200- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 e. Community Public Relations (by CITY) 2. Critical work sequencing (by CONTRACTOR). 3. Procurement of major equipment and materials requiring a long lead time (by CONTRACTOR). 4. Project Coordination (ALL PARTIES) a. Designation of responsible personnel. 5. Procedures and processing of(by CONSULTANT and CITY): a. Field decisions. b. Proposal requests. c. Submittals. d. Change Orders. e. Applications for Payment 6. Adequacy of distribution of Contract Documents (by CONSULTANT) 7. Procedures for maintaining Record Documents (by CONSULTANT) 8. Use of premises (by CONSULTANT and CITY): a. Office, work and storage areas. b. CITY's requirements. 9. Construction facilities, controls and construction aids(by CONTRACTOR). 10. Temporary utilities(by CONSULTANT). 11. Safety procedures (by CONTRACTOR). 12. Security procedures (by CONTRACTOR). 13. Housekeeping procedures (by CONTRACTOR). 1.4 PROGRESS MEETINGS A. Attend regular weekly or bi-weekly meetings on a day established by the CONSULTANT, as required. B. Hold called meetings as required by progress of the WORK. C. Location of the meetings: At location determined by CITY. D. Attendance 1. CONSULTANT and its professional consultants as needed. 2. CONTRACTOR and its subcontractors and suppliers, as required. 3. Governmental representatives as appropriate. 4. Others, as requested by CONTRACTOR, CITY, and/or CONSULTANT. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting (ALL PARTIES). 2. Review of work progress since previous meeting and two week look ahead schedule (by CONTRACTOR). 3. Field observations, problems, conflicts (ALL PARTIES) PROJECT MEETINGS 01200-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 4. Problems which impeded Construction Schedule (By CONTRACTOR, Resident Representative). 5. Corrective measures and procedures to regain projected schedule(by CONTRACTOR). 6. Review of off-site fabrication, delivery schedules (by CONTRACTOR). 7. Community Public Relations (ALL PARTIES) 8. Review submittal schedules; expedite as required (by 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 01200 PROJECT MEETINGS 01200 -3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01311 -SCHEDULES AND REPORTS PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall plan, schedule, execute, report and accomplish the work under this contract using the Critical Path Method (hereinafter referred to as CPM), in calendar days, unless otherwise specifically provided in the Contract Documents. All schedules shall be prepared using MS Project, latest version software. B. The primary objectives of the CPM scheduling requirements are: (1)to insure adequate planning and execution of the WORK by CONTRACTOR;(2)to assist CITY and CONSULTANT in evaluating progress of the WORK; (3)to provide for optimum coordination by CONTRACTOR of it's trades, subcontractors and Suppliers; (4) to permit the timely prediction or detection of events or occurrences which may affect the timely prosecution of the WORK;and(5)to provide a mechanism or tool for use by the CITY,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. C. The CONTRACTOR is responsible for determining the sequence of activities,the time estimates of the detailed construction activities and the means, methods, techniques and procedures to be employed. The construction Schedule shall represent the CONTRACTOR's best judgment of how it will prosecute the WORK in compliance with the Contract requirements. CONTRACTOR shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated and revised as Project conditions and the Contract Documents may require. D. The CONTRACTOR shall consult with its principal subcontractors and Suppliers relating to the preparation of its construction plan and Construction Schedule. Principal subcontractors shall receive copies of those portions of CONTRACTOR's Construction Schedule which relate to their WORK and shall be continually advised of any updates or revisions to the Construction Schedule as the WORK progresses. When CONTRACTOR submits its Construction Schedule to the CONSULTANT or makes any proposed updates or revisions to such Schedule, 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 and CITY 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. It is understood and agreed that the Construction Schedule is to represent CONTRACTOR's best plan and estimate for the WORK; however, CONTRACTOR acknowledges that the Construction Schedule may have to be revised from time-to-time as progress proceeds. CONTRACTOR further acknowledges and agrees that the CITY and CONSULTANT do not guarantee that: (1) CONTRACTOR can start WORK activities on the "early start" or"late start" dates or complete WORK activities on the"early finish"or"late finish"dates shown in the schedule, or as same may be updated or revised; (2)CONTRACTOR can proceed at all times in the sequence established by the utilization of only the resources and manpower it initially plans for the performance of the SCHEDULES AND REPORTS 01311 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 WORK;or(3)CONTRACTOR's Construction Schedule will not have to be modified or changed by direction of the CITY or CONSULTANT. Any changes, modifications or adjustments made by CONTRACTOR to the Construction Schedule shall be in full compliance with all requirements of the Contract Documents. G. The CONTRACTOR acknowledges and agrees that its Construction Schedule must be flexible to accommodate and allow for its coordination with the operations of the CITYand residents relating to the Project. The CONSULTANT and CITY will review the CONTRACTOR's Construction Schedule for compatibility with CITY operations and the WORK of separate contractors, where applicable. CONTRACTOR agrees to hold meetings with the CITY, CONSULTANT and, where applicable, 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. H. To maintain the orderly progress of the WORK performed on the Project,the CONSULTANT shall have the right to determine, in its sole discretion, the priority between the WORK performed by CONTRACTOR and the 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 If CONTRACTOR's Construction Schedule indicates that CITY is to complete an activity or perform certain preceding WORK by a particular date, or within a certain duration, CITY shall not be bound to said date or duration unless CITY expressly and specifically agrees in writing to same. The review and 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 ; provided, however, that nothing herein shall be construed as modifying or changing,or excusing the performance of CONTRACTOR of required portions of the WORK by the Specific Dates as set forth in the Contract Documents. J. 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. Specific Dates are Contract requirements and are of the essence to this Contract and to the coordination of the WORK by CONTRACTOR. Specific Dates represent the latest allowable start or completion time for those portions of the WORK to which each Specific Date relates. The Specific Dates are not intended to be a complete listing of all WORK under this Contract or of all interfaces with WORK performed by other separate contractors, the CITY or others. CONTRACTOR shall determine the time requirements for all such interfaces and shall be responsible for planning, scheduling and coordinating the WORK in order to complete in accordance with those requirements. K. Acceptance by the CITY of the CONTRACTOR's Construction Schedule, or any revisions or updates thereto, is advisory only and shall not relieve the CONTRACTOR of the responsibility for accomplishing each portion of the WORK within each and every applicable Specific Date. Omissions and errors in the approved or accepted Construction Schedule, or any revisions or updates shall not excuse performance which is not in compliance with the Contract. Acceptance by the CITY in no way makes the CITY or CONSULTANT an insurer of the reliability, accuracy or feasibility of the Construction Schedule nor liable for time or cost overruns flowing from such omissions or errors. It is understood and agreed that CONTRACTOR cannot rely upon any informal or constructive acquiescence or acceptance of the Construction Schedule by CITY or CONSULTANT. SCHEDULES AND REPORTS 01311 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 L. 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. M. 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 and 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. 1.2 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 Schedule. CONTRACTOR shall arrange for its project manager and Superintendent, major Subcontractors and Suppliers, and any scheduling engineers that it may employ to attend the orientation session. C. Should CONTRACTOR fail or refuse to attend the Pre-Construction Conference, CITY shall have the right to terminate CONTRACTOR for default pursuant to the provisions of the General Conditions. 1.3 DRAFT OF CONSTRUCTION SCHEDULE A. Within fifteen (15) days of the orientation session, (even though CONTRACTOR may not have completed subcontractor negotiations and executed subcontracts) the CONTRACTOR, in consultation with the CONSULTANT and CITY, shall complete a draft of its time-scaled network graphic. 1. Except for procurement requirements, CONTRACTOR shall differentiate activities of the Schedule so that no single activity shown has a duration longer than fourteen(14)calendar days, unless the CONSULTANT and/or CITY,in its sole discretion,accepts a longer duration for certain activities. 2. The Construction Schedule shall represent the CONTRACTOR's best judgement and intended plan for completion of the WORK in compliance with Specific Dates listed in the Contract Documents and the Contract Time. The Construction Schedule shall take into account all foreseeable activities to be accomplished by any separate contractors, and interface dates with utility owners, the CITY's operations and others. The Construction SCHEDULES AND REPORTS 01311 -3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 Schedule shall anticipate all necessary manpower and 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 determines to be: (1)impracticable;(2) based upon erroneous calculations or estimates; (3) unreasonable; (4) required to ensure proper coordination by CONTRACTOR of the WORK of its Subcontractors and with the WORK or services being provided by any separate CONTRACTORs; (5) necessary to avoid undue interference with the owner's operations or those of any utility owners or adjoining property owners; (6)necessary to ensure completion of the WORK by the Specific Dates set forth in the Contract Documents; (7) required for CONTRACTOR to comply with the requirements of the Contract Documents or(8)not in accordance with the CONTRACTOR's actual operations. 1.4 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; 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. SCHEDULES AND REPORTS 01311 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 D. The Construction Schedule shall include late completion dates for the WORK that are no later than the required Specific Dates. The time-scaled graphic network shall be drawn based upon the early start dates of activities shown on the graphic. E. All activity durations shall be given in calendar days. 1.5 SCHEDULE OF VALUES 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 judgement of the CONTRACTOR, represent a fair, reasonable and equitable dollar(cost)allocation for each activity on the Construction Schedule. 1.6 CONTRACTOR CERTIFICATION OF SCHEDULE A. The CONTRACTOR shall include the following certification with its accepted schedule submittals: "The undersigned CONTRACTOR certifies that the Construction Schedule which is comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is CONTRACTOR's Construction Schedule as required by the Contract document; and that said Schedule is a true and accurate representation of its plan of construction for the WORK and fully complies with the requirements of the contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this Schedule, subject to any change therein which are implemented in accordance with the contract documents;and the undersigned acknowledges that this Schedule shall be the instrument by which progress of the WORK shall be monitored, and together with the dollar value assigned to each activity, shall be the basis of monthly payments in accordance with the contract documents; and CONTRACTOR certifies that it has fully complied with all of the requirements of the contract documents relating to coordination of said Schedule with separate CONTRACTORs." 1.7 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/or 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 judgement and shall be prepared by CONTRACTOR in consultation with all principal Subcontractors and suppliers. B. The progress report of CONTRACTOR shall show the activities or portions of activities,completed during the reporting period,the actual start and finish dates for these activities, remaining durations and/or estimated completion dates for activities currently in progress. SCHEDULES AND REPORTS 01311 -5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 C. The CONTRACTOR shall produce a computerized update work sheet for completion as a part of this process, using MS Project software(latest version). D. CONTRACTOR shall submit a narrative report with the updated progress analysis which shall include, but not be limited to a description of problem areas,current and anticipated delaying factors and their impact,explanations of corrective actions taken or planned,any newly planned activities or changes in sequence,and proposed logic for a Recovery Schedule,if required,as further described herein. The report shall also include: 1. A narrative describing actual WORK accomplished during the reporting period; 2. A list of major construction equipment used on the WORK during the reporting period and any construction equipment idle during the reporting period; 3. The total number of men by craft actually engaged in the WORK during the reporting period, with such total stated separately as to office, supervisory, and field personnel; 4. A manpower and equipment forecast for the succeeding thirty (30) days, stating the total number of men by craft, and separately stating such total as to office, supervisory and field personnel; 5. A list of CONTRACTOR supplied materials and equipment, indicating current availability and anticipated jobsite delivery dates; 6. Changes or additions to supervisory personnel since the preceding progress report. E. The CONTRACTOR will provide computer reports and monthly reports thereafter, in accordance with the following: 1. Schedule Reports: Initial and subsequent Schedule Reports will contain the following minimum information for each activity: a. Activity number, description and estimated duration in days; b. Early and late finish dates; c. Percentage of each activity competed as of each report; d. Remaining float/days behind schedule; e. Responsibility for activity. Actual start and finish dates shall be indicated for each activity, as appropriate. Dummies and completed activities will be omitted from remaining Float and Late Start Sorts. 2. Cost Reports: Initial and subsequent Cost Reports will include the following information for each activity, sorted by trade activity: a. Activity number and description; b. Percentage of value of WORK in place against total value; c. Total cost of each activity; d. Value of WORK in place since last report; e. Value of WORK in place to date; f. Value of uncompleted WORK. 3. As part of the updating process, The CONTRACTOR computer will calculate, 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 be the amount payable to the CONTRACTOR, provided that CONTRACTOR has complied with all requirements of the contract documents. SCHEDULES AND REPORTS 01311 -6 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 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 Schedule, or required consistent with the completion requirements of this Contract,subject to schedule updates as herein provided. G. CONTRACTOR shall ensure that the critical path runs through on-site activities and that off-site activities do not control the critical path of the Construction Schedule. 1.8 INITIAL PROGRESS PAYMENT A. The completed Construction Schedule, including the Schedule of Values,will be required for each Application for Payment. However,one initial provisional progress payment may be payable in the sole discretion of the 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. However, no more than one Application for Payment will be approved until all of the requirements of these Schedules and Reports provisions have been met. 1.9 RECOVERY SCHEDULE A. Should the updated Construction Schedule show at anytime during CONTRACTOR's performance, in the sole opinion of the CONSULTANT and CITY , that the CONTRACTOR is fourteen (14) or more days behind schedule for any Specific Date, The CONTRACTOR shall prepare a Recovery Schedule at no additional cost to the CITY(unless the CITY is solely responsible for the event or occurrence which has caused the schedule slippage)explaining and displaying how CONTRACTOR intends to reschedule its WORK to regain compliance with the Construction Schedule during the immediate subsequent pay period. B. If the CONTRACTOR believes that all of the time can be recovered during the subsequent pay period the CONTRACTOR will be permitted to prepare a Recovery Schedule as set forth below. However, if the CONTRACTOR believes it will take more than thirty(30)days to recover all of the lost time, it shall prepare and submit a request for revision to the Construction Schedule and comply with all of the requirements for a Schedule Revision. 1. The CONTRACTOR shall prepare and submit to the CONSULTANT and CITY a one-month maximum duration Recovery Schedule, incorporating best available information from subcontractors and others which will permit return to Construction Schedule at the earliest possible time. The CONTRACTOR shall prepare a Recovery Schedule to the same level of detail as the Construction Schedule for a maximum duration of one month. This Recovery Schedule shall be prepared in coordination with other separate CONTRACTORs on the Project. 2. Within two(2)days after submission of Recovery Schedule to the CONSULTANT and CITY, 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. 3. CONTRACTOR shall confer continuously with the CONSULTANT to assess the effectiveness of the Recovery Schedule. As a result of this conference,the CONSULTANT and CITY may require the CONTRACTOR to pertain the following: SCHEDULES AND REPORTS 01311 -7 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 a. If the CONSULTANT and CITY determines the CONTRACTOR is still behind schedule the CONSULTANT and CITY may direct the CONTRACTOR to prepare a Schedule Revision and comply with all of the requirements of a Schedule Revision as stated herein and the other requirements of the Contract Documents; provided, however,that nothing herein shall limit in any way the rights and remedies of the CITY as provided elsewhere in the Contract Documents. b. If the CONSULTANT and CITY 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 CONSULTANT and 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 logic 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. CONTRACTOR shall pay the CITY for costs incurred by the CONSULTANT for the revisions. C. In submitting any proposed schedule revisions to the CITY,CONTRACTOR shall submit therewith the following certification: "The undersigned CONTRACTOR certifies that the proposed schedule revision to the Construction Schedule which comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is CONTRACTOR's schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of its plan to complete the WORK, including all Change Orders that are in the CONTRACTOR's possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this schedule revision, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTORs,as evidenced by their signature thereon;and CONTRACTOR further certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTORs,as evidenced by their signature thereon;and CONTRACTOR further certifies it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with separate CONTRACTORs." 1.11 FLOAT TIME A. Float or slack time associated with one chain of activities is defined as amount of time between earliest start date and latest start date or between earliest finish date and latest finish date for such activities, as calculated as part of the Construction Schedule. Float or slack time shown on the Construction Schedule is not for exclusive use or benefit of the CITY. CONTRACTOR specifically agrees that float time is to be used by the CITY in conjunction with their review activities or to SCHEDULES AND REPORTS 01311 -8 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 resolve for any modification of the Specific Dates or an extension of the Contract Time or a claim for additional compensation as a result of any Project problem. B. At a minimum,the CONTRACTOR's schedule shall include a minimum of ten percent(10%)of the Project's calendar day duration of Float time, through the critical path throughout the Project duration. 1.12 CONTRACTOR'S ORGANIZATION A. CONTRACTOR shall maintain as part of its organization,or hire a subcontractor with,a competent staff of sufficient size who are knowledgeable in the use,application and implementation of CPM as required by the Contract Documents. It shall be the responsibility of this staff to prepare input information for the Construction Schedule,monitor progress,provide input for updating and revising logic diagrams when necessary and otherwise assist the CONTRACTOR in fulfilling its obligations hereunder. 1.13 DEFAULT A. Failure of the CONTRACTOR to substantially comply with the requirements of this Section shall constitute a default by CONTRACTOR of its obligations under this Contract sufficient for termination of CONTRACTOR under the General Conditions of this Contract. PART 2 -PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01311 SCHEDULES AND REPORTS 01311 -9 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01340-SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 -GENERAL 1.1 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals,whether their final destination is to the OWNER, CONSULTANT,or other representatives of the OWNER,shall be directed through the CONSULTANT. A general summary of the types of submittals and the number of copies required is as follows: Copies to ENGINEER Type of Submittal 6 Progress Schedule 6 Schedule of Payment Items 6 Shop Drawings/Product Data 2 Certificates of Compliance 2 Warranties 2* Product Samples *Unless otherwise required in the specific Section where requested. 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the CONSULTANT,clearly identifying the project CONTRACTOR, the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.3 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings,Product Data and Samples will be needed. 1.4 PRODUCT DATA A. The CONTRACTOR shall prepare submittals as follows: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. In the case where Manufacturer's standard schematic drawings and diagrams are submitted The CONTRACTOR shall: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.5 SAMPLES A. Where samples are required to be submitted for review at acceptance,these shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full range of color, texture and pattern. 1.6 CONTRACTOR RESPONSIBILITIES A. The CONTRACTOR shall Review Shop Drawings, Product Data and Samples prior to submission. Concurrence with the contents of the submittal shall be acknowledged by the CONTRACTOR as noted in Article 1.7 H. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the CONSULTANT in writing,at time of submission,of any deviations in the submittals from requirements of the Contract Documents. E. Begin no fabrication or work which requires submittals until return of submittals with the CONSULTANT's acceptance. 1.7 SUBMISSION REQUIREMENTS A. CONTRACTOR shall furnish to the CONSULTANT for review, six copies of each submittal. The term"Shop Drawing"as used herein shall be understood to include detail design calculations,shop drawings,fabrication and installation drawings,erection drawings,lists,graphs,catalog sheets,data sheets, and similar items. B. A separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's"package"or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the CONSULTANT. C. Except as may otherwise be indicated herein,the CONSULTANT will return prints of each submittal to the CONTRACTOR with its comments noted thereon, within twenty one (21) calendar days following their receipt by the CONSULTANT. It is considered reasonable that the CONTRACTOR SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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 submittal, including all resubmittals,will be 21 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 63 calendar days. D. If a submittal is returned to the CONTRACTOR marked "NO EXCEPTIONS TAKEN", formal revision and resubmission of said submittal will not be required. E. If a submittal is returned to the CONTRACTOR marked"NOTE COMMENTS",formal revision and resubmission of said submittal will not be required, provided CONTRACTOR conforms with CONSULTANT's comments and/or markings. F. If a submittal is returned to the CONTRACTOR marked "NOTE COMMENTS/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"NO EXCEPTIONS TAKEN" or "NOTE COMMENTS ". Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. If the CONTRACTOR chooses to proceed with fabrication and/or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. H. All CONTRACTOR shop drawing submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR, prior to submission to the 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 consideration for review by the CONSULTANT, of any CONTRACTOR submittals, will be made for any items which have not been so certified by the CONTRACTOR. All non-certified submittals will be returned to the CONTRACTOR without action taken by the CONSULTANT, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. I. The Design ENGINEER's review of CONTRACTOR shop drawing submittals shall not relieve the CONTRACTOR of the entire responsibility for the correctness of details and dimensions. The CONTRACTOR shall assume all responsibility and risk for any misfits due to any errors in CONTRACTOR submittals. The CONTRACTOR shall be responsible for the dimensions and the design of adequate connections and details. J. Shop Drawing Distribution: Shop drawings shall be reviewed by the Design ENGINEER and marked either as "NO EXCEPTIONS TAKEN", "NOTE COMMENTS ", " NOTE COMMENTS/RESUBMIT" or "REJECTED/RESUBMIT". The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "NO EXCEPTIONS TAKEN "or"NOTE COMMENTS": a. 3 copies returned to CONTRACTOR b. 2 copies transmitted to the CITY c. 1 copy to remain with the CONSULTANT SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 -3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 2. Shop drawings marked or"NOTE COMMENTS/RESUBMIT"or"REJECTED/RESUBMIT": a. 2 copies returned to CONTRACTOR b. 1 copies remain with the CONSULTANT c. 3 copies to be discarded K. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and Project number. 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number and/or drawing. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8"x 3" blank space for CONTRACTOR and CONSULTANT's review stamps. 12. CONTRACTOR's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.8 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the CONSULTANT and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the CONSULTANT. C. Samples: Submit new samples as required for initial submittal. 1.9 DISTRIBUTION A. Distribute reproduction of Shop Drawings and copies of Product Data which carry the CONSULTANT's review stamp : 1. Job site file. 2. Record Documents file. 3. Other affected contractors. 4. Subcontractors 5. Supplier or Fabricator. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 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 01340 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 -5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01380-CONSTRUCTION PHOTOGRAPHY PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall employ a competent photographer to take construction record photographs before construction and periodically during the course of the work (monthly at a minimum). 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Summary of Work. B. Project Record Documents. 1.3 PHOTOGRAPHY REQUIRED A. Provide pre-construction photographs taken prior to start of construction operations. B. Provide photographs taken on cutoff date for each scheduled application for Payment. C. Provide photographs taken at each major stage of construction. D. Provide photographs taken of change order work. E. Provide five prints of each view/location. F. Negatives or Digital Originals: 1. Remain property of photographer. 2. Require that photographer maintain negatives for a period of two years from Date of Substantial Completion of entire Project. 3. Photographer shall agree to furnish additional prints to CITY and the CONSULTANT at commercial rates applicable at time of purchase. 1.4 COSTS OF PHOTOGRAPHY A. CONTRACTOR shall pay costs for specified photography and prints the cost of which shall be included in the bid items of the Schedule of Price Bid. No separate payment will be made to the CONTRACTOR for construction photography. Parties requiring additional photography or prints will pay photographer directly. 1.5 Any and all still photographs, negative, video tapes, DVDs, and images electronic files taken from the construction area are the property of the CITY and shall not be released to any source without the prior written permission from the CITY. This provision shall prevail for the duration of the Contract and indefinitely thereafter. CONSTRUCTION PHOTOGRAPHY 01380- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 PART 2 -PRODUCTS 2.1 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. PART 3-EXECUTION 3.1 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness. 2. Maximum depth-of-field. 3. Minimum distortion. 3.2 VIEWS REQUIRED A. Photograph from locations that adequately illustrate condition of construction and state of progress. B. Photographs shall cover the entire construction area. 3.3 DELIVERY OF PRINTS A. Delivery of prints to the CONSULTANT to accompany each Application for Payment. B. Distribution of prints, as soon as processed, is anticipated to be as follows: 1. CITY(one set). 2. CONTRACTOR (one set). 3. CONSULTANT (one set). 3.4 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum price bid for Item 1 -Mobilization. CONSTRUCTION PHOTOGRAPHY 01380-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 END OF SECTION 01380 CONSTRUCTION PHOTOGRAPHY 01380-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01400-QUALITY CONTROL PART 1 -GENERAL 1.1 THE REQUIREMENT A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.2 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated,all products,materials,and equipment shall be subject to inspection by a CITY Representative at the place of manufacture. B. The presence of the CITY Representative at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the CONSULTANT. 1.3 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. 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 conditions, and any required removal, repair,or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR, at its expense,within the scope of the Project. 1.4 RIGHT OF REJECTION A. The CONSULTANT, acting for the CITY, shall have the right, at all times and places,to reject any articles or materials to be furnished hereunder which, in any respect,fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the CITY or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents,such materials,no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the CITY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the CONTRACTOR. 1.5 OTHER CONSTRUCTION CONSIDERATIONS A. Cutting and Patching: The CONTRACTOR shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work as specified in the Section entitled "Cutting and Patching". QUALITY CONTROL 01400- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. If requested by CITY or CONSULTANT,CONTRACTOR shall submit a preparedness plan for review and approval by CITY and CONSULTANT. C. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. PART 2-PRODUCTS (Not Applicable) PART 3- EXECUTION 3.1 INSTALLATION A. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. B. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK,as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. END OF SECTION 01400 QUALITY CONTROL 01400-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01505— MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION PART 1 -GENERAL 1.1 THE REQUIREMENT A. The Work specified in this Section consist of all Work necessary to move in personnel and equipment and prepare the site for construction,complete and to remove the same personnel and equipment from the site when construction is complete. B. Mobilization shall include the obtaining of all construction permits; moving onto the site of all equipment;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, where applicable. 3. Developing construction water supply, where applicable. 4. Providing on-site sanitary facilities and potable water facilities. 5. Arranging for and erection of CONTRACTOR's work and storage yard. 6. Obtaining all required permits. 7. Having all OSHA required notices and establishment of safety programs. 8. Having the CONTRACTOR's superintendent at the job site full time. 9. Submitting initial submittals as indicated in the section entitled"Schedules and Reports". 10. Audio-Visual preconstruction record as described in the section entitled"Summary of Work". 1.2 PAYMENT FOR MOBILIZATION A. Where required, the CONTRACTOR's attention is directed to the condition that no payment for mobilization, or any part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. PART 2- PRODUCTS 2.1 TEMPORARY UTILITIES A. The CONTRACTOR shall provide all temporary facilities required for performing the Work as specified in Section entitled "Temporary Utilities". PART 3- EXECUTION 3.1 LAYOUT A. The CONTRACTOR shall set up construction facilities in a neat and orderly manner. It shall accomplish all required Work in accordance with applicable portions of these specifications and shall confine its operations to Work areas within the right-of-way, unless it makes provisions for otherwise, at its own expense. MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION 01505- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 3.2 DEMOBILIZATION A. At the completion of Work the CONTRACTOR shall remove its personnel, equipment, and temporary facilities from the site in a timely manner. The CONTRACTOR shall also be responsible for transporting all unused materials belonging to the CITY to a place of storage on site designated by the 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 CITY. END OF SECTION 01505 MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION 01505 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01510-TEMPORARY UTILITIES PART 1 -GENERAL 1.1 THE REQUIREMENT A. It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition,shall be capable of safely and efficiently performing the required Work,and shall be subject to review by the CITY's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the Work. 1.2 POWER AND LIGHTING A. Power: The CONTRACTOR shall provide all necessary power required for its operations under the Contract,and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. B. Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to 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: All temporary connections for electricity shall be subject to review by the CONSULTANT and the power company representative,and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. D. Separation of Circuits: Unless otherwise permitted by the CONSULTANT, circuits separate from lighting circuits shall be used for all power purposes. E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.3 WATER SUPPLY A. General: Except as noted otherwise,the CONTRACTOR shall make arrangements for and pay for all costs for all water used for construction. 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 TEMPORARY UTILITIES 01510- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made,the CITY shall first furnish and install to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. All costs to provide noted installation shall be the responsibility of the CONTRACTOR. D. Removal of Water Connections: Before final acceptance of the Work on the project,all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CONSULTANT and to the agency owning the affected utility. E. Fire Protection: The construction part of the Work shall be adequately protected against damage by fire. Hose connections and hose,chemical equipment,or other sufficient means shall be provided for fighting fires in portions of the Work,and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The CONTRACTOR's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction and all local Fire Department Requirements. 1.4 TEMPORARY SANITARY FACILITIES A. The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. The CONTRACTOR shall have unit responsibility for the complete design, installation and operation of its temporary sanitary facilities and shall secure all necessary permits for same. At the completion of the project,the subject facilities shall be removed by the CONTRACTOR, subject to review and acceptance by the CITY. 1.5 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. PART 2-PRODUCTS (Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 01510 TEMPORARY UTILITIES 01510-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01520-CONSTRUCTION AIDS PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish,install and maintain required construction aids and remove them upon completion of WORK. 1.2 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General Conditions. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Materials may be new or used,suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.2 CONSTRUCTION AIDS A. The CONTRACTOR shall provide construction aids and equipment required by personnel and to facilitate execution of the WORK; ladders, ramps, hoists, cranes, and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first-class condition. PART 3- EXECUTION 3.1 PREPARATION A. The CONTRACTOR shall review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the WORK. 3.2 GENERAL A. Comply with applicable requirements at all divisions of these specifications as required. 3.3 REMOVAL A. Completely remove temporary materials, equipment and services: CONSTRUCTION AIDS 01520- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 1. When construction needs can be met by use of permanent construction. 2. At completion of project. B. Repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes,and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition. END OF SECTION 01520 CONSTRUCTION AIDS 01520 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01530-PROTECTION OF EXISTING FACILITIES PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal including,but not limited to,compliance with the requirements of Chapter 556, Florida Statutes(the Underground Facility Damage Prevention and Safety Act),as same may be amended from time to time, and shall restore damaged or temporarily relocated utilities and improvements, including existing plantings and the landscaping,to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities and shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's WORK. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the 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. 1.2 RIGHTS-OF-WAY A. The CONTRACTOR shall not do any WORK that would affect any oil,gas,sewer,or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until having secured authority therefore from the proper party. After authority has been obtained,the CONTRACTOR shall give said party due notice of its intention to begin WORK, if required by said party,and shall remove,shore,support or otherwise protect such pipeline,transmission line,ditch,fence,or structure or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that WORK on one contract may interfere with that on another,the CITY shall determine the sequence and order of the WORK. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the CITY to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage,except as provided for temporary suspension of the WORK in the General Conditions. 1.3 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove,or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be undertaken until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. All survey markers or points disturbed by the CONTRACTOR shall be accurately restored after all street or roadway resurfacing has been completed. 1.4 RESTORATION OF PAVEMENT PROTECTION OF EXISTING FACILITIES 01530- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas. 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. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction or damaged during execution of the WORK, the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed,the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.5 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. B. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and,without unnecessary delay,temporarily replace or relocate such utility or improvement in a manner satisfactory to the CONSULTANT and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. C. CITY's Right of Access: The right is reserved to the CITY and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. D. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR, at no additional cost to the CITY. E. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the 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 locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy,and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility PROTECTION OF EXISTING FACILITIES 01530 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions of the General Conditions. G. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility and/or CITY and the CONSULTANT before being concealed by backfill or other work. H. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the CITY are made with the OWNER of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. I. Existing Water Services: CONTRACTOR shall protect and provide temporary support for existing water services. Any water service damaged by the CONTRACTOR, shall be replaced at the CONTRACTOR's expense,with a new water service complete with new water main tap. 1.6 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and project limits,and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or CITY. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and/or the CITY. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. Should any trees or other plantings be damaged during the course of the WORK,they shall be evaluated by the City Urban Forester,who shall be provided with written notice of said damage to determine corrective actions that may include removal, corrective pruning, and/or replacement. Any corrective actions required shall be performed in accordance with Miami-Dade County Code, the most current ANSI A-300 Pruning Standards,and/or an issued DRER Tree or Environmental Permit. Any corrective pruning required shall be performed by an ISA Certified Arborist and the City Urban Forester shall be consulted. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. C. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and/or the CITY if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the CITY,the damage is such that replacement is necessary,the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or CITY. 1.7 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, PROTECTION OF EXISTING FACILITIES 01530 -3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the CONTRACTOR shall notify the Sunshine State One Call System and the City of Miami Beach, and shall provide notice in accordance with Chapter 556, Florida Statutes. PART 2 - PRODUCTS (NOT USED) PART 3- EXECUTION 3.1 GENERAL A. Install facilities in a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by progress of construction. 3.2 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to WORK areas. B. Consult with CITY's Representative and remove agreed-on roots and branches which interfere with WORK. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. D. Carefully supervise all WORK to prevent damage. E. Replace trees and plants which are damaged or destroyed due to WORK operations under this contract. 3.3 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed, and when approved by CITY's Representative. B. Clean and repair damage caused by installation, fill and grade areas of the site to required elevations and slopes, and clean the area. END OF SECTION 01530 PROTECTION OF EXISTING FACILITIES 01530-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01550-SITE ACCESS AND STORAGE PART 1 -GENERAL 1.1 HIGHWAY LIMITATIONS: A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions,bridge load limits,and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations. 1.2 TEMPORARY CROSSINGS: A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The CONTRACTOR shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time, as previously agreed to with CITY. B. Temporary Plates: Wherever necessary,the CONTRACTOR shall provide suitable temporary steel plates over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary steel plates,which written consent shall be delivered to the CITY prior to excavation. All such steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case,and the CONTRACTOR shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to the exclusive use of any public street,alleyway,or parking area during the performance of the WORK hereunder,and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets,alleyways,or parking areas. No street shall be closed to the public without first obtaining permission of the CITY and proper governmental authority. Where excavation is being performed in streets, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the CONSULTANT or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways,the CONTRACTOR shall provide, place,and maintain all necessary barricades,traffic cones,warning signs, lights,and other safety devices in accordance with the requirements of the"Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). The CONTRACTOR shall take all necessary precautions for the protection of the WORK and the safety of the public. All barricades and obstructions shall be illuminated at night, SITE ACCESS AND STORAGE 01550- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs,signals,and barricades shall conform to the requirements of the Florida Department of Transportation. 1. 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. 2. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices,and shall remove post settings and backfill the resulting holes to match grade,and make proper restoration pursuant to CITY requirements. Reference the section entitled,"Summary of Work"for additional traffic control requirements. E. Temporary Driveway Closure: The CONTRACTOR shall notify the CITY or occupant(if not CITY- occupied)of the closure of the driveways to be closed more than one eight-hour work day at least 3 working days prior to the closure. The CONTRACTOR shall minimize the inconvenience and minimize the time period that the driveways will be closed. The CONTRACTOR shall fully explain to the CITY/occupant how long the work will take and when closure is to start. F. Street Closure: If closure of any street is proposed by the CONTRACTOR during construction, a formal application for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required closure date. Closures shall be subject to CITY acceptance. 1.3 CONTRACTOR'S WORK AND STORAGE AREA: A. The CONTRACTOR shall make its own arrangements for any necessary off-site storage or shop areas necessary for the proper execution of the WORK. B. The CONTRACTOR shall coordinate with the CITY the use of the right-of-ways for temporary storage of construction material. Upon completion of the project,the CONTRACTOR shall restore the right-of-ways to the existing condition. The CONTRACTOR shall be responsible for documenting and photographing the existing conditions of the mentioned right-of-ways prior to beginning the project. 1.4 PARKING: A. All existing traffic and parking areas shall be maintained in a usable sound condition(to the extent possible),free of excavated material,construction equipment,mud,and construction materials. The CONTRACTOR shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. 1.5 SECURITY A. The CONTRACTOR shall care for and protect against loss or damage of all materials to be incorporated in the construction for the duration of the project and shall repair or replace damaged or lost materials and damage to structures at no additional cost. PART 2- PRODUCTS (Not Applicable) PART 3-EXECUTION (Not Applicable) SITE ACCESS AND STORAGE 01550-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 END OF SECTION 01550 SITE ACCESS AND STORAGE 01550-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01560-TEMPORARY CONTROLS PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall provide and maintain methods,equipment,and temporary construction, as necessary,to provide controls over environmental conditions at the construction site and related area under CONTRACTOR's control. In addition, the CONTRACTOR shall remove physical evidence of temporary facilities at the completion of WORK. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.3 NOISE CONTROL A. The CONTRACTOR shall provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local ordinances having jurisdiction on the work, including City of Miami Beach Ordinance No. N2006-3520. 2. Noise levels during night time hours shall not exceed 30 db measured at the property line of a residence. 1.4 DUST CONTROL A. The CONTRACTOR shall provide positive methods and apply dust control materials to minimize raising dust from construction operations,and provide positive means to prevent air-borne dust from dispersing into the atmosphere. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from its 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). 1.5 WATER CONTROL A. The CONTRACTOR shall provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. These may include: control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface and water. C. Dispose of drainage water in a manner to prevent flooding,erosion,or other damage to any portion of the site or to adjoining areas. TEMPORARY CONTROLS 01560 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 D. The CONTRACTOR shall be responsible for any and all permits associated with its Dewatering activities. The CONTRACTOR shall procure such permits at its expense and submit copies to the CONSULTANT and CITY prior to commencing work in the affected area. CONTRACTOR shall be reimbursed from Permit Fee Allowance account. 1.6 PEST CONTROL A. The CONTRACTOR shall provide pest control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to CITY with copies to the 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 printed instructions and recommendations. 1.7 RODENT CONTROL A. The CONTRACTOR shall provide rodent control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties 2. Should the use of rodenticide be considered necessary,submit an informational copy of the proposed program to CITY with copies to the 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. 1.8 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. C. Provide periodic inspection of traffic areas to enforce requirements. TEMPORARY CONTROLS 01560-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 D. Provide cleaning at areas as required by CITY. E. 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. 1.9 POLLUTION CONTROL A. The CONTRACTOR shall provide methods, means and facilities required to prevent contamination of soil,water or atmosphere by the discharge of noxious substances from construction operations. CONTRACTOR shall conform to all applicable Federal, State, and local laws, including to those promulgated by Miami-Dade Department of Environmental Research Management(DERM). B. Provide equipment and personnel,perform emergency measures required to contain any spillage, and to remove contaminated soils or liquids. 1. Excavate and dispose of any contaminated earth off-site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. The CONTRACTOR shall plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and waste disposal areas to prevent erosion and sedimentation. 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as berms, dikes and drains. 3. Provide silt screens as required to prevent surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will erode. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. 1.11 PRECAUTIONS DURING ADVERSE WEATHER A. During adverse weather, and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the Work may be properly done and satisfactory in all respects. When required,protection shall be provided by use of tarpaulins,wood and building paper shelters, TEMPORARY CONTROLS 01560-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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 project. 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 in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered 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 CONTRACTOR,employ such labor and equipment as it deems necessary for the purpose,and all costs resulting therefrom shall be charged to the CONTRACTOR and deducted from amounts of money that it may be due. PART 2- PRODUCTS (Not Applicable) PART 3-EXECUTION (Not Applicable) END OF SECTION 01560 TEMPORARY CONTROLS 01560-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01570-TRAFFIC REGULATIONS PART 1 -GENERAL 1.1 THE REQUIREMENTS A. The CONTRACTOR shall provide, operate and maintain equipment, services and personnel for traffic control and protective devices,as required to expedite vehicular traffic flow on haul routes,at on-site access roads and parking areas. B. The CONTRACTOR shall remove temporary equipment and facilities when no longer required and restore grounds to their original or specified condition. C. There shall be no separate payment for work under this heading. All coasts associated with such shall be included in the CONTRACTOR's Bid Price(s). 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions of the Contract. C. Summary of Work. • D. Temporary Environmental Controls. 1.3 TRAFFIC SIGNALS BARRIERS AND SIGNS A. The CONTRACTOR shall provide and operate traffic control and directional signals, furnish all barriers and/or signs as required to direct and maintain an orderly flow of traffic in all areas under CONTRACTOR's control,or affected by CONTRACTOR's operations, as required by jurisdictional agencies. 1.4 FLAGPERSON A. The CONTRACTOR shall provide qualified and suitably equipped flagperson(s)when construction operations encroach on traffic lanes, as may be required by jurisdictional agencies. 1.5 FLARES AND LIGHTS A. The CONTRACTOR shall provide flares and lights during periods of low visibility(as required): 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flagperson in directing traffic. B. The CONTRACTOR shall provide illumination of critical traffic areas (as required). 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 3. During periods when the operations have impacted the existing lighting systems. TRAFFIC REGULATIONS 01570- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 1.6 MAINTENANCE AND PROTECTION OF TRAFFIC A. The CONTRACTOR shall provide all necessary traffic control devices to redirect, protect,warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1.7 HAUL ROUTES A. Consult with jurisdictional authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow,to minimize interference with normal public traffic. 1.8 MEASUREMENT AND PAYMENT A. There shall be no special measurement and payment for work under the section,it shall be included in the CONTRACTOR's Bid Price(s). PART 2- PRODUCTS (Not Applicable) PART 3-EXECUTION (Not Applicable) END OF SECTION 01570 TRAFFIC REGULATIONS 01570-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01580-PROJECT IDENTIFICATION SIGNS PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain a project identification sign as per CITY's requirements. B. The CONTRACTOR shall remove sign on completion of construction. C. The CONTRACTOR shall allow no other signs to be displayed,except as may otherwise by required by jurisdictional agencies. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.3 PROJECT IDENTIFICATION SIGN (One sign required) A. One painted sign,with painted graphic content to include: 1. Title of project. 2. Name of CITY. 3. Names and titles of: a. CONSULTANT. b. Authorities and Titles. c. General CONTRACTOR. d. Major subcontractors. 4. Funding sources. 5. Project logo sample as provided by CITY on disk, to be added on sign by CONTRACTOR. B. Graphic design, style of lettering, and colors: As per CITY's standard. C. Erect on the site at a location, as approved by CITY. 1.4 QUALITY ASSURANCE A. Sign Painter: Professional experience in type of work required. B. Finishes, Painting: Adequate to resist weathering and fading for scheduled construction period. PROJECT IDENTIFICATION SIGNS 01580 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 2-PRODUCTS 2.1 SIGN MATERIALS A. Structure and Framing: New,wood or metal, in sound condition structurally adequate to work and suitable for specified finish. B. Sign Surfaces: Exterior softwood plywood with medium density overlay, standard large sizes to minimize joints. C. Thickness: As required by standards to span framing members,to provide even, smooth surface without wave or buckles. D. Rough Hardware: Galvanized E. Paint: Exterior quality. 1. Colors for structure, framing, sign surfaces and graphics: As per CITY's standards. PART 3-EXECUTION 3.1 PROJECT IDENTIFICATION SIGN A. Paint exposed surfaces of supports,framing and surface material;one coat of primer and one coat of exterior paint. B. Paint graphics in styles, sizes and colors selected. 3.2 MAINTENANCE A. Maintain signs and supports in a neat,clean condition; repair damages to structure,framing or sign. 3.3 REMOVAL A. Remove signs, framing, supports and foundations at completion of project. 3.4 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum price bid. END OF SECTION 01580 PROJECT IDENTIFICATION SIGNS 01580-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01600- MATERIAL AND EQUIPMENT PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall ensure that all material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the CONSULTANT. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions of the Contract. 1.3 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. Handle, install, connect, clean, 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 instructions, consult with CONSULTANT for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by the Contract Documents. 1.4 TRANSPORTATION AND HANDLING MATERIAL AND EQUIPMENT 01600- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 A. The CONTRACTOR shall arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on an"as needed" basis. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact with legible markings. 2. Immediately upon delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals,and that products are properly protected and undamaged. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage to products or packaging. C. Coordinate deliveries to avoid conflict with Work and conditions at site: 1. Work of other contractors, or CITY. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. CITY's use of premises. D. Deliver products in undamaged condition in original containers or packaging,with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those provided by CITY, by methods to prevent soiling or damage to products or packaging. H. Provide additional protection during handling as necessary to prevent scraping,marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. 1.5 STORAGE A. The CONTRACTOR shall store products in accord with manufacturer's instructions,with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. MATERIAL AND EQUIPMENT 01600-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. Exterior Storage 1. Provide substantial platforms,blocking or skids to support fabricating products above ground, prevent soiling or staining. Cover products, subject to discoloration or deterioration from exposure to the elements,with impervious sheet coverings. Provide adequate ventilation to avoid condensation. a. Provide surface drainage to prevent flow or ponding of rainwater. b. Prevent mixing of refuse or chemically injurious materials or liquids. C. Stored Products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the CONSULTANT and CITY on request. D. The CONTRACTOR shall verify that storage methods and facilities comply with supplier's product storage requirements. E. The CONTRACTOR shall verify that Supplier required environmental conditions are maintained continually, where applicable. 1.6 MAINTENANCE OF STORAGE A. The CONTRACTOR shall maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. Any weathering of products,coatings and finishes is not acceptable under requirements of Contract Documents. B. 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. 1.7 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. D. Lawns and landscaping: The CONTRACTOR shall prohibit traffic of any kind across restored planted lawn and landscaped areas. E. 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. MATERIAL AND EQUIPMENT 01600-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 2-PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01600 MATERIAL AND EQUIPMENT 01600-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01700-CONTRACT CLOSEOUT PART 1 -GENERAL 1.1 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions 1.3 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers the work is substantially complete, it shall submit to the CONSULTANT. 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the CITY and CONSULTANT will make an inspection to determine the status of completion. C. Should CONSULTANT determine that the work is not substantially complete: 1. CITY and CONSULTANT will promptly notify the CONTRACTOR in writing, giving the reasons therefore. 2. CONTRACTOR shall remedy the deficiencies in the work,and send a second written notice of substantial completion to the CONSULTANT. 3. CITY and CONSULTANT will reinspect the work. D. When CITY and CONSULTANT concur that the work is substantially complete,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. 1.4 FINAL INSPECTION A. When CONTRACTOR considers the work is complete, it shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Systems have been tested in the presence of the CITY Representative and are operational. 5. Work is completed and ready for final inspection. CONTRACT CLOSEOUT 01700- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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, listing the incomplete or defective work. 2. CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to CITY Representative that the work is complete. 3. CITY Representative and CONSULTANT will reinspect the work. D. When the CITY's Representatives find that the work is acceptable under the Contract Documents,it shall request the CONTRACTOR to make closeout submittals. 1.5 REINSPECTION FEES A. Should CITY Representative perform reinspections due to failure of the work to comply with the claims of status of completion made by the CONTRACTOR: 1. CITY will compensate CITY Representative and CONSULTANT for such additional services. 2. CITY will deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.6 CONTRACTOR'S CLOSEOUT SUBMITTALS TO CITY'S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificates of Inspection. a. Electrical b. Other, as may be required. B. Project Record Documents: To requirements of the Section entitled"Project Record Documents". C. Operating and Maintenance Data, Instructions to CITY's Personnel: To requirements of the Section entitled, "Operating and Maintenance Data." D. Guarantees and Bonds: To requirements of the section entitled, "Guarantees and Bonds." E. Evidence of Payment and Release of Liens: To requirements of General and Supplementary General Conditions. F. Certificate of Insurance for Products and Completed Operations. 1.7 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to CONSULTANT and CITY. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. CONTRACT CLOSEOUT 01700 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 2. Additions and deductions resulting from: a. Previous Change Orders. b. Allowances. c. Unit Prices. d. Deductions for uncorrected work. e. Penalties and Bonuses. f. Deductions for liquidated damages. g. Deductions for reinspection payments. h. Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 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. 1.8 FINAL APPLICATION FOR PAYMENT A. CONTRACTOR shall submit the final Application for Payment in accordance with procedures and requirements stated in the General Conditions. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01700 CONTRACT CLOSEOUT 01700-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01710-CLEANING PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall execute cleaning,during progress of the Work,and at completion of the Work, as required by the General Conditions and these specifications. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.3 DISPOSAL REQUIREMENTS A. The CONTRACTOR shall conduct its cleaning and disposal operations to comply with all applicable codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.1 MATERIALS A. The CONTRACTOR shall use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. PART 3-EXECUTION 3.1 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 remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. 3.2 FINAL CLEANING A. The Contractor shall employ skilled workmen for final cleaning. B. The Contractor shall remove grease, mastic, adhesives, dust, dirt, stains,fingerprints, labels, and other foreign materials from sight-exposed surfaces. C. The Contractor shall broom clean exterior paved surfaces;rake clean other surfaces of the grounds. CLEANING 01710- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 D. Prior to final completion,CONTRACTOR shall conduct an inspection of sight-exposed surfaces,and all WORK areas, to verify the entire WORK is clean. E. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. END OF SECTION 01710 CLEANING 01710 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01720-PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.3 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples apart from documents used for construction. 1. Provide for storage of documents. B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by CITY's and CONSULTANT's Representatives. 1.4 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by CONSULTANT. 1.5 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: PROJECT RECORD DOCUMENTS 01720- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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 horizontal values. D. Specifications and Addenda; Legibly mark each Section to record: 1. Manufacturer, trade name, catalog number, and supplier of each produce and item of equipment actually installed. 2. Changes made by field order or by Change Order. 1.6 RECORD DRAWINGS A. The CONTRACTOR shall maintain full size(22"X34")field drawings to reflect the"record"items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of drawings on full-size, reproducible material and an electronic file in .DWG format (AutoCAD, Latest Version). One set of full size design drawings on reproducible material will be furnished to the CONTRACTOR by the CONSULTANT for this purpose and electronic file of the design drawings on compact disk. B. At a minimum the record drawings shall be reviewed on the 20th working day of every month, 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 witholding monthly progress payments until such time as the record drawings are brought up-to-date. C. Record drawings shall be accessible to the CITY and CONSULTANT at all times during construction period. D. The cost of maintaining record changes,and preparation of the Record Drawings shall be included in the unit prices bid for the affected items. Upon completion of the WORK, the CONTRACTOR shall furnish the CONSULTANT and CITY the reproducible recent Drawings and electronic files.Pay request quantities must match as-builts. 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 telephone number of the surveyor. F. Representative items of work that should be shown on the record drawings as verified,changed or added are shown below: 1. Plans: a. Location of light poles and pull boxes(new and existing). PROJECT RECORD DOCUMENTS 01720-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 2. 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 01720 PROJECT RECORD DOCUMENTS 01720-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 01730-OPERATING AND MAINTENANCE DATA PART 1 -GENERAL 1.1 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.3 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. 1.4 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by CITY's personnel. B. Format: 1. Size: 8-1/2 in. x 11 in. 2. Paper: Manufacturer's original printed data, or neatly typewritten. 3. Drawings: 22-inch to 34-inch or 11-inch to 17-inch Blueprints as may be directed the CITY and CONSULTANT. a. Provide reinforced punched binder tabs, bind in with text. b. Fold larger drawings to size of text pages. 4. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identifying each volume with typed or printed title: "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of Project. OPERATING AND MAINTENANCE DATA 01730 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 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. 1.5 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List,with each product, name, address and telephone number of: a. SubCONTRACTOR or installer. b. Maintenance CONTRACTOR, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Product Record Documents to assure correct illustration of completed installation. a. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate heading for different procedures. 2. Provide logical sequence of instructions for each procedure. OPERATING AND MAINTENANCE DATA 01730-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 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. 1.6 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. a. Electrical service. b. Controls. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to"Trouble-Shooting". c. Disassembly, repair, and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturers current prices,and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. C. Prepare and include additional data when the need for such data becomes apparent during instruction of CITY's personnel. D. Additional requirements for operating and maintenance data: Respective section of Specifications. 1.7 SUBMITTAL SCHEDULE OPERATING AND MAINTENANCE DATA 01730-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 A. Submit two copies of preliminary draft of proposed formats and outlines of contents prior to start of work. 1. CONSULTANT will review draft and return one copy with comments. B. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments. C. Submit specified number of copies of approved data in final form 10 days after final inspection or acceptance. 1.8 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance,fully instruct CITY's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2-PRODUCTS (Not Applicable) PART 3-EXECUTION (Not Applicable) END OF SECTION 01730 OPERATING AND MAINTENANCE DATA 01730-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 01740-GUARANTEES AND BONDS PART 1 -GENERAL 1.1 THE REQUIREMENT A. The Contractor shall: 1. Compile specified guarantees and bonds. 2. Review submittals to verify compliance with Contract Documents. 3. Submit to CONSULTANT for review and transmittal to CITY. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.3 SUBMITTAL REQUIREMENTS A. Assemble guarantees, executed by each of the respective manufacturers, suppliers, and Subcontractors. B. Number of original signed copies required: Three each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for CITY personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. CONTRACTOR, name of responsible principal, address and telephone number. 1.4 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. GUARANTEES AND BONDS 01740 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. Binders: Commercial quality, three-ring, with durable and cleanable plastic covers. 1.5 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. 1.6 SUBMITTALS REQUIRED A. Submit guarantees, bonds,and service and maintenance contracts for periods other than one year as specified in respective specific sections of the Specifications, (if applicable). B. The General CONTRACTOR shall submit on the entire Project the one year guarantee as per AlA, 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 01740 GUARANTEES AND BONDS 01740 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez&Partners Street Lighting WA Project No. 21602.00 SECTION 02200- EARTHWORK PART 1 -GENERAL 1.1 THE REQUIREMENT A. Provide all labor, materials, equipment and services as necessary to complete the Earthwork requirements specified herein, including but not necessarily limited to the following: 1. Excavation, including demucking. 2. Backfilling. 3. Compaction. 4. Final Grading B. There shall be no classification of excavation for measurement of payment regardless of materials encountered. C. The work of this Section includes all earthwork required for construction of the WORK. Such earthwork shall include, but not be limited to, the loosening, removing, loading, transporting, depositing, and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work specified in the Contract Documents, which shall include, but not be limited to, the furnishing, placing, and removing of sheeting and bracing necessary to safely support the sides of all excavation; all pumping, ditching, draining, and other required measures for the removal or exclusion of water from the excavation; the supporting of structures above and below the ground; all backfilling around structures and all backfilling of trenches and pits; the disposal of excess excavated materials; borrow of materials to makeup deficiencies for fills; and all other incidental earthwork, all in accordance with the requirement of the Contract Documents. D. Note that excavation work specified in this section relates to all necessary earthwork not associated with utilities. For earthwork requirements related to utilities, reference the Section entitled "Excavation and Backfill for Utilities". 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Excavation and Backfill for Utilities. B. Sodding. 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Codes: All codes shall be as referenced in the Section entitled"Reference Standards". B. Commercial Standards: ASTM D 422 Standard Test Method for Particle-Size Analysis of Soils. ASTM D 698 Standard Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures, Using 5.5-lb (2.49-kg) Rammer and 12-in (304.8-mm) Drop. ASTM D 1556 Standard Test Method for Density of Soil in Place by the Sand Cone Method. EARTHWORK 02200- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 ASTM D 1557 Standard Test Methods for Moisture-Density Relations of Soils and Soil- Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457-mm) Drop. ASTM D 1633 Standard Test Method for Compressive Strength of Molded Soil-Cement Cylinders. ASTM D 2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate. ASTM D 2487 Standard Test Method for Classification of Soils for Engineering Purposes. ASTM D 2901 Standard Test Method for Cement Content of Freshly-Mixed Soil-Cement. ASTM D 2922 Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods(Shallow Depth). ASTM D 3282 Standard Classification of Soils and Soil-Aggregate Mixtures for Highway Construction Purposes ASTM D 4253 Standard Test Methods for Maximum Index Density of Soils Using a Vibratory Table. ASTM D 4254 Standard Test Methods for Minimum Index Density of Soils and Calculation of Relative Density. AASHTO 1-180 Standard Method of Test for Moisture-Density Relations of Soils Using 10- 16 Rammer and an 18-Inch Drop. 1.4 SUBSOIL INFORMATION A. There are no representations of any type made as to subsurface conditions. 1.5 SITE INSPECTION A. The CONTRACTOR shall visit the site and acquaint itself with all existing conditions and make its own subsurface investigation to satisfy itself as to site and subsurface conditions. All such investigations shall be in full compliance with requirements of all jurisdictional agencies. 1.6 TOPOGRAPHIC INFORMATION A. The Design ENGINEER of Record utilized the best available information at the time of contract document preparation. However, the CONTRACTOR shall note that no representation is made as to the accuracy or consistency of existing grades and locations shown on the drawings. The CONTRACTOR shall verify all existing grades to the extent necessary to insure completion of the job to the proposed grades indicated on the drawings. 1.7 DISPOSAL OF SURPLUS OR UNSUITABLE MATERIAL A. Unsuitable material encountered during the course of construction shall be removed from the construction site at the expense of the CONTRACTOR. Unsuitable material shall not be stockpiled on-site. Suitable material may be stockpiled on-site at areas acceptable to the CITY and/or its representative. If no such areas are available in the opinion of the CITY, then CONTRACTOR shall be responsible for making arrangements as necessary for the stockpiling of suitable materials off-site.All costs associated for such shall be borne by the CONTRACTOR. 1.8 BENCH MARKS AND MONUMENTS A. CONTRACTOR shall employ a Registered Professional Land Surveyor to lay out lines and grades as indicated. Benchmarks shall be established by a surveyor registered in the State of Florida. Benchmarks shall be permanent and easily accessible and maintained and replaced if disturbed or destroyed. All benchmarks shall be in Bay Datum. EARTHWORK 02200 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 1.9 UTILITIES A. The CONTRACTOR shall locate all existing active utility lines traversing the site and determine and develop implementation plan for their protection throughout project duration. Note that all active utilities adjacent to or traversing the site and/or designated to remain shall remain in continuous, uninterrupted service throughout the duration of the Work, unless specifically scheduled for a shutdown, in accordance with requirements specified in Division 1. B. The CONTRACTOR shall furnish all temporary support, adequate protection and maintenance of all underground and surface utility structures, drains, sewers, and other obstructions encountered during the progress of the work, whether shown or not on the drawings. Such Work shall be considered incidental to the scope of the project and no separate compensation will be provided for such. C. Where the grade or alignment of proposed piping is obstructed by existing utility structures, such as conduits, ducts, pipe branch connections to main sewers and the like, whether or not shown on the drawings, the obstruction shall be permanently supported, relocated, removed, and/or reconstructed by the utility owner at the CONTRACTOR'S expense, pending proper coordination by the CONTRACTOR, at no additional cost to the CITY. Such Work shall be considered incidental to the scope of the project and no additional compensation will be provided for such work. In addition, all such work shall be in full compliance with utility owner requirements. D. It shall be the responsibility of the CONTRACTOR to notify the owners of existing utilities in the area of construction a minimum of 48 hours prior to any excavation adjacent of such utilities, so that field locations of said utilities may be established. E. The CONTRACTOR shall remove, plug and/or cap inactive or abandoned utilities encountered in excavation. F. The CONTRACTOR shall record location of all utilities, whether shown on the drawings or not, in accordance with the Section entitled "Project Record Documents". 1.10 QUALITY ASSURANCE A. Testing Laboratory may be retained by the CITY to observe performance of work in connection with excavation, backfill, grading and compaction. The CONTRACTOR shall re-adjust its work schedule as required to coordinate with testing schedules proposed by the CITY. In this effort, the CITY will endeavor to minimize impacts to the CONTRACTOR to the extent possible. B. The CONTRACTOR shall not deviate from contract requirements without specific and written acceptance of the CONSULTANT. C. Where soil material is required to be compacted to a percentage of maximum density, the maximum density at optimum moisture content will be determined in accordance with ASTM D 1557. Where cohesion-less, free draining soil material is required to be compacted to a percentage of relative density, the calculation of relative density will be determined in accordance with ASTM D 4253 and D 4254. Field density in-place tests will be performed in accordance with ASTM D 1556, ASTM D 2922, or by such other means acceptable to the CONSULTANT. D. In case the tests of the fill or backfill show non-compliance with the required density, the CONTRACTOR shall accomplish such remedy as may be required to insure compliance. Subsequent testing to show compliance shall be at the CONTRACTOR'S expense. EARTHWORK 02200 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 E. Particle size analysis of soils and aggregates will be performed using ASTM D 422. F. Determination of sand equivalent value will be performed using ASTM D 2419. G. Unified Soil Classification System: References in these specifications are to soil classification types and standards set forth in ASTM D 2487. The CONTRACTOR shall be bound by all applicable provisions of said ASTM D 2487 in the interpretation of soil classifications. H. The CONTRACTOR shall comply with all requirements of all applicable building codes and other public agencies having jurisdiction upon the work. 1.11 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this Section; it shall be included in the unit price bid for each applicable item. PART 2 - PRODUCTS 2.1 BACKFILL AND F MATERIALS A. Materials for backfill and fill shall be free of clay clods, rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, and other deleterious matter and shall be satisfactory soil materials as follows: AREA CLASSIFICATION BACKFILL OR FILL MATERIALS In excavations, unless otherwise specified Excavated or borrow material that has been sampled, tested, and approved as "Satisfactory Soil Material" Against face of structures where footing Filtering Material drains from top of porous fill r footing drains to indicated elevation, and from face of structure distance equal three footing drain diameters Against surfaces having applied waterproofing Sand for a distance of at least 6 inches from surface In foundation subdrain trenches over porous Filtering material fill drain pipe Under grassed areas Excavated or borrow material that has been sampled, tested, and approved as "Satisfactory Soil Material" Under walks, steps, and paved areas Subbase material or excavated or borrow material that has been sampled, tested, and approved as"Satisfactory Soil Material" Under building slabs Drainage fill EARTHWORK 02200-4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 2.2 SATISFACTORY SOIL MATERIALS A. "Satisfactory soil materials" shall mean AASHTO M 145, (ASTM D 3282) Soil Classification Groups A-1, A-2-4,A-2-5, and A-3. 2.3 UNSATISFACTORY MATERIALS A. Unsatisfactory soil materials shall mean AASHTO M 145, Soil Classification Groups A-2-6, A-2- 7, A-4, A-5, A-6, and A-7, peat and other highly organic soil, and soil materials of any classification that have a moisture content at the time of compaction beyond the range of 1 percentage point below and 3 percentage points above the optimum moisture content of the soil material as determined by moisture-density relations test. 2.4 TOPSOIL A. Topsoil shall be any soil removed from the project site which consists of clay or sandy loam. B. The topsoil shall be reasonably free from subsoil, clay clumps, brush, objectionable weeds, and other litter, and shall be free from stones, stumps, roots, and other objectionable materials that are larger than 2 inches in any dimension. 2.5 COMPOST A. Compost shall be yard trimmings or yard waste compost processed and graded according to state and local regulations. 2.6 TOPSOIL BLEND A. Where insufficient topsoil is removed from the project site the topsoil removed shall be stockpiled and blended with compost at the site to achieve required volume. 2.7 COHESIONLESS MATERIALS A. Cohesionless soil materials include gravel, gravel-sand mixtures, sands, and gravelly-sands. Moisture-density relations of compacted cohesionless soils, when plotted on graphs, shall show straight lines or reverse-shaped moisture density curves. 2.8 COHESIVE MATERIALS A. Cohesive soil materials include clayey and silty gravels, sand-clay mixtures, gravel-silt mixtures, clayey and silty sands, sand-silt mixtures, clays, silts, and very fine sands. Moisture-density relations of compacted cohesive soils shall show normal moisture-density curves. 2.9 SUBBASE MATERIALS A. Subbase material shall be a naturally or artificially graded mixture of natural or crushed gravel, crushed stone, or sand. 2.10 DRAINAGE FILL A. Drainage fill shall be a washed, uniformly graded mixture of crushed stone or crushed and uncrushed gravel, with 100 percent passing 1 inch sieve and not more than 10 passing No. 200 sieves. EARTHWORK 02200 - 5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 2.11 FILTERING MATERIAL A. Filtering material shall conform to ASTM C 33 and shall be a uniformly graded mixture of natural or crushed gravel, crushed stone, and natural sand, with 100 percent passing 3/8-inch sieve and 2 to 10 percent passing a No. 100 sieve. 2.12 SAND A. Sand shall be natural sand. PART 3- EXECUTION 3.1 JOB CONDITIONS A. The CONTRACTOR shall use all means necessary to protect existing improvements and vegetation during its earthwork activities. B. In the event of damage to existing improvements, the CONTRACTOR shall immediately inform the CONSULTANT, minimize additional damages, make all repairs and/or replacements necessary, to the acceptance of CITY, at no additional cost. 3.2 BACKFILL&GRADING A. The CONTRACTOR shall cut, backfill, fill and grade to the grade levels indicated on the drawings and as required to meet and match adjacent grade levels. B. The CONTRACTOR shall place fill material in 6-inch thick, horizontal layers and spread them to obtain uniform thickness. 3.3 STRUCTURE AND ROADWAY EXCAVATION A. Excavations shall include the removal of all materials of whatever nature encountered, including all obstructions of any nature that would interfere with the proper execution and completion of the work, in accordance with lines and grades shown on the drawings. No allowances will be made for additional compensation to the CONTRACTOR for materials encountered. B. The CONTRACTOR shall furnish, place, and maintain all supports and shoring that may be required for its excavations. C. The CONTRACTOR shall maintain all pumping, ditching, or other measure, as may be required, for the removal or exclusion of water, including storm water, groundwater, and/or wastewater that may be introduced into the site of the work from any source so as to prevent damage to the work or adjoining property. D. The CONTRACTOR shall be required to slope and/or otherwise support all of its excavations in accordance with all applicable requirements, inclusive of OSHA Safety and Health Standards for Construction (29CFR1926). 3.4 PIPELINE AND UTILITY TRENCH EXCAVATION A. All excavation work for utilities shall comply with the requirements set forth in the Section entitled "Excavation and Backfill for Utilities". EARTHWORK 02200-6 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 3.5 EXCAVATION IN LAWN AREAS A. Where excavation is to occur in swale and/or lawn areas, the CONTRACTOR shall remove existing sod and replace with new sod. B. The CONTRACTOR shall not place excavated material on adjacent lawns. 3.6 EXCAVATION IN VICINITY OF TREES A. Except where trees are shown to be removed, existing trees shall be protected from injury during the progress of the Work. Refer to Specification Section 02900 — Landscape, for restriction on cutting tree roots. B. The CONTRACTOR shall provide support to trees as deemed necessary, at no additional cost. 3.7 ROCK EXCAVATION A. Rock excavation shall include removal and disposal of the following types of materials: 1. All boulders. 2. All rock material in ledges, bedding deposits, and unstratified masses which cannot be removed without systematic drilling. 3. Concrete or masonry structures which have been abandoned. 4. Conglomerate deposits which are so firmly cemented that they possess the characteristics of solid rock and which cannot be removed without systematic drilling and blasting. B. Blasting is not permitted. 3.8 DISPOSAL OF EXCESS EXCAVATED MATERIAL A. The CONTRACTOR shall dispose of all excess excavated material at an approved site in full conformance with Regulating Agencies requirements. 3.9 DISPOSAL OF UNSUITABLE EXCAVATED MATERIAL A. The CONTRACTOR shall remove and dispose of all unsuitable excavated materials, including muck, tree roots, rocks, garbage, debris, or any other material designated as unsuitable, at an approved site in full conformance with Regulating Agencies requirements. 3.10 BACKFILL-GENERAL A. The CONTRACTOR shall not place backfill around or upon any structure until the concrete has attained sufficient strength to withstand the loads imposed. B. Except for drainrock materials being placed in over-excavated areas or trenches, backfill shall only be placed after all water is removed from excavations. 3.11 PLACING AND SPREADING OF BACKFILL MATERIALS A. The CONTRACTOR shall place and spread backfill materials in 6-inch compacted layers. B. When compaction is to be achieved using mechanical equipment, the CONTRACTOR shall spread layers evenly so when compacted each layer does not exceed six(6) inches thick. EARTHWORK 02200 -7 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. Where backfill material moisture content is below the optimum moisture content, the CONTRACTOR shall add water before or during spreading, so that the proper moisture content is achieved. D. Where backfill material moisture content is too high to permit the specified degree of compaction, the CONTRACTOR shall dry the material until the moisture content is satisfactory, or provide suitably dry material from other sources. 3.12 COMPACTION -GENERAL A. The CONTRACTOR shall compact each layer of fill with approved equipment to achieve a specified density at optimum moisture per specified AASHTO requirements. B. Base material compaction requirements are as follows as per ASTM D-2922: 1. Landscaped and Swale Areas 85%-90% C. No backfill shall be placed against any masonry or other exposed surfaces until permission has been given by the CONSULTANT, and in no case until the masonry has been in place for a minimum of seven (7) days. D. The compaction in hard to access areas shall be accomplished via the use of mechanical tampers or approved hand tampers. When hand tampers are used, the placement of materials in layers shall be no more than 6 inches thick? 3.13 COMPACTION MATERIALS A. The CONTRACTOR shall use equipment that is consistently capable of achieving the required degree of compaction on each layer, over its entire area while the material is at the specified moisture content. B. Compaction test requirements shall be in accordance with specified AASHTO T-180 standards. 3.14 PIPE AND UTILITY TRENCH BACKFILL A. All backfill work for utilities shall comply with the requirements set forth in the Section entitled "Excavation and Backfill for Utilities". 3.15 CORRECTION OF GRADE A. The CONTRACTOR shall bring to required grade levels areas where settlement, erosion or other grade changes occur. 3.16 MAINTENANCE AND PROTECTION OF WORK A. The CONTRACTOR shall maintain all earthwork construction throughout the life of the contract and take all reasonable precautions to prevent loss of material from the roadway due to the action of wind or water. B. The CONTRACTOR shall repair of all work at no additional cost to the CITY, except as otherwise may be caused by forces outside of its control. C. Adequate drainage shall be maintained at all times. END OF SECTION 02200 EARTHWORK 02200-8 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 02222- EXCAVATION AND BACKFILL FOR UTILITIES PART 1 -GENERAL 1.1 THE REQUIREMENT A. The CONTRACTOR shall excavate, grade and backfill as required for underground raceway systems and appurtenances as shown on the Drawings and specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Surface Restoration 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Codes: All codes, as referenced herein, are as specified in the Section entitled, "Reference Standards". B. Commercial Standards: ASTM D 422 Method for Particle-Size Analysis of Soils. ASTM D 698 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb(2.49-kg) Rammer and 12-in (304.8-mm) Drop. ASTM D 1556 Test Method for Density of Soil in Place by the Sand-Cone Method. ASTM D 1557 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-lb (4.54-kg) Rammer and 18-in (457-mm) Drop. ASTM D 2419 Test Method for Sand Equivalent Value of Soils and Fine Aggregate. ASTM D 2922 Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 1.4 SUBMITTALS A. General: All submittals shall be in full compliance with requirements set forth in the Section entitled "Shop Drawings, Product Data and Samples". B. Bedding and Backfill Materials: The CONTRACTOR shall submit suitable data on the off-site sources of bedding and backfill materials. A representative sample weighing approximately 50 lbs. May be requested for additional testing by the CITY. The sample shall be delivered to a location determined by the CONSULTANT. Materials may be tested by the CITY for compliance with these specifications. The CONTRACTOR shall replace all materials that do not meet specification requirements. C. Sheeting System: The CONTRACTOR shall prepare and submit drawings and design computations for any proposed sheeting systems to be utilized during performance of its work activities. These submittals shall be reviewed for information purposes only and in no way relieve the CONTRACTOR of the responsibility to provide a safe and satisfactory sheeting and shoring system. Sheeting and shoring shall be designed by the CONTRACTOR, and the sealed by a Professional Engineer registered in the State of Florida. If the CONSULTANT is of the opinion that at any point sufficient or proper supports have not been provided, it may order additional supports put in at the CONTRACTOR'S expense. EXCAVATION AND BACKFILL FOR UTILITIES 02222 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 1.5 QUALITY CONTROL A. An independent testing laboratory will be retained by the CITY to perform testing as specified in the Section entitled "Testing Laboratory Services"". The CONTRACTOR shall cooperate with the CITY and schedule its work so as to permit a reasonable time for testing. A minimum of 48 hours of notice shall be provided to the CITY, to allow the testing laboratory to mobilize its activities. 1.6 SUBSURFACE INFORMATION A. The CONTRACTOR shall be responsible for anticipating subsurface conditions and shall provide positive control measures as required. Such measures shall ensure stability of excavations, groundwater pressure control, prevention of tanks, pipes, and other structures from being lifted by hydrostatic pressures, and avoiding the disturbance of subgrade bearing materials. 1.7 TRENCH SAFETY ACT COMPLIANCE A. The CONTRACTOR by signing and executing the contract is, in writing, assuring that it will perform any trench excavation in accordance with the Florida Trench Safety Act, Section 553.60 et. seq. The CONTRACTOR has further identified the separate item(s) of cost of compliance with the applicable trench safety standards as well as the method of compliance as noted in the "Bid Forms"Section of the Contract front-end documents. B. The CONTRACTOR acknowledges that this cost is included in the applicable items of the Proposal and Contract and in the Grand Total Bid and Contract Price. C. The CONTRACTOR is, and the CITY and CONSULTANT are not, responsible for the review and maintenance and enforcement of safety precautions and means, methods, techniques and/or technique adequacy, reasonableness of cost, sequences or procedures of any safety precaution, program or cost, including but not limited to, compliance with any and all requirements of Florida Statute Section 553.60 et. seq. cited as the "Trench Safety Act". The CONTRACTOR is, and the CITY and CONSULTANT are not, responsible to determine if any safety or safety related standards apply to the project, including but not limited to, the "Trench Safety Act". 1.8 PROTECTION OF PROPERTY AND STRUCTURES A. The CONTRACTOR shall, at its own expense, sustain in place and protect from direct or indirect injury, all pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of its Work. The CONTRACTOR shall take all risks attending the presence or proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and its Work. It shall be responsible for all damage, and assume all expenses, for direct or indirect injury and damage, caused by its Work, to any such pipe, structures, etc., or to any person or property, by reason of injury to them, whether or not such structures, etc., are shown on the Drawings. B. Barriers shall be placed at each end of all excavations and at such places as may be necessary along excavations to warn all pedestrian and vehicular traffic of such excavations. Barricades with flashing lights shall also be placed along excavation from sunset each day to sunrise of the next day until such excavation is entirely refilled, compacted, and paved. All excavations shall be barricaded where required to meet OSHA, local and Federal Code requirements, in such a manner to prevent persons from falling or walking into any excavation within the site fenced property limits. No separate payment will be provided for barricades and/or barriers. Such costs shall be included in the bid costs for related construction items. EXCAVATION AND BACKFILL FOR UTILITIES 02222 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION 3.1 EXCAVATION A. The CONTRACTOR shall remove and replace, where unavoidable, all existing shrubbery, grass, sprinklers, signs, and similar items in the way of the raceways and shall make all excavation necessary B. All cleared materials shall be promptly removed from the work area and disposed of in an area provided by the CONTRACTOR. Accumulation of debris or stockpiling along the route of the work will not be allowed. C. The CONTRACTOR shall excavate raceway trenches to a minimum of six inches below the outside bottom of the proposed raceway barrel to provide for the installation of the bedding material. D. If, in the opinion of the CITY and CONSULTANT, the soil at that depth is unsatisfactory as foundation material because it contains marl, muck, organic matter, or other unsuitable material, the excavation shall be continued two (2) feet deeper, except if a suitable foundation material is exposed at a lesser depth, further excavation will not be required. E. If the soil is still unsuitable after the additional excavation as prescribed above, and the CITY and CONSULTANT authorizes "Overcut", the trench bottom shall be excavated further in one- foot increment until either a suitable foundation material is found, or the CONTRACTOR is directed by the CITY and CONSULTANT to stop trench overcut and begin backfilling. In no case will trench overcut be more than 6 feet in depth, i.e., to a point 8.5 feet below the bottom of the pipe. Selected backfill, as defined in Section 4.05 "Compacted backfill" herein, shall then be compacted in 6-inch layer up to the bottom of the proposed 6 inches of raceway bedding. F. Trench widths, when measured at a point 12 inches above the top of the raceway, shall provide a 12-inch maximum clearance on each side, between the outside of the raceway barrel and the face of the excavation, or sheeting if used. Minimum trench width shall provide at least 6-inches clearance on each side, between the outside of the raceway barrel and the face of the excavation, or sheeting if used. G. For excavation five (5) feet deep or less, sheeting and shoring shall be installed where necessary to control trench width, protect the workmen and the general public, and prevent damage to this or adjacent work, or structures. When an excavation is in excess of five (5) feet deep, the CONTRACTOR shall comply with the provision of the State of Florida "Trench Safety Act", Method(s) of compliance used shall protect the workmen and the general public, prevent damage to this or adjacent work, or structures, utilities, pavements, sidewalks, curbs, gutters and similar improvements both public and private, and provide for proper maintenance of traffic. The trench width may vary to accomplish this and to comply with Trench Safety Act, but only from a point one (1)foot above the top of the raceway. H. Where wood sheeting or certain designs of steel sheeting are used, the CITY may require that the sheeting be cut off at a level two (2) feet above the top of the installed raceway and that portion below that level be left in place. EXCAVATION AND BACKFILL FOR UTILITIES 02222 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 I. If interlocking steel sheeting is used, the CITY may permit its complete removal in lieu of the cut-off, providing removal can be accomplished without disturbing the bedding, raceway or raceway alignment. Any damage to the raceway bedding, raceway or raceway alignment shall be cause for rejection of the affected portion of the work. J. Where a safely constructed moveable shield or trench box is used in place of sheeting and shoring, the trench shall be opened immediately ahead of the shield as raceway laying proceeds inside the shield. All construction in conjunction with using a shield must be approved by the CITY, including excavation, installation of raceway, and backfilling and compaction. K. Excavation for other appurtenances shall be sufficient to leave at least 12 inches clear between their outer surfaces and the embankment or sheeting that may be used to protect them. L. Materials removed from the trenches shall be stored and disposed of in such a manner that they will not interfere unduly with traffic on public streets and sidewalks and they shall not be placed on private property. In congested areas, such materials as cannot be stored adjacent to the trench or used immediately as backfill shall be removed to convenient places of storage. If any material is creating a public hazard or other unsafe condition, in the opinion of the CITY, it shall be removed immediately by the CONTRACTOR to a storage area. 3.2 BACKFILLING A. Backfill material shall be clean and free from all organic material, clay, marl or unstable materials, debris, lumps or broken paving. No rocks or stones shall be allowed in any backfill. Material for backfill may be material resulting from trench excavation, if suitable in the opinion of the CITY and CONSULTANT. B. Select backfill material specified in these specifications or required by the Plans shall meet all the general requirements for backfill material set forth above, and, in addition, shall be free of any rocks or stones. Select backfill material may be material resulting from trench excavation, if suitable in the opinion of the CITY and CONSULTANT, carefully selected to comply with these requirements. C. Backfilling of trenches will not be allowed until the work has been inspected by the CITY and CONSULTANT, and the CITY and CONSULTANT indicates that backfilling may proceed. Any work covered up or concealed without the knowledge or consent of the CITY and CONSULTANT may be required to be uncovered or exposed. D. The CONTRACTOR shall backfill all trenches and other excavations made in the process of installing the raceway. The CONTRACTOR shall maintain the surface of the backfill free from major irregularities and potholes. Backfill shall be select backfill material not exceeding 2 inches in diameter. E. Backfilling and compaction of material under and around the conduits and to one foot above the crown shall be in layers not exceeding 9 inches in thickness. Each layer shall be thoroughly compacted to specified maximum density for the first foot and 95 percent after, if applicable, as determined by AASHTO Standard No. T-180-74. "Moisture-Density Relations of Soils Using a 10-lb. (4.54 kg.) Rammer and an 18-in (457 mm) Drop". The material in the ditch may be compacted by either a hand tamper or a mechanized power tamper, provided the results obtained meet the continued approval of the CITY and CONSULTANT. F. Backfill shall, in general, be kept up with the rate of laying. The backfill up to the springline of the raceways shall be placed as soon as practical after the laying raceways. On parts of the line where ground water level may be high enough to float the raceways, the placing of the backfill EXCAVATION AND BACKFILL FOR UTILITIES 02222 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 and the rate of pumping the trench shall be so controlled as to prevent the raceways from floating or moving from the line and grade shown on the Plans. G. In the event that sufficient suitable material is not available at any point to properly backfill the trench, the CONTRACTOR shall transport suitable material from points of the line where such material is available or shall otherwise furnish suitable material. Suitable material in excess of all backfill requirements and all unsuitable material shall be removed from the work and disposed of by the CONTRACTOR. H. Where cuts have been made through unpaved, stabilized rock driveways and parkways, surface restoration shall consist of 3 inches of compacted limerock overlaid by 3 inches of gravel or graded and washed rock with a maximum diameter of% inch, except as otherwise directed by the CITY. The rock shall be installed over the entire width of the disturbed area and shall closely match the existing rock at each location. Several grades of rock may be required to attain this end, but it is not anticipated that more than one grade will have to be used at any one location. 3.3 RACEWAY BEDDING A. As described herein, all raceway trenches shall be excavated to a minimum of 6 inches below the outside bottom of the proposed raceway elevation. The resulting excavation shall be backfilled with approved bedding material up to the level of the outside bottom of the proposed raceway. This backfill shall be tamped and compacted to provide a proper bedding for the raceway. Bedding shall be provided under all fittings to furnish adequate support and bearing under the fitting. Bedding material shall be drainfield limerock, or similar materials, as approved by the CITY and CONSULTANT. Limerock screening, sand, or other fine material shall not be used for bedding. B. Any excavation below the levels required for installation of the raceway bedding shall be backfilled with approved bedding material, tamped compacted and shaped to provide proper support for the proposed raceway. 3.4 EXPLOSIVES A. The use of explosives will not be permitted. END OF SECTION 02222 EXCAVATION AND BACKFILL FOR UTILITIES 02222 - 5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 02500- SURFACE RESTORATION PART 1 -GENERAL 1.1 THE REQUIREMENT A. Items specified in this Section include repairs to landscaped and/or grassed areas that may be damaged or disturbed by CONTRACTOR activities during prosecution of the Work. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. All Sections in Division 2 as applicable 1.3 SUBMITTALS A. The CONTRACTOR shall submit submittals for review in accordance with the Section entitled "Shop Drawings, Product Data and Samples". 1.4 DEFINITIONS A. The phrase "DOT Specifications" shall refer to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The DOT Specifications are referred to herein and are hereby made a part of this Contract to the extent of such references, and shall be as binding upon the Contract as though reproduced herein in their entirety. 1.5 PROTECTION OF EXISTING IMPROVEMENTS A. The CONTRACTOR shall be responsible for the protection of all pavements, landscaping and other improvements within the work area. All damage to such improvements, as a result of the CONTRACTOR'S operations, shall be repaired by the CONTRACTOR at its expense. PART 2- PRODUCTS 2.1 REPLACEMENT TREES, GROUND COVER AND SHRUBS A. Replacement trees, ground cover and shrubs, for those damaged by the CONTRACTOR's operations, shall be of the same type and size, sound, healthy and vigorous, well branched and densely foliated when in leaf. B. Replacement trees, groundcover and shrubs shall have healthy, well developed root systems and be free of disease and insect pests, eggs or larvae. PART 3- EXECUTION 3.1 GRADING AND SODDING A. The CONTRACTOR shall re-grade work areas disturbed by its construction activities. B. Sod shall be placed on all grassed areas disturbed by construction activities. SURFACE RESTORATION 02500 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 END OF SECTION 02500 SURFACE RESTORATION 02500 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 02910-SODDING PART 1 -GENERAL 1.1 THE REQUIREMENT A. Provide all labor, materials, necessary equipment, services, and included but not limited to all related work to complete the Sodding work, as indicated on the Drawings, as specified herein or both, except for items specifically indicated as"NIC ITEMS". 1.2 RELATED WORK A. Examine Contract Documents for requirements that affect the work of this Section. Other Specifications Sections that relate directly to work of this Section include but are not limited to: 1. Schedule 2. Summary of Work 3. Tree Protection 1.3 REFERENCES A. Comply with applicable requirements of the following standards. Where these standards conflict with other specification requirements, the most restrictive requirements shall govern. 1. American Society For Testing and Materials (ASTM): D1557 Moisture-Density Relations of Soils and Soil Aggregate Mixtures Using 10 lb (4.54kg) Rammer and 18 in (457mm) Drop. 2. State of Florida Department of Transportation (FDOT): Standard Specifications for Road and Bridge Construction. 1.4 QUALITY ASSURANCE A. Testing Agency: An Independent Testing Laboratory. B. Requirements of Regulatory Agencies: Conform to the requirements of the State Department of Agriculture. C. All sodding work shall be performed by a licensed Landscape Contractor specialized in sodding. 1.5 SUBMITTALS A. Test report of the topsoil shall be submitted to the CONSULTANT. Report shall include recommendations on the type and quantity of additives required to achieve the required pH and nutrients to maintain healthy growth of sod growth. B. Certificates: 1. Growers certification: a. Grass species and location of field from which sod is cut. b. Compliance with State and Federal quarantine restrictions. c. Manufacturer's certification of fertilizer and herbicide composition. SODDING 02910 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. Maintenance Instruction 1. Prior to the end of the maintenance period, furnish two copies of written maintenance instructions to the Owner and one copy to the CONSULTANT for maintenance and care of the sod areas throughout a full growing season. 1.6 DELIVERY STORAGE AND HANDLING A. Digging 1. Do not dig sod at the nursery or other approved source until ready to transport sod to the Project site or approved storage location. 2. Before stripping sod mow to a uniform height of 2 in. 3. Cut sod to specified thickness and to standard width and length desired. B. Transporting 1. Deliver sod on pallets. Protect sod against dehydration, contamination and heating during transport and delivery. Sod transported to the Project in open vehicles shall be covered with tarpaulins or other suitable covers securely fastened to the body of the vehicle to prevent injury to the sod material and to protect root system from exposure to wind or sun. Closed vehicles shall be adequately ventilated to prevent overheating of the sod. Evidence of inadequate protection against drying out in transit shall be the cause for rejection. 2. Sod shall be kept moist, fresh, and protected at all times, under shade or covered with moistening burlap. Such protection shall encompass the entire period during which the sod is in transit, being handled, or in temporary storage. Do not pile sod more than 2 ft. deep. 3. Upon arrival at the temporary storage location or the site of the work, sod shall be inspected for proper shipping procedures. Should the roots be dried out, the Engineer will reject the sod. When sod has been rejected, the CONTRACTOR shall remove it at once from the area of the work and replace it. 4. Unless otherwise authorized by the Engineer, the CONTRACTOR shall notify the Engineer at least 48 hrs in advance of the anticipated delivery date of the sod material. A legible copy of the invoice showing species and variety of the sod included for each shipment shall be submitted to the Engineer. When required, a Certificate of inspection must accompany each sod shipment. C. Storage of Sod 1. Do not deliver more sod than can be installed within 24 hrs. 2. Sod shall be kept moist and stored in a compact group to prevent drying out. D. Handling of Sod 1. CONTRACTOR shall take extreme care in the handling of sod material to avoid breaking, stretching, tearing, and dropping strips. The Engineer may reject sod that has been damaged by poor handling. 1.7 JOB CONDITIONS A. Begin installation of sodding only after the preceding related work is accepted. SODDING 02910-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. Install sod during months acceptable to the Engineer. C. Do not install sod on saturated soil. D. Protection: Erect signs and barriers against vehicular traffic over the areas prepared for sod. E. Determine locations of underground utilities and perform work in a manner that will avoid possible damage. Hand excavate, as required. Maintain grade stakes set by others until parties concerned mutually agree upon removal. 1.8 SEQUENCING AND SCHEDULING A. Correlate planting with specified maintenance periods to provide maintenance from date of placement/planting to final acceptance, and then through the warrantee and guarantee periods. B. Plant trees, palms and shrubs after final grades are established and prior to planting sod, unless otherwise acceptable to Engineer. If planting of trees, palms and shrubs occurs after sod work, protect sod areas and promptly repair damage to sod resulting from planting operations. 1.9 MAINTENANCE A. Maintain sod as described in PART 3 of this section. 1.10 GUARANTEE A. Guarantee sod for a period of three months after date of Substantial Completion. B. Replacement sod under this guarantee shall be guaranteed for an additional three months from the date of installation. C. Repair any damage caused by sod replacement at no cost to the Owner. 1.11 QUALITY GUARANTEE A. Sod shall be uniform in color, leaf texture, leaf and root density, and free from weeds, diseases, and other visible imperfections at acceptance. B. Guarantee does not cover damage as a result of fertilizers, pesticides, or other applications not supervised by the CONTRACTOR or as a result of acts of God or vandalism. PART 2- PRODUCTS 2.1 SOIL MATERIALS A. Sand: sand shall be a well washed, medium to coarse sand free of silt and sludge. Cyclone sand is not acceptable. B. Muck: Muck shall be peat material removed from areas marked "Florida Everglades Peat" on Soil Conservation Service Soils Maps. Muck shall be suitable for plant growth, capable of sustaining vigorous plant growth, and specifically pulverized for agricultural use. Florida peat shall be free of deleterious materials that would be harmful to plant growth, shall be free of nematodes, shall be uniform in quality, and shall have a pH of between 5.5 and 6.5 as SODDING 02910 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 determined by ASTM E70. Muck shall be sterilized to make it free of all viable nut grasses and other undesirable weeds. 2.2 PLANTING SOIL A. Planting soil shall be 60%coarse sand and 40% muck. CONTRACTOR shall be responsible for spreading the planting soil to the required depths. B. Before sod is installed, test planting soil and amend as recommended by the Testing Laboratory such that planting soil ph falls within the range of 5.5 to 6.5 ph. 2.3 FERTILIZER A. The chemical designation for granular fertilizer shall be 12-6-8, with at least 50 percent(50%) of the nitrogen from a non-soluble organic source for all planting. B. Apply and distribute by methods and rates as recommended by the manufacturer. 2.4 SOD A. Sod shall be nursery grown on cultivated mineral agricultural soils. Sod shall have been mowed regularly and carefully and otherwise maintained until harvest. B. Grass Species: St. Augustine"Floratam" C. Thickness of cut: Sod shall be machine cut at a uniform soil thickness of 5/8 in. Measurement of thickness shall exclude top growth and thatch. D. Strip Size: Sod shall.be cut to the suppliers' standard width and length. Maximum allowable deviation from standard widths and lengths shall be plus or minus 1/2 in. on width and 5% on length. Broken strips and torn or uneven ends will not be accepted. E. Strength of Sod Strips: Sod strips shall be strong enough to support their own weight and retain their size and shape if suspended vertically when grasped in the upper 10% of the section. F. Moisture Content: Sod shall not be harvested or transplanted when moisture content (excessively wet or dry) may adversely affect its survival. G. Time Limitations: Sod shall be harvested, delivered, and transplanted within a 30 hour period unless a suitable preservation method is approved by the Engineer prior to delivery. Sod not transplanted within this period shall be inspected and approved by the Engineer prior to its installation. H. Thatch: Sod shall be relatively free of thatch. A maximum of 1/2 in. (uncompressed) thatch will be permitted. I. Diseases, Nematodes, and Insects: Sod shall be free of disease, nematodes and soil borne insects. State Nursery and Plant Laws require that all sod be inspected and approved for sale. The inspection and approval must be made by the State Agriculture Department, Office of the State Entomologist. J. Weeds: Sod shall be free of grassy and broadleaf weeds. SODDING 02910 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 2.5 WATER A. Water shall be suitable for irrigation and shall be free of salts or other potentially phytotoxic materials. B. CONTRACTOR is responsible for providing the necessary watering requirements. 2.6 HERBICIDES A. Post-emergent Herbicide: Roundup as manufactured by Monsanto Corp. or approved equal. B. Pre-emergent Herbicide: Ron-Star or approved equal. C. Certify that herbicide and application technique will not damage plant material prior to application, and replace or repair damage to any plants injured by herbicide application at no cost to the Owner. PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. B. Inspect work of other trades and verify work is complete to the point sodding work may start. Verify planting may be completed according to Construction Documents. 3.2 PREPARATION OF SUBGRADE A. Existing subgrade shall be examined to ensure that the rough grading is correct and that suitable subgrade materials exist prior to start of sodding work. Start of work shall constitute acceptance of the subgrade. B. Existing subgrade shall be loosened or scarified to a minimum depth of 3 in. prior to spreading of topsoil. Subgrade shall be brought to true and uniform grade, and shall be cleared of stones greater than 1 in., sticks, and other extraneous material. C. Soil in compacted areas shall be tilled to a depth of 12 in. to produce a loose friable soil. 3.3 HERBICIDE APPLICATION A. Apply post-emergent herbicide per manufacturer's rate and method of application to all areas to receive sod. B. Apply pre-emergent herbicide before sodding and again as necessary throughout required maintenance period to prevent weed seed germination. C. Verify that the herbicide and application technique will not damage sod prior to application, and replace, and/or repair damage to any sod injured by herbicide at no cost to the Owner. 3.4 SPREADING OF PLANTING SOIL A. Subgrade shall be damp when planting soil is spread. SODDING 02910-5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. Areas where sod is to be planted shall have a subgrade 4" lower than the finish grade. A two inch layer of planting soil shall added prior to laying of sod. C. Planting soil in areas to receive lawns and grasses shall be fine graded with a drag or rake. Remove sticks, stones rubbish and extraneous matter. Grading shall round out all breaks in grade, smooth down all lumps and ridges, and fill in all holes and crevices. Grade shall be maintained until installation of sod. 3.5 SODDING A. Weather Conditions 1. Schedule work for periods of favorable weather. 2. Sod placement on days, which in the judgement of the Engineer, are too hot, sunny, dry, or windy for optimal installation may be prohibited. B. Begin sodding at the bottom of slopes. C. Lay first row of sod in straight line. D. Butt side and end joints. Ensure that joints are tight, thereby eliminating the need to patch to eliminate gaps. E. Lateral joints shall be staggered. F. Do not stretch or overlap rows. G. After laying, sprinkle sod thoroughly, and tamp sufficiently to incorporate sod with topsoil blanket and to insure tight joints between sections or strips. Following tamping, screened topsoil shall be used to fill all cracks and excess soil shall be worked into the sod with rakes or other suitable equipment. Sod shall not be smothered with too much top dressing of topsoil. H. Completed sod surface shall be true to finish grade indicated on plans, even and firm at all points and shall after settlement, be flush with top of abutting walks, pavement and curbs. I. Watering 1. Immediately after top dressing thoroughly water to a depth sufficient that the underside of the new sod strips and the soil immediately below the sod are thoroughly wet, or a minimum of 6 in. 2. Provide an adequate supply of water to and during transplanting of the sod. 3.6 MAINTENANCE A. Maintenance of sodded areas shall begin immediately after sod installation and shall continue until work is accepted as Substantially Complete. B. Maintenance shall consist of protecting, watering, weeding, cutting, fertilizing, repairing of eroded areas, and re-sodding which in the opinion of the Engineer is required to establish a uniform stand of grass. SODDING 02910 -6 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 C. Mowing: 1. Whenever grass reaches a height of 3 in., it shall be cut back to 2 in. Clippings shall be removed. 2. After two mowings the CONTRACTOR shall top dress the sod with an application of fertilizer at the rate of one lb. of Nitrogen per 1000 square feet. 3.7 CLEANING A. Immediately clean spills from paved and finish surface areas. B. Remove debris and excess materials from project site. C. Dispose of protective barricades and warning signs at the termination of lawn establishment. 3.8 FINAL INSPECTION AND ACCEPTANCE A. CONTRACTOR shall schedule a substantial completion inspection 1 week prior to the anticipated time of completion of all works. B. Any works rejected during the inspection shall be rectified within 2 weeks. C. After work has been re-inspected and accepted then the guarantee period will commence. END OF SECTION 02910 SODDING 02910 -7 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 SECTION 02931-TREE PROTECTION PART 1 - GENERAL 1.1 THE REQUIREMENT A. Section Includes: Protection of existing trees and plants from damage because of CONTRACTOR's operations including, but not limited to: 1. Tree mass protection fencing. 2. Individual tree protection fencing. 1.2 RELATED WORK A. Examine Contract Documents for requirements that affect the work of this Section. Other specification sections which directly relate to the work of this Section include, but are not limited to: 1. Summary of Work 1.3 SUBMITTALS A. Proposed methods and schedule for tree and plant protection. B. Proposed methods, materials, and schedule for root pruning, construction pruning, and tree fertilization. 1.4 QUALITY ASSURANCE A. Comply with the most stringent applicable requirements of the following standards: 1. American National Standards Institute (ANSI) ZI33.1 - Safety Requirements for Pruning, Trimming, Repairing, Maintaining and Removing Trees, and for Cutting Brush. 2. International Society of Arboriculture (ISA) - Guide for Establishing Values of Trees and Other Plants. 3. National Arborist Association (NAA) -Ref.1, Pruning Standards for Shade Trees. 4. International Society of Arboriculture(ISA) -Construction Management Guidelines. B. Damaged Trees/Palms 1. Trees scheduled to remain that are damaged during construction shall be replaced with the canopy equivalency of the damaged tree at no expense to the CITY. 2. Shrubs scheduled to remain that are damaged during construction shall be replaced at no cost to the CITY. Replacements shall be of the same species and variety as determined by the CITY. The total inch diameter of the replacement shrubs shall be equal to the diameter of the shrubs to be replaced. PART 2- PRODUCTS 2.1 TREE MASS PROTECTION FENCING A. Tree mass protection shall be 4' height minimum —fluorescent nylon fencing, staked at 10' O.C. minimum. Nylon fencing shall be as manufactured by Tensar or approved equal. TREE PROTECTION 02931 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 2.2 INDIVIDUAL TREE PROTECTION FENCING A. Tree mass protection shall be 4' height minimum —fluorescent nylon fencing, staked at 4' O.C. minimum. Nylon fencing shall be as manufactured by Tensar or approved equal. 2.3 SOIL MATERIALS A. Lawn sand: lawn sand shall be a well washed, medium to coarse sand free of silt and sludge. Cyclone sand is not acceptable. B. Peat: Peat shall be peat material removed from areas marked"Florida Everglades Peat"on Soil Conservation Service Soils Maps. Peat shall be suitable for plant growth, capable of sustaining vigorous plant growth, and specifically pulverized for agricultural use. Florida peat shall be free of deleterious materials that would be harmful to plant growth, shall be free of nematodes, shall be uniform in quality, and shall have a pH of between 5.5 and 6.5 as determined by ASTM E70. Peat shall be sterilized to make it free of all viable nut grasses and other undesirable weeds. 2.4 PLANTING SOIL A. Planting soil shall be a mixture of 60% lawn sand and 40% peat, by volume. 2.5 MULCH A. Mulch shall be shredded Grade "A" Eucalyptus mulch, manufactured by AAction Nursery Products, Inc., Fort Myers, FL 33911, or approved equal. 2.6 FERTILIZER A. Liquid fertilizer applied to root pruned and construction pruned trees shall be Peters M77 Sequestered-Cleated Soluble Fertilizer by W.R. Grace and Co., Cambridge, MA, or accepted equivalent. PART 3- EXECUTION 3.1 TREE MASS PROTECTION FENCING A. Before start of work, tree protection fencing shall be installed at all tree masses designated to remain. Fencing shall be installed a minimum of 15 feet beyond the drip line of trees to be protected, unless otherwise accepted by the CONSULTANT. 3.2 INDIVIDUAL TREE PROTECTION FENCING A. Before start of work, tree protection fencing shall be installed at all trees that are not in tree masses designated to remain. Fencing shall be installed a minimum of 15 feet beyond the drip line of trees to be protected, unless otherwise accepted by the CONSULTANT. 3.3 REMOVAL OF PROTECTION A. Except as otherwise indicated or requested by CONSULTANT, temporary protection devices and facilities installed during course of the work shall be removed only after all work that may injure or damage trees and plants is completed. END OF SECTION 02931 TREE PROTECTION 02931 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16000- ELECTRICAL, GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions, apply to all the work specified in the Electrical 16000 Sections. 1.2 LAWS, PERMITS, FEES AND NOTICES A. Secure and pay all permits, fees and licenses necessary for the proper execution of the work. Submit all notices and comply with all laws, ordinances, rules and regulations of any public agency bearing on the work. Contractor shall be a licensed electrical contractor in the county of construction. 1.3 DEPARTURES A. If any departures from the Contract Drawings or Specifications are deemed necessary, details of such departures and the reasons therefore shall be submitted as soon as practicable to the CONSULTANT for advance written approval. 1.4 GUARANTEES A. Final Acceptance 1. Furnish written guarantee covering all materials, workmanship, labor and equipment for a period of one (1) year from the date of acceptance as described in the Contract General Conditions. B. The CITY reserves the right to operate and use all materials and equipment failing to meet the requirements of the Contract Documents until such unacceptable materials and equipment are replaced or repaired to the satisfaction of the CONSULTANT. 1.5 JOB SITE VISIT A. Visit the project site before submitting a bid. Verify all dimensions shown and determine the characteristics of existing facilities which will affect performance of the work, but which are not shown on Drawings or described within these Specifications. 1.6 CLEANUP A. Maintain a continuous cleanup during the progress of the work and use appointed storage areas for supplies. The premises shall be kept free from accumulations of waste materials. 1.7 MAINTENANCE A. Render all necessary measures to ensure complete protection and maintenance of all systems, materials, and equipment prior to final acceptance. Any materials or equipment not properly maintained or protected to assure a factory new condition at the time of final acceptance shall be replaced immediately at no additional cost to the CITY. ELECTRICAL GENERAL REQUIREMENTS 16000 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 1.8 WATERPROOFING A. Whenever any work penetrates any waterproofing, seal and render the work waterproof. All work shall be accomplished so as not to void or diminish any waterproofing bond or guarantee. 1.9 TESTS A. Conduct an operating test of equipment prior to the CONSULTANT's approval. The equipment shall be demonstrated to operate in accordance with the requirements of these Specifications. The tests shall be performed in the presence of the CONSULTANT or an authorized representative. The electrical contractor shall furnish all instruments, electricity and personnel required for the tests. 1.10 SUMMARY OF ELECTRICAL WORK A. Provide all labor, materials, tools, supplies, equipment, and temporary utilities to complete the work shown on the Drawings and specified herein. All systems are to be completely installed and fully operational. Specifically the work includes, but is not necessarily limited to: 1. Lighting and control raceways and wire. 2. Power services. 3. Lighting control panels. 4. Grounding. 5. Start-up testing and documentation. 6. Electrical final connection of equipment. 7. Street lighting. 8. Pull boxes, Terminal boxes, and water proof splices. 9. Coordinating power services with FPL. 1.11 1.14 ELECTRICAL TEMPORARY FACILITIES A. The electrical contractor shall include in his bid the cost of furnishing, installing, maintaining, and removing all materials and equipment required to provide temporary light and power to perform the work of all trades during construction and until work is completed. B. Safety: 1. All reasonable safety requirements shall be observed to protect workers and the public from shock and fire hazards. Ground fault interrupters shall be employed in accordance with codes. 2. Ground wires are required in all circuits.All metallic cases shall be grounded. 3. Rain tight cabinets shall be used for all equipment employed in wet areas. 1.12 EXCAVATING FOR ELECTRICAL WORK A. General: 1. Refer to Division 2. 2. Excavation or drilling, backfill and repair of paving and grassing is to be in the bid of the electrical contractor. The actual work need not be performed by electrical trades. However, the electrical contractor is responsible for all excavation, drilling, dewatering, backfilling, tamping, and repair of pavements and grassing required in support of electrical work. All areas disturbed by electrical work shall be repaired to their original condition, or as indicated on the Drawings. ELECTRICAL GENERAL REQUIREMENTS 16000 - 2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. Coordination: 1. The electrical contractor must check for existing utilities before commencing any excavation or drilling. 2. In the event of damage to existing utilities, the CONSULTANT shall be immediately notified, and damage shall be immediately repaired. 3. The CITY is to be consulted to ascertain locations of existing interferences by referring to "As Built" drawings and CITY's experience. The excavations are to be scheduled at the CITY's convenience. C. Precautions 1. The electrical contractor must take every reasonable precaution to avoid interferences. In the vicinity of a suspected interference, excavations shall be dug by hand. 1.13 ELECTRICAL SUBMITTAL A. Submittals for approval per sections of Division 16 and Section 01340. B. Operation and Maintenance Manuals per Section 01730. 1.14 ELECTRICAL PRODUCTS A. Standard Products 1. Unless otherwise indicated in writing by the CONSULTANT, the products to be furnished under this specification shall be the manufacturer's latest design. Units of equipment and components of the same purpose and rating shall be interchangeable throughout the project. All products shall be newly manufactured. Defective equipment or equipment damaged in the course of installation or testing shall be replaced or repaired in a manner meeting with the approval of the CONSULTANT at no additional expense to the CITY B. Delivery, Storage, and Handling 1. Deliver products to project properly identified with names, model numbers, types, grades, compliance labels and similar information needed for distinct identification; adequately packaged or protected to prevent deterioration during shipment, storage and handling. Store in a dry, well ventilated, indoor space, except where prepared and protected by the manufacturer specifically for exterior instructions for storage locations. C. Substitutions 1. Comply with instructions in the Contract General Conditions and Special Conditions and obtain pre-approval of the CONSULTANT regarding substitutions 1.15 ELECTRICAL IDENTIFICATION A. Color Coding Conductor per Section 16120. B. Nameplates: 1. The following items shall be equipped with nameplates:All motors, motor starters, control panels, time switches, disconnect or relays in separate enclosures, high voltage boxes and cabinets. ELECTRICAL GENERAL REQUIREMENTS 16000- 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 2. Nameplates shall adequately describe the function of the particular equipment involved. Nameplates for panelboards shall include the panel designation, voltage and phase of the supply. For example, "Panel A, 277/480V, 3-phase, 4-wire." Normal power nameplates shall be laminated phenolic plastic, white front and back with black core, with lettering etched through the outer covering; black engraved letters on white background. Lettering shall be 1/4 inch high, unless otherwise detailed on the Drawings. Nameplates shall be securely fastened to the equipment with No. 4 Phillips, round-head, cadmium plated, steel self-tapping screws or nickel-plated brass bolts. C. Wire and Cable Identification 1. All wire and cable shall be identified at each termination point and at each pull box, splice box or junction box. Provide permanent, waterproof, non-metallic (paper unacceptable) tags indicating the circuit number in 3/16 inch letters. 2. Individual wires within equipment enclosures shall be identified using the equipment manufacturer's shop drawing wire numbers. Panel wire numbers and terminal numbers shall agree. Wire markers shall be T&B shrink-kon HVM marker heat shrink system or an approved equal. D. Signs 1. Warning signs shall comply with OSHA requirements and reasonable safety precautions. PART 2- PRODUCTS (NOT APPLICABLE) PART 3- EXECUTION 3.1 MEASUREMENT AND PAYMENT A. Payment shall be included in the lump sum price bid as more specifically discussed and described in Section 01026. END OF SECTION 16000 ELECTRICAL GENERAL REQUIREMENTS 16000 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 SECTION 16023-CODES AND STANDARDS PART 1 -GENERAL 1.1 REFERENCES A. Comply with the following: 1. Florida Building Code 2014(FBC). 2. National Electrical Code-2011 (NEC), (NFPA 70). 3. National Fire Protection Association (NFPA) Life Safety Code, 2012 (NFPA 101), and other NFPA Codes as applicable. 4. American Society of Civil Engineers(ASCE) 7-10. 1.2 QUALITY ASSURANCE A. Where materials and equipment are available under the continuing inspection and listing service of Underwriters Laboratories (UL), furnish materials and equipment so listed. B. Comply with latest FPL Commercial/Industrial Energy Conservation Program Standards, if FPL is the available utility company. C. Comply with all City of Miami Beach standards and requirements for installation of street lighting systems. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 16023 CODES AND STANDARDS 16023 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16100- BASIC MATERIALS AND METHODS PART 1 -GENERAL 1.1 SUMMARY A. Coordination With Other Trades: 1. Examine drawings and specifications. Visit site to determine work to be performed by Electrical trade. 2. Provide required electrical materials and equipment to put work into operation, completely wired, tested, and ready for use including raceways, conductors, disconnects, starters/contactors, or other devices for proper operation and sequences of electrical systems or equipment. 3. Unless otherwise noted, conduit and wire for controls and devices, shall be provided and installed as described in this or other parts of the Construction Documents. 4. Comply with provisions of Instructions to Bidders and General Requirements and Division 1 of this specification. 1.2 SUBMITTALS A. Manufacturer's Data: 1. Complete list of materials to be furnished under this section. 2. Manufacturers'specifications and other data required to assure specification compliance. 3. Catalog cuts, clearly marked for identification of items to be provided, including disconnects, breakers, fuses, starters, lighting luminaires, transformers, or other materials not requiring specially prepared Shop Drawings. B. Shop Drawings for nonstandard items, including but not limited to panelboards, anchoring layouts and details, lighting luminaires, lighting poles, or similar products. C. Contract Closeout Submittals: 1. Record Drawings. 2. Warranties. 3. Operating Instructions, maintenance manuals, and parts lists. 4. Point-to-point wiring diagrams. 1.3 DELIVERY, STORAGE, AND HANDLING A. Delivery and Storage: 1. Deliver materials to jobsite in their original unopened containers with labels and certifications intact and clearly legible at time of use. 2. Store materials according to manufacturers' recommendations and as approved by NE. B. Replacement: In case of damage, pilferage, or other loss, make immediate repair or replacement of materials necessary to obtain approvals of NE, without cost to the CITY of Miami Beach (CMB). C. Protection: Use necessary means to protect materials of this section before, during, and after installation, including protection of installed work and materials of other trades. BASI MATERIALS AND METHODS 16100 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 2- PRODUCT(Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 16023 BASI MATERIALS AND METHODS 16100 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16112- RACEWAYS AND CONDUIT PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 02222- Excavation and Backfill for Utilities. 2. 16120-Wire and Cable. 3. 16131 -Outlet, Pull, and Junction Boxes. 4. 16450-Grounding. 1.2 DEFINITIONS A. Not Used 1.3 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall bear Underwriters Laboratories(UL) labels. 1.4 SUBMITTALS A. Product Data: Manufacturer's literature including printed installation instructions and recommendations before starting work. Submit samples if requested. B. Shop Drawings: 1. Layout site plans and elevations showing electrical service system properly coordinated with all existing and proposed utilities. 2. Designate components and accessories for conduit including fittings, connectors, expansion joint assemblies, and straight lengths. 3. Show accurately scaled components and spatial relationships to adjacent equipment. 1.5 QUALITY ASSURANCE A. UL and NEMA Compliance: Conduit and components shall be listed and labeled by UL. B. Electrical Component Standard: Components and installation shall comply with NFPA 70 - National Electrical Code-2011 (NEC). C. Single-Source Responsibility: Conduit components shall be the products of a single manufacturer. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering Products that may be incorporated in the Work include, but are not limited to, the following: 1. Metal Conduit and Tubing: RACEWAYS AND CONDUIT 16112 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 a. Allied Tube and Conduit, Grinnell Co. b. Anixter Brothers, Inc. c. Carol Cable Co., Inc. d. Triangle PWC, Inc. 2. Nonmetallic Tubing and Conduit: a. Carlon. b. Certainteed Corp, Pipe& Plastics Group. c. Condux International, Electrical Products. d. Electri-Flex Co. e. Hubbell, Inc., Raco, Inc. f. Thomas & Betts Corp. 3. Conduit Bodies and Fittings: a. Emerson Electric Co., Appleton Electric Co. b. Carlon. c. Hubbell, Inc., Killark Electric Manufacturing Co. d. General Signal, O-Z/Gedney Unit. e. Spring City Electrical Manufacturing Co. 4. Enclosures, and Cabinets: a. Hoffman Engineering Co., Federal-Hoffman, Inc. b. Hubbell Inc., Killark Electric Manufacturing Co. c. Square D Co. d. Thomas & Betts Corp. 2.2 EQUIPMENT A. Conduit shall be sized according to NEC, unless otherwise noted. Feeders and home runs shall not be less than 3/4"diameter. B. Rigid Conduit: 1. Galvanized Rigid Steel Conduit (GRS): Hot dip galvanized or electro-galvanized, with corrosion resistant coating on the inside, threaded, standard weight steel conduit complying with ANSI C80.1-1990, and Article 346 of the NEC. 2. Rigid Non-Metallic PVC conduit: Schedule 40, PVC plastic 90 degrees C. complying with ANSI/UL 651-1989, and Articles 352.10 (F) and 352 .12 (C) of the NEC. C. Conduit Fittings: 1. Rigid Steel Conduit Conduit: Zinc or cadmium plated steel or galvanized malleable iron complying with ANSI C80.1 and C80.3. Fittings shall be threaded type. Die cast zinc alloy fittings are not allowed. 2. Rigid PVC conduit: 90 degrees C., PVC fittings UL listed. Fittings shall match conduit and complying with ANSI/UL 651-1989. 3. Expansion Fittings and Sealing Fittings: UL listed with ground continuity means. RACEWAYS AND CONDUIT 16112 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 D. CABINETS AND ENCLOSURES 1. Hinged Enclosures and Cabinets: NEMA 250, Type 4X, stainless steel box with removable interior panel and removable front. Hinged door in front cover with flush latch and concealed hinge. Key latch to match panel boards. Include metal barriers to separate wiring of different systems and voltage, and include accessory feet where required for freestanding equipment. E. Conduit Supports: 1. Electrical steel channels shall be equivalent to Unistrut P-3000 Series. Provide galvanized steel or plated steel with galvanized conduit clamps. PART 3- EXECUTION 3.1 EXAMINATION A. Do not proceed with the work of this Section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Provide where indicated and where required, conduits, wireways, and gutters to form a complete and integrally grounded raceway system. The system shall be installed according to NEC and local code requirements. Components of the system shall be of sufficient size, strength, and capacity to allow for placements, pulling-in, or other installation of conductors, wires, cables, splices, taps, and terminations whether included in this Contract or for future use without strain or injury to those items being installed. B. Provide pull wires in empty raceways where no conductors are installed in this Contract. Allow 10 inches minimum slack at each end of pull wire and securely caulk in place. Provide marking tags showing opposite destination noting building and closet number at each end. C. The minimum size of rigid conduit shall be according to NEC except as follows: 1. Unless otherwise specified under"Products"or shown on the Drawings. 2. Feeders and homeruns shall not be less than 3/4"diameter. D. Check sizes of raceways to determine the green equipment ground conductor specified, shown, or required can be installed in the same raceway with phase and neutral conductors according to the percentage of fill requirements of NEC. E. Raceway and Conduit Locations: Unless indicated otherwise, conduit types specified shall be used in the following locations. Any deviation from this schedule shall be submitted for approval with corresponding price adjustments before installation. Any conduit installed and not of the specified type shall be removed and replaced with the specified type at no additional cost to the Board. 1. Exterior Raceways: a. Below Grade: 1) Below Grade Direct Buried: RACEWAYS AND CONDUIT 16112 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 a) PVC Schedule 40. 2) Below Grade Concrete Encased: a) PVC Schedule 80. b. Exterior Exposed Above Grade: 1) GRS conduit. c. Embedded in Concrete Bases: PVC schedule 80. F. Raceway and Conduit Installation: 1. Conduit Routing: a. Route raceways as generally indicated, except for minor deviations as accepted. b. The routing of conduit, as shown on the plans, is diagrammatic. c. Before installing any work, examine existing conditions including but not limited to presence and nature of existing underground utilities in the area of work. d. Modifications to conduit runs shown on the electrical drawings, based on this section, shall be made without additional cost to the City of Miami Beach, and shall be subject to NE approval. 2. Conduit Embedded in Concrete: a. Conduit embedded in poured concrete shall be of the specified type, unless otherwise indicated. 3. Conduit Bending, Cutting, and Placement: a. Conduit bends and offsets shall be avoided where possible. b. Required bends in metallic conduits shall be made with standard benders designed for the purpose and with a minimum radius of 6 times the internal conduit diameter. c. Make conduit bends in metallic conduits according to the NEC unless otherwise shown on the contract Drawings. Use of a pipe tee or vise for bending conduit is not allowed. d. Conduit crushed or deformed shall not be installed. e. Bends in metallic shall be free from dents or flattening. Bends more than 360 degrees are not allowed in conduit between any 2 terminations of pull boxes. f. Bends in PVC raceways shall be made with pre-fabricated solvent welded fitting of the same material and grade of the as the conduit being joined. g. Raceways shall not contain more than four 90 degree bends or equivalent. Provide additional junction or pull boxes where required to meet this requirement. Where additional junction or pull boxes are required, coordinate their location with the NE prior to installation. h. The ends of conduit shall be carefully reamed out free from burrs before installation. 1) Cuts shall be made square. 2) Joints shall be made up tight. RACEWAYS AND CONDUIT 16112 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 i. Prevent lodgement of dirt or trash in raceways and fittings during course of construction. Clogged raceways shall be entirely freed of obstructions or replaced at no additional cost to the City of Miami Beach. j. During installation of conduit, unfinished runs and terminations in pull boxes, etc., shall be capped until conductors are installed. k. Plastic caps designed for this specific purpose shall be used to cover and align conduits before concrete pours and shall remain on conduit stub-ups until conduit is extended. Caps shall have self-aligning, interlocking male or female wings molded on each side. Duct or electrical tape and wire are unacceptable. 4. Conduit Connections: a. Where metallic conduit are used, conduit runs shall be mechanically and electrically continuous from service entrance to outlets. Unless otherwise specified, each conduit shall enter and be securely connected to a cabinet, junction box, pull box or outlet box by means of a locknut on the outside and a bushing on the inside or by means of a liquid-tight, threaded, self-locking, cold-weld type wedge adapter. Where nominal circuit voltage exceeds 250 volts: 1) In rigid conduit, an additional locknut shall be provided, 1 inside locknut and 1 outside locknut. 2) Locknuts shall be the bonding type with sharp edges for digging into the metal wall of an enclosure and shall be installed to provide a locking installation. 3) Locknuts and bushings or self-locking adapters will not be required where conduits are screwed into tapped connections. 4) Protect vertical runs of conduit terminating in the bottoms of boxes or cabinets, etc., from the entrance of foreign material before the installation of conductors. b. Plastic conduit joints shall be made by brushing a plastic solvent cement on the inside of the plastic coupling fitting and on the outside of the conduit ends. Slip together the conduit and fitting, until seated, with a slight twist to set the joint tightly, and the conduit then rotated one-half turn to distribute the cement evenly. Remove excess cement built-up on the surface of the conduit. c. The end of each conduit one inch and smaller shall be provided where it enters a junction box, outlet box, cabinet, etc., with the locknut and bushing. For conduits 1- 1/4" and larger, use insulated bushings with ground stud. If insulated bushings are of the fully insulated type, use additional locknuts inside the junction box or cabinet before installing the bushing. Provide conduit feeder pull boxes with insulated bushing with ground stud regardless of size. d. Install the conduit system complete before any conductors are drawn in. Each run of conduit shall be blown through and swabbed before conductors are installed. e. Install conduit to drain any moisture, collecting in the conduit, to the nearest outlet or pull box, where possible. 5. Fittings: a. Sealing Fittings: Sealing fittings for use with rigid steel conduits shall be of the threaded, zinc or cadmium coated, cast or malleable iron type. Fittings used to prevent passage of water vapor shall be of the continuous drain type. b. Sealing fittings shall be installed and sealed according to the manufacturer's recommendations at suitable, approved, accessible locations. RACEWAYS AND CONDUIT 16112 - 5 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 c. Compression fittings shall be made up tight according to manufacturer's recommendations. No screw type fittings are allowed. 6. Conduit Fastening: Fasten raceways as follows: a. Conduits, tubing, or raceways shall be continuous from cabinet to cabinet,junction box, or pull box. 7. Empty Conduits: Where empty conduit or tubing is indicated for wiring to be installed in future by utility company install conduit or tubing according to previous requirements for conduit and tubing with following additional requirements: a. Raceways shall not contain more than two 90 degree bends or equivalent. b. Install pull or junction boxes to comply with above limitations, whether or not indicated. c. Inside radii of bends in conduits of 1 inch or larger shall be not less than 6 times nominal diameter. d. Provide pull wire in empty raceways. 3.3 ADJUSTING AND CLEANING A. Upon completion of installation of fittings and accessories, remove burrs, dirt, and construction debris and repair damaged finish including chips, scratches, and abrasions. END OF SECTION 16112 RACEWAYS AND CONDUIT 16112 -6 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16120-WIRE AND CABLE PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 16112-Raceways and Conduit. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall bear Underwriters Laboratories (UL) labels. 1.3 SUBMITTALS A. Submit product data and descriptive literature before starting work. PART 2- PRODUCTS 2.1 EQUIPMENT A. Wire and Cable: 1. Wire and cable shall be soft annealed 98 percent conductivity copper with 600 volt A.C. thermoplastic insulation unless otherwise noted. Refer to Drawings for wire type and location. 2. Wire and cable shall be new and manufactured not more than 12 months before installation. 3. Each coil or reel shall bear UL label and wire marked with AWG or circular mil wire size, voltage rating, insulation type, type stranding, and the manufacturer's name. 4. Unmarked wire found installed shall be replaced at no additional cost to the City. 5. Wiring shall comply with NEMA WC-70, ICEA S-95-658. B. Light and Power Wiring Circuit Conductors: 1. Stranded copper conductors may be used for final connections to control and signal circuit wiring only with crimp-on type terminations. C. Wiring Insulation shall be as follows: 1. For Branch Circuit Wiring for Lighting and Power Circuits: Type THW-75 degrees C., THWN-75 degrees C. D. Color Coding: 1. Wire shall be factory color coded 600 volt, THWN. 2. Colors to be used in coding shall be: 120/208 Volt System 277/480 Volt System Neutral-White Neutral-Gray Phase A- Black Phase A- Brown WIRE AND CABLE 16120 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 Phase B-Red Phase B-Orange Phase C- Blue Phase C-Yellow Ground -Green Ground -Green 3. All other colors (violet, traced, etc.) shall only be used for control, or communication circuits. E. Wire and Cable Connectors and Terminations: 1. For splices in branch circuit conductors: T&B "Locktite" connectors, Burndy "Versitap" connectors, or OZ-Gedney solderless connectors, with insulating covers, tape or heat shrink insulation system. 2. No splices allowed other than in pull boxes. 3. Insulating tapes shall be of a type approved for the application and shall be flame retardant. Tapes shall be as manufactured by 3M or Bishop Electric. 4. Cable Ties: T&B "Ty-Rap"or Burndy"Unirap". 5. Cable Identification: Branch circuits wire markers 3M "Scotch Code" or accepted equivalent. For feeder sizes, non-ferrous metal stencil tags. 6. Thermal Fusion Connections: "Catalytic thermal weld" by Cadweld or accepted equivalent. PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Wire and Cable Installation: 1. Wire and cable shall be suitably protected from weather or damage during storage and handling and shall be in first-class condition when installed. 2. Conductors shall not be pulled into conduit until raceway system is substantially complete. Wiring shall be continuous within conduit runs. Splices will be allowed only at outlet and junction boxes. Joints shall be mechanically and electrically secure. 3. Pulling lubricants, if used, shall comply with UL requirements for the type of conduit material and cable insulation being used. 4. Care shall be taken to prevent cutting and abrasion of cable insulation during the pulling of feeders. a. Ropes used for pulling of feeders shall be made of polyethylene or other suitable nonmetallic material. b. Pulling lines shall be attached to conductor cables by means of either woven basket grips or pulling eyes attached directly to the conductors. c. Rope hitches shall not be used. d. Cables to be installed in a single conduit shall be pulled in together. e. Where polyethylene insulation is used and a pulling lubricant is required, the lubricant shall be certified by the manufacturer to be non-injurious to such insulation. WIRE AND CABLE 16120-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 5. Do not bend cables during installation, either permanently or temporarily, to radii less than 12 times the outer diameters, except where conditions make the specified radius impracticable and shorter radii are allowed by the NEC and NEMA Standards. 6. Neatly and securely bundle conductors located in branch circuit panelboards, cabinets, control boards, switchboards, and motor control centers. Use nylon bundling straps. 7. Provide suitable installation equipment to prevent cutting or distortion of conduits during the pulling of feeders. Use masking or other means to prevent obliteration of cable identification when solid color coating or colored tracers are used. 8. Where 2 neutrals are installed in same conduit, their sets of wiring shall be grouped and clearly identified by permanent tags or other means. 9. Leading end of each conductor pulled shall be carefully examined for damage to jacket. If damage is evident, cable shall be extended and further checked for damage, with good cable only to remain. 10. Cables in junction and pull boxes shall be properly trained and racked. 11. Branch circuit wiring in panelboard gutters shall be installed vertically in the gutter with a 90-degree bend at the supply circuit breaker, wire shall enter the circuit breaker lug horizontally. 12. Install cable supports and boxes at vertical feeders and according to the schedule in the NEC. Boxes shall be built of heavy steel plates not less than No.10 USS gage fastened to an angle iron frame with removable covers secured by brass machine screws. The cable support shall be of the split wedge type that clamps each conductor firmly and tightens due to the weight of the conductor. B. Wire and Cable Splicing and Terminations: 1. Splices and terminations of conductors shall be made using specified materials and methods installed according to the manufacturer's recommendations. 2. Splices in branch circuit wiring shall be made by stripping conductor insulation, twisting conductors until mechanically secure, and installing a self-threading insulated type connector. Splices are not allowed within panelboards. 3. Conductors shall be squarely cut and fully inserted into the lug barrel or connector. Insulation shall be stripped without cutting the conductor or removing strands, exposing the conductor for the minimum distance required for connection. Splice connectors shall be of a type and be so installed that the conductor is fully insulated by a skirt of such design, or taped so cold flow of the conductor insulation will not be induced when the conductor is positioned in its final operating position. 4. Do not combine conductors under the same lug. Provide individual lugs for individual conductors. Re-tighten bolt type connectors 24 to 48 hours after initial installation and before taping. 5. Connectors shall be insulated by approved type, integral or separate cover, or by means of taping with approved plastic or rubber and friction tapes to provide insulating value equal to that of the conductors being joined. The number and size and combinations of conductors allowed by UL as listed on manufacturers' packaging of connector shall be strictly complied with. 6. Terminations at equipment terminal blocks shall be made using compression type connectors suitable to match terminal type. 7. Continuity of neutral on multi-wire branch circuits shall not be made on any device at terminal blocks, but shall be spliced and a tap brought out, thereby assuring no openings of the neutral in the replacement of a device. 8. Branch circuit conductors shall be identified at supply circuit breakers, with the circuit number using pressure sensitive adhesive wire markers. 9. Circuiting work shall comply with the following: a. Loads on panel busses shall be balanced on phases as evenly as possible. WIRE AND CABLE 16120- 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 b. No neutral conductor shall be common to more than 1 circuit conductor connected to the same phase leg of the supply system. c. Circuiting of panelboards shall allow breakers to be grouped logically by functions. C. Voltage Drops at New Construction: 1. Total Allowable Drop for Service Source to Load: Limit to a maximum drop of 5 percent. Increase wire size, where necessary, to comply with this requirement. a. Branch Circuits: Limit to a maximum drop of 3 percent. b. Service Source to Individual Panelboards: Limit to a maximum drop of 2 percent. D. Voltage Drops at Existing Construction: 1. Total Allowable Drop for Service Source to Load: Limit to a maximum drop of 5 percent. Increase wire size, where necessary, to comply with this requirement. a. Branch Circuits: Limit to a maximum drop of 3 percent. b. Service Source to Individual Panelboards: Limit to a maximum drop of 3 percent. END OF SECTION 16120 WIRE AND CABLE 16120 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16120-WIRE AND CABLE PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 16112-Raceways and Conduit. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall bear Underwriters Laboratories (UL) labels. 1.3 SUBMITTALS A. Submit product data and descriptive literature before starting work. PART 2 - PRODUCTS 2.1 EQUIPMENT A. Wire and Cable: 1. Wire and cable shall be soft annealed 98 percent conductivity copper or aluminum with 600 volt A.C. thermoplastic insulation unless otherwise noted. Refer to Drawings for wire type and location. 2. Wire and cable shall be new and manufactured not more than 12 months before installation. 3. Each coil or reel shall bear UL label and wire marked with AWG or circular mil wire size, voltage rating, insulation type, type stranding, and the manufacturer's name. 4. Unmarked wire found installed shall be replaced at no additional cost to the City. 5. Wiring shall comply with NEMA WC-70, ICEA S-95-658. B. Light and Power Wiring Circuit Conductors: 1. Stranded aluminum conductors may be used for final connections to control and signal circuit wiring only with crimp-on type terminations. C. Wiring Insulation shall be as follows: 1. For Branch Circuit Wiring for Lighting and Power Circuits: Type THW-75 degrees C., THWN-75 degrees C. D. Color Coding: 1. Wire shall be factory color coded 600 volt, THWN. 2. Colors to be used in coding shall be: 120/208 Volt System 277/480 Volt System Neutral -White Neutral-Gray Phase A- Black Phase A- Brown WIRE AND CABLE 16120 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 Phase B- Red Phase B-Orange Phase C-Blue Phase C-Yellow Ground -Green Ground -Green 3. All other colors (violet, traced, etc.) shall only be used for control, or communication circuits. E. Wire and Cable Connectors and Terminations: 1. For splices in branch circuit conductors: T&B "Locktite" connectors, Burndy "Versitap" connectors, or OZ-Gedney solderless connectors, with insulating covers, tape or heat shrink insulation system. 2. No splices allowed other than in pull boxes. 3. Insulating tapes shall be of a type approved for the application and shall be flame retardant. Tapes shall be as manufactured by 3M or Bishop Electric. 4. Cable Ties: T&B"Ty-Rap"or Burndy"Unirap". 5. Cable Identification: Branch circuits wire markers 3M "Scotch Code" or accepted equivalent. For feeder sizes, non-ferrous metal stencil tags. 6. Thermal Fusion Connections: "Catalytic thermal weld" by Cadweld or accepted equivalent. PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Wire and Cable Installation: 1. Wire and cable shall be suitably protected from weather or damage during storage and handling and shall be in first-class condition when installed. 2. Conductors shall not be pulled into conduit until raceway system is substantially complete. Wiring shall be continuous within conduit runs. Splices will be allowed only at outlet and junction boxes. Joints shall be mechanically and electrically secure. 3. Pulling lubricants, if used, shall comply with UL requirements for the type of conduit material and cable insulation being used. 4. Care shall be taken to prevent cutting and abrasion of cable insulation during the pulling of feeders. a. Ropes used for pulling of feeders shall be made of polyethylene or other suitable nonmetallic material. b. Pulling lines shall be attached to conductor cables by means of either woven basket grips or pulling eyes attached directly to the conductors. c. Rope hitches shall not be used. d. Cables to be installed in a single conduit shall be pulled in together. e. Where polyethylene insulation is used and a pulling lubricant is required, the lubricant shall be certified by the manufacturer to be non-injurious to such insulation. WIRE AND CABLE 16120-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 5. Do not bend cables during installation, either permanently or temporarily, to radii less than 12 times the outer diameters, except where conditions make the specified radius impracticable and shorter radii are allowed by the NEC and NEMA Standards. 6. Neatly and securely bundle conductors located in branch circuit panelboards, cabinets, control boards, switchboards, and motor control centers. Use nylon bundling straps. 7. Provide suitable installation equipment to prevent cutting or distortion of conduits during the pulling of feeders. Use masking or other means to prevent obliteration of cable identification when solid color coating or colored tracers are used. 8. Where 2 neutrals are installed in same conduit, their sets of wiring shall be grouped and clearly identified by permanent tags or other means. 9. Leading end of each conductor pulled shall be carefully examined for damage to jacket. If damage is evident, cable shall be extended and further checked for damage, with good cable only to remain. 10. Cables in junction and pull boxes shall be properly trained and racked. 11. Branch circuit wiring in panelboard gutters shall be installed vertically in the gutter with a 90-degree bend at the supply circuit breaker, wire shall enter the circuit breaker lug horizontally. 12. Install cable supports and boxes at vertical feeders and according to the schedule in the NEC. Boxes shall be built of heavy steel plates not less than No.10 USS gage fastened to an angle iron frame with removable covers secured by brass machine screws. The cable support shall be of the split wedge type that clamps each conductor firmly and tightens due to the weight of the conductor. B. Wire and Cable Splicing and Terminations: 1. Splices and terminations of conductors shall be made using specified materials and methods installed according to the manufacturer's recommendations. 2. Splices in branch circuit wiring shall be made by stripping conductor insulation, twisting conductors until mechanically secure, and installing a self-threading insulated type connector. Splices are not allowed within panelboards. 3. Conductors shall be squarely cut and fully inserted into the lug barrel or connector. Insulation shall be stripped without cutting the conductor or removing strands, exposing the conductor for the minimum distance required for connection. Splice connectors shall be of a type and be so installed that the conductor is fully insulated by a skirt of such design, or taped so cold flow of the conductor insulation will not be induced when the conductor is positioned in its final operating position. 4. Do not combine conductors under the same lug. Provide individual lugs for individual conductors. Re-tighten bolt type connectors 24 to 48 hours after initial installation and before taping. 5. Connectors shall be insulated by approved type, integral or separate cover, or by means of taping with approved plastic or rubber and friction tapes to provide insulating value equal to that of the conductors being joined. The number and size and combinations of conductors allowed by UL as listed on manufacturers' packaging of connector shall be strictly complied with. 6. Terminations at equipment terminal blocks shall be made using compression type connectors suitable to match terminal type. 7. Continuity of neutral on multi-wire branch circuits shall not be made on any device at terminal blocks, but shall be spliced and a tap brought out, thereby assuring no openings of the neutral in the replacement of a device. 8. Branch circuit conductors shall be identified at supply circuit breakers, with the circuit number using pressure sensitive adhesive wire markers. 9. Circuiting work shall comply with the following: a. Loads on panel busses shall be balanced on phases as evenly as possible. WIRE AND CABLE 16120 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 b. No neutral conductor shall be common to more than 1 circuit conductor connected to the same phase leg of the supply system. c. Circuiting of panelboards shall allow breakers to be grouped logically by functions. C. Voltage Drops at New Construction: 1. Total Allowable Drop for Service Source to Load: Limit to a maximum drop of 5 percent. Increase wire size, where necessary, to comply with this requirement. a. Branch Circuits: Limit to a maximum drop of 3 percent. b. Service Source to Individual Panelboards: Limit to a maximum drop of 2 percent. D. Voltage Drops at Existing Construction: 1. Total Allowable Drop for Service Source to Load: Limit to a maximum drop of 5 percent. Increase wire size, where necessary, to comply with this requirement. a. Branch Circuits: Limit to a maximum drop of 3 percent. b. Service Source to Individual Panelboards: Limit to a maximum drop of 3 percent. END OF SECTION 16120 WIRE AND CABLE 16120 -4 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 SECTION 16402 - ELECTRICAL SITE UTILITIES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: Electrical site utilities and coordination of requirements with the utility company and service specifications. B. Related Sections: 1. 02222- Excavation and, Backfill for Utilities. 2. 03305—Concrete and Grout. 1.2 SYSTEM DESCRIPTION A. Materials shall bear Underwriters Laboratories (UL) labels. 1.3 SUBMITTALS A. Submit manufacturer's product data before starting work. Include materials, finishes, accessories, and installation instructions. B. Dimensioned drawings of handholes/pullboxes. C. Specification sheets including splice prints of primary cable. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Precast Polymer Concrete Handholes/Pullboxes. 1. Quazite by Strongwell, Lenoir City, TN or accepted equivalent. 2.2 EQUIPMENT A. Underground Pull Boxes: 1. Pull boxes, with sizes as shown on drawings, precast polymer concrete manholes having the required strength and inside dimensions. 2. Boxes shall be provided with vehicular traffic covers. Covers shall have 1/2" hex bolt at 2 places to bolt cover to pull box walls. 3. Install boxes plumb and level with final grade. Do not install boxes in walkways. 4. Boxes shall be accessible and only for the use intended. 5. Boxes shall be installed to not allow more than 200 feet of cable pulling. Provide ground rod where shown on drawings. PART 3- EXECUTION ELECTRICAL SITE UTILITIES 16402 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. Coordinate with the power company(FPL)to determine exact service installation requirements prior to rough-in. 3.2 INSTALLATION A. Conduit installation shall be laid to a minimum grade of 4 inches per 100 feet. B. Changes in direction of runs exceeding a total of 10 degrees, either vertical or horizontal, shall be accomplished by long sweep bends having a minimum radius of curvature of 6 feet, except that manufactured bends may be used at the ends of the run. 1. The long sweep bends may be made up of one or combinations of curved or straight sections. 2. Manufactured bends shall have a minimum radius of 18 inches for use with ducts of less than 3 inches in diameter. C. Conduits shall terminate in end bells where duct lines enter pull boxes. D. Conduit shall be thoroughly cleaned before using or laying. E. During construction and after the conduit installed is completed, the ends of the conduits shall be plugged to prevent water washing mud into the conduits or pull boxes. F. Keep the conduits clean of concrete, dirt, and any other substance during construction. G. Conduits shall be stored to avoid warping or deterioration. Plastic conduit shall be stored on a flat surface and protected from the direct rays of the sun. H. Installation of Couplings: 1. Joints in conduit shall be made up according to the manufacturer's recommendations for the particular conduit and coupling selected. 2. All conduit joint couplings of any type of conduit shall be made watertight. I. Plastic conduit joints shall be made by brushing a plastic solvent cement inside the plastic coupling fitting and outside the conduit ends. 1. The conduit and fitting shall then be slipped together, until seated, with a slight twist to set the joint tightly, and the conduit then rotated one-half turn to distribute the cement evenly. 2. Excess cement built up on the inside surface of the conduit shall then be removed. J. Ends of ducts entering through concrete pads, shall be of rigid steel conduit 10 length minimum. Connections between duct line conduits and steel conduits shall be made with approved couplings. At ends of cable carrying ducts shall be adequately sealed against water entry. Provide end bells on conduit entries into manholes and walls as specified under manholes. K. Bond all metal underground pull box covers. END OF SECTION 16402 ELECTRICAL SITE UTILITIES 16402 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16430- METERING AND SUB-METERING PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 16112-Raceways and Conduit. 2. 16120-Wire and Cable. 1.2 QUALITY ASSURANCE A. Coordinate requirements for metering with local utility company. Sub-meters shall be installed where indicated and as requested by the City of Miami Beach and utility company. PART 2- PRODUCTS 2.1 MANUFACTURER A. Refer to Section 16112 -Raceways. B. Refer to Section 16120-Wire and Cable. PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install conduit and meter as directed and required by utility company for connection to meter. B. Meter Can: Provided by CONTRACTOR. END OF SECTION 16430 METERING AND SUB-METERING 16430- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16440- DISCONNECT SWITCHES PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 09900- Painting. 2. 16475-Overcurrent Protective Devices 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall bear Underwriters Laboratories (UL) labels. Label for"SERVICE ENTRANCE"where so applied. 1.3 SUBMITTALS A. Submit manufacturer's literature and technical data before starting work. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Disconnect Switches: 1. G.E. 2. I.T.E. 3. Hubbell. 4. Siemens. 5. Square D. 6. Westinghouse. 2.2 EQUIPMENT A. Disconnect switches shall comply NEMA KSI-1975 for type HD and shall be of heavy duty type, enclosed, of quick-make, quick-break construction with rejection clips. Rating shall be as indicated on drawings. Switches shall be horsepower and 12t rated, UL labeled. B. Disconnect Switch Enclosure: 1. NEMA 4X for use in exterior corrosive environments. C. Disconnect switch operating handle shall be of insulated box mounted type that directly drives switch mechanism suitable for padlocking in "OFF"position. D. Non-Defeatable, front accessible, "coin-proof" interlocks shall be provided to prevent opening of cover when switch is in "ON" position, and prevent turning switch ON when door is open. Securely fastened metallic nameplate shall include highly visible"ON-OFF" indication. E. Provide fuses for disconnect switches so indicated. Fuses shall be dual element type as specified in Section 6475 -Overcurrent Protective Devices. DISCONNECT SWITCHES 16440 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install the disconnect switches vertically as directed per drawings, and rigidly and securely attached. Disconnect switches shall not depend upon conduit for support. B. Where used as service entrance main disconnects, switches and housing shall be permanently labeled "MAIN SWITCH 1 of 4", "MAIN SWITCH 2 of 4", etc. C. Mounting: 1. Unistrut: Mount disconnect switches on Unistrut P-3000 mounting channels. D. Label switch covers in 1 inch high stenciled letters showing equipment served. END OF SECTION 16440 DISCONNECT SWITCHES 16440 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16450-GROUNDING PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 16120-Wire and Cable. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall bear Underwriters Laboratories(UL) labels. 1.3 SUBMITTALS A. Submit manufacturer's literature giving materials, finishes, accessories, and installations where required. B. Ground resistance tests. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Grounding system installation shall comply with Articles 230 and 250 NFPA 70 National Electrical Code-2002 (NEC). PART 2- PRODUCTS 2.1 EQUIPMENT A. Grounding System. 1. Grounding system shall comply with ANSI C33.8, IEEE-81. 2. The electrical system and equipment shall be grounded according to the requirements of the NEC and as specified. 3. The grounding conductor shall be an insulated copper wire of size indicated. 4. Where not indicated, the conductor shall be according to the requirements of the NEC except that minimum size shall be No.8 copper for system ground. 5. Inaccessible connections shall be made with the exothermic welding process using equipment manufactured by Burndy or Erico Products. 6. Accessible connections shall be made with multiple bolt silicon bronze connectors specifically designed and accepted for the connection to be made. 7. Connectors shall be as manufactured by Burndy or O.Z. Electric. 8. Grounding jumpers shall be provided across metal parts separated by non-conducting materials, or when joined, so there is a high resistance at the joints. 9. Grounding electrical conductors shall not be buried directly in concrete. Provide a conduit sleeve where each cable passes through concrete. If buried in earth, they shall be tinned. 10. Refer to electrical drawings for additional grounding. GROUNDING 16450 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. Grounding Source: 1. Maximum resistance to ground shall be limited to 5 ohms. Additional ground rods shall be driven if required to maintain this level. 2. Maximum ground resistance to each of individual rods shall be 25 ohms. 3. Execute a ground resistance test on every ground rod installed in this project. Submit test results for acceptance indicating that the aforementioned values have been met, using the fall of potential method as directed in IEEE Standard 81-1983. C. System Grounds: Neutral bus and ground bus in switchgear shall be connected by means of an accepted bus link, and connected to the ground bus in the substation room. D. Ground Rods: Copper clad steel not less than 3/4" in diameter, 10 feet long, driven full length into the earth. E. Parts to be Grounded: Switchgear frame, panel board frames, fittings, fixtures and devices, cable sheaths, neutral of transformers, boxes and raceways, outdoor lighting poles, and all other parts and equipment as required by NEC. Neutral wire shall never be used as grounding means. F. Conductor: Grounding cable shall be green insulated copper stranded cable, soft drawn or annealed. Sized as indicated on drawings, from the main switchboard to each panel, power outlet, or load, except as specified for lighting branch circuits. PART 3- EXECUTION 3.1 . INSTALLATION A. Install grounding system as shown on drawings. B. Connections to equipment, bus, or conduit shall be made with approved type of solderless connector and shall be thoroughly cleaned and made bright before connection is made to insure metal contact. C. Connections inaccessible after completion of project shall be made by exothermic weld process. D. The grounding medium for lighting branch circuits shall not be the conduit system. 1. Ground the lighting fixture by means of a grounding conductor provided as part of the power feeder. 2. Locknut connections to cabinets, pullboxes, junction boxes, etc., shall be drawn up sufficiently tight to assure a continuous metal-to-metal bond, where a separate ground conductor is not provided. E. Bond conduits connecting to panel boards, and similar locations using bonding bushings. F. Do not use flexible conduit as a grounding medium. Provide a bonding wire in flexible conduits and connect to the boxes at each end in an approved manner. G. Unless otherwise indicated, provide in each feeder conduit an equipment a grounding conductor. For parallel runs, provide a ground conductor in each conduit. GROUNDING 16450-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 H. Provide a ground rod driven through or near pole bases and weld a No.10 AWG wire or as indicated on drawings, to the top of the rod and extend the wire to a grounding lug in the base and bond the anchor bolts. Ground wire shall be connected to metallic feed conduit or circuit ground conductor if non-metallic feed conduit is used. I. Bond all metal underground pull box covers. END OF SECTION 16450 GROUNDING 16450 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16470- PANELBOARDS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract,including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes lighting panelboards and associated auxiliary equipment rated 600 V or less. B. Related Sections: The following Division 16 Sections contain requirements that relate to this Section: 1. "Fuses"and"Disconnects and Circuit Breakers"for circuit breakers,fusible switches,fuses, and other devices used in panelboards. 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data for each type panelboard, accessory item, and component specified. C. Shop drawings from manufacturers of panelboards including dimensioned plans, sections, and elevations. Show tabulations of installed devices, major features, and voltage rating. Include the following: 1. Enclosure type with details for types other than NEMA Type 1. 2. Bus configuration and current ratings: a. Short-circuit current rating of panelboard. b. Features,characteristics, ratings,and factory settings of individual protective devices and auxiliary components. D. Panel schedules for installation in panelboards. Submit final versions after load balancing. E. Maintenance data for panelboard components,for inclusion in Operating and Maintenance Manual specified in Division 1 and in Division 16 Section "General Provisions". Include instructions for testing circuit breakers. 1.4 EXTRA MATERIALS A. Keys: Furnish three spares of each type for panelboard cabinet locks. B. Touch-up Paint for surface-mounted panelboards: One half-pint container. PANELBOARDS 16470- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. Cutler-Hammer 2. General Electric Co. 3. Square D Co. 2.2 PANELBOARDS, GENERAL REQUIREMENTS A. Panelboards as indicated on the plans and as specified herein shall be dead front,safety type,and shall bear the label or approval of the Underwriter's Laboratories, Inc., as well as meeting all applicable requirements of NEMA. Solderless lugs,or connections in the correct number and sizes for conductors, shall be provided on mains, on the load side or each branch circuit and on neutral bars. All buses shall be 98%conductivity copper and sized as indicated on the plans. Neutral bus bar shall be rated at 100%of the panelboard rating,except where 200%neutral bus is indicated on the panel schedule. The enclosure shall be stainless steel, NEMA4X. Panels shall be surface mounted as indicated on Drawings. B. All panels shall have a circuit directory card mounted on the frame with plastic cover mounted on the inside of the door. All directory cards shall be typed, indicating areas and/or devices served by each circuit. C. Panels shall have circuit breakers suitable for the voltage employed and as indicated on the schedules. Panels shall be of the types and ratings as indicated on the drawings. All breakers shall be full width, bolt-on, minimum 75 degree C rating, individual frame type. No"load center"types accepted. Main breakers shall be installed in a vertical position. D. Circuit breakers minimum interrupting ratings shall be 10,000 A unless otherwise indicated. Two(2) and three(3) pole breakers shall be common trip, no handle ties. E. Panels shall be of types as shown on the drawings. F. Panelboards shall be so mounted that the height from the floor to the top operating handle will not be greater than 6 feet. G. Panelboards with spaces in two columns shall have odd-numbered spaces on the left and even- numbered spaces on the right; numbering shall be from top to bottom. Column panelboards with spaces in a single column shall be numbered consecutively from top to bottom. H. Each panelboard front shall include a door and have a flush, cylinder tumbler-type lock with catch and spring loaded stainless steel door pull. All panelboard locks shall be keyed alike. Fronts shall not be removable with door in the locked position. Locks shall be provided with keys. The keys shall be shown to operate the locks in the presence of the Owner and shall then be properly tagged and delivered to the Owner. I. Panelboard construction may be main lugs only or circuit-breaker mains, as designated. Panelboards shall be provided with a ground bar. Cabinets shall have flat fronts with concealed trim clamps or screw-on covers. Doors shall have hinges and a combination latch and lock. J. Circuit Breakers for Switching Lights at Panelboards: Indicated type SWD. PANELBOARDS 16470-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 2.3 IDENTIFICATION A. Panelboard Nameplates: Engraved laminated plastic or metal nameplate for each panelboard. PART 3- EXECUTION 3.1 INSTALLATION A. General: Install panelboards and accessory items in accordance with NEMA PB 1.1, "General Instructions for Proper Installation,Operation and Maintenance of Panelboards Rated 600 Volts or Less"and manufacturers'written installation instructions. B. Panelboard circuiting (and branch circuit numbering sequence) shall follow the schedules as indicated on the drawings except as required to balance loads. Any deviations must be submitted for approval, prior to installation. C. Ground Fault Protection: Install panelboard ground fault circuit interrupter devices in accordance with installation guidelines of NEMA 289, "Application Guide for Ground Fault Circuit Interrupters." D. Mounting Heights: Top of trim 6'-2"above finished floor, except as indicated. E. Mounting: Plumb and rigid without distortion of box. Mount flush panels uniformly flush with wall finish. F. Circuit Directory: Typed and reflective of final circuit changes required to balance panel loads. Obtain approval before installing. G. Install filler plates in unused spaces. H. Provision for Future Circuits at Flush Panelboards: Stub four 1-inch empty conduits from panel into accessible ceiling space or space designated to be ceiling space in future. I. Wiring in Panel Gutters: Train conductors neatly in groups, bundle, and wrap with wire ties after completion of load balancing. 3.2 IDENTIFICATION A. Identify field-installed wiring and components and provide warning signs in accordance with Division 16 Section "Electrical Identification." 3.3 CONNECTIONS A. Tighten electrical connectors and terminals, including grounding connections, in accordance with manufacturer's published torque-tightening values. Where manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.4 CLEANING A. Upon completion of installation, inspect interior and exterior of panelboards. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish. END OF SECTION 16470 PANELBOARDS 16470-3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16475-OVERCURRENT PROTECTIVE DEVICES PART 1 -GENERAL 1.1 SUMMARY A. Related Sections: 1. 16440-Disconnect Switches. 2. 16470- Panelboards. 1.2 SYSTEM DESCRIPTION A. Performance Requirements: Materials shall bear Underwriters Laboratories (UL) labels. 1.3 SUBMITTALS A. Submit properly identified manufacturer's literature and technical data before starting work. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Fuses shall comply with NEMA FUI and ANSI C33.42. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Circuit Breakers: 1. GE. 2. Square D. 3. Cutler Hammer B. Fuses: 1. Bussman. 2. Cefco. 3. Littelfuse, Inc. 2.2 EQUIPMENT A. Circuit Breakers: 1. Circuit breakers shall be a circuit interrupting device operating both manually for normal switching functions and automatically under overload and short circuit conditions, while providing circuit and self-protection when applied in its ratings. Provide at voltage, phase, and amps indicated, with symmetrical amperes interrupting rating to be equal or larger than that shown on drawings. Control and signaling function may be incorporated by use of accessories. 2. Operating mechanism shall be entirely trip-free so contacts cannot be held close against an abnormal over-current or short circuit condition. OVERCURRENT PROTECTIVE DEVICES 16475 - 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 3. Operating handle of circuit breaker shall open and close all poles of a multi-pole breaker simultaneously. Circuit breakers shall meet applicable NEMA AB-1 and have UL label. Each circuit breaker shall have a trip unit to provide overload and short circuit protection. Trip element shall operate a common trip bar that shall open all poles in case of an overload or short circuit through any 1 pole. 4. Ampere rating shall be clearly visible. Contacts shall be of non-welding silver alloy. Circuit breakers to be used in lighting and power panelboards, distribution panelboards and individually enclosed shall be 1, 2, or 3 poles as indicated on drawings. B. Molded Case: 1. Molded case circuit breakers shall be bolt-on type, mounted in lighting and power panel boards and individually enclosed units. 2. Molded case circuit breakers shall be quick-make, quick-break action. 3. Molded case circuit breakers for panel boards shall have the following minimum symmetrical ampere interrupting capacities (RMS): a. 120/208 or 277/480 volts: Up to 100,000 SAIC distribution or power panel boards, or as shown on drawings. 4. Each molded case circuit breaker shall have a thermal magnetic trip device with trip ratings as shown on drawings. C. Fuses: 1. Provide fuses for fusible equipment regardless of which trade has furnished such equipment. 2. The time-current characteristic and ratings shall assure positive selective coordination. 3. Fuses, 601 amperes and larger, shall comply with UL Class L standard and be Shawmut Form 480"Amp-Trap"or Bussman "Hi Cap". 4. Fuses, 600 amperes and lower, where applied to general feeder and branch circuit protection, shall comply with UL Class RKI standards and be Shawmut dual element "Amp-Trap"or Bussman "Low Peak" Limitron. 5. Dual element fuses shall have low resistance and relatively low operating temperatures. Fuses shall be provided with thermal protection against damage from poor contact. Fuse shall open when temperature at thermal cutout reaches 280 degrees F., preventing damage to clips and switches before fuse opens. They shall combine high interrupting capacity (200,000 ampere RMS symmetrical) with time delay, holding 500 percent load for a minimum of 10 seconds. 6. Current limiting fuses shall be designed to provide high interrupting capacity (200,000 AIC SYM RMS) plus fast clearing time restricting let-thru current and energy to very low values. Clearing time on a severe short circuit shall be limited to less than 1/4 cycle. 7. Individual motor circuit fuses shall be sized at approximately 150 percent of motor full load current. Fuses, below 600 amperes shall comply with UL Class RK5 standards and be Shawmut dual element "Amp-Trap" or Bussman Fusetron. Fuses 601 amperes and larger, shall comply with UL Class L standards and be Shawmut Form 480"Amp-Trap" or Bussman"Hi Cap" KTU. 8. Fuses, where required for circuit breaker backup protection shall comply with UL Class RKI standards and be Chase-Shawmut Class RK1 "Amp-Trap"or Bussman"Limitron". 9. Provide 10 percent spares (minimum of three) of each size and type of fuses furnished. OVERCURRENT PROTECTIVE DEVICES 16475-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Install according to manufacturer's recommendations applicable codes and regulations and accepted submittals. B. Two and three pole breakers must be true two and three pole breakers. 1. Do not combine single pole breakers with common handle connection to meet multiple pole breaker requirements. C. Label circuit breaker enclosures with 1 inch high stenciled letters showing equipment served. END OF SECTION 16475 OVERCURRENT PROTECTIVE DEVICES 16475 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16530- EXTERIOR LIGHTING PART 1 - GENERAL 1.1 SUMMARY A. Related Sections: 1. 16112-Raceways and Conduits. 2. 16120-Wire and Cable. 1.2 SYSTEM DESCRIPTION A. Material shall bear Underwriters Laboratories (UL) labels. 1.3 SUBMITTALS A. Properly identified manufacturer's literature and technical data before starting work. B. Photometric data for exterior luminaires and a point by point illumination plan for entire site at same scale as Construction Documents C. Wind load certification, by a Florida registered structural engineer, for exterior lighting poles. D. Pole manufacturer shall be responsible to provide below grade concrete anchor pole base. Pole manufacturer shall be responsible to provide State of Florida Registered Structural Engineer signed and sealed pole base design shall include calculations with EPA of luminaires and mounting method. Complete design of pole and luminaire shall be in accordance with the Florida Building Code. PART 2- PRODUCTS 2.1 EQUIPMENT/MANUFACTURER A. Exterior Luminaires: 1. Exterior luminaires shall be Granville II LED Classic Model GVD2 Standard Fixture with black fluted style casting per City of Miami Beach Standards. 2. Provide required exterior luminaires and components with P40, 90W LED, 5000 K CCT with auto-sensing voltage (120 thru 277V or 347 thru 480 V, as scheduled), IES Type III distribution, as scheduled. 3. Provide luminaires with house side shields, top shields, and other accessories as indicated. 4. Exterior luminaires shall be furnished complete with necessary wiring (prewired leads), lamps, reflectors, glassware to include Granville Lunar Optics series with IES Cutoff optics and mounting accessories. 5. Luminaire bases shall be metal and fastened to mounting locations with metal components. 6. Where called for on Drawings, provide exterior luminaires with part-time-night dimming control option. Refer to description of Alternate Bid Item#1. EXTERIOR LIGHTING 16530- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 B. Lamps: 1. Provide lamps for exterior luminaires. Lamps shall be as indicated on the luminaire schedule. C. Lighting Poles: Comply with City of Miami Beach standards and specifications and the following: 1. Pole shall be fiberglass as manufactured by Mainstreet Lighting, Windsor Series, Catalog#FF1803. 2. Luminaries, pole, base, and sub-base of exterior lighting shall be capable of withstanding wind velocity pressures determined by American Society of Civil Engineers (ASCE) 7-10. Supplier shall provide engineered Shop Drawings and calculations, signed and sealed by a Florida registered engineer, as proof of compliance with this requirement. a. Use a map wind speed of 186 mph, exposure category "C", and a wind load importance factor of 1.15. 3. Poles shall be of material, shape, finish, and height as indicated. Provide a reinforced handhole and grounding lug on poles. 4. Metal pole mounting base shall be furnished complete with cover and anchorage hardware. Pole and luminare finish shall be as indicated on the drawings and as accepted by the NE. 5. Provide anchor bolts at least 1/2" diameter of lengths and bend configuration required by calculations, complete with nuts, washers, and shims. Anchor bolts shall be hot-dipped galvanized steel. Number of anchor bolts required shall be determined by lighting pole manufacturer. PART 3- EXECUTION 3.1 INSPECTION A. Do not proceed with the work of this section until conditions detrimental to the proper and timely completion of the work have been corrected in an acceptable manner. 3.2 INSTALLATION A. Exterior Luminaires: Exterior luminaires shall be installed according to manufacturer's instructions and according to details as shown on electrical drawings. B. Lighting Poles: 1. Lighting poles shall be installed according to manufacturer's instructions and according to details shown on drawings. Adjust poles to be set plumb and make final adjustments as required. 2. Build concrete bases for lighting poles to the most stringent requirements as indicated on Construction Documents or submittal based on wind velocity pressures. Bases shall be complete with reinforcing anchor bolts, ground rod, and conduit entry. 3. Exterior light poles shall be solidly grounded to the conduit or to the circuit ground conductor in the case of nonmetallic conduit and to a local ground rod installed at the luminaire base. 4. Provide weatherproof fuse holders in each ungrounded conductor within each lighting pole. Splices between circuit feed conductors and luminaire conductors shall be made using molded waterproof connectors equivalent to Buss"Tron"type. EXTERIOR LIGHTING 16530-2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez & Partners Street Lighting WA Project No. 21602.00 5. Luminaries shall be oriented and aimed to provide the illumination patterns desired. Adjust luminaires, reflectors, or lamps as required to obtain desired results. END OF SECTION 16530 EXTERIOR LIGHTING 16530 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 SECTION 16709- LIGHTNING ARRESTERS/SURGE SUPPRESSION PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: Secondary surge arresters (lightning arresters) and Surge Protective Devices (SPDs)for the protection of AC electrical circuits from the effects of lightning induced transients, other externally generated transients, and internally generated transients. 1.2 REFERENCES A. ANSI/IEEE: 1. C62.33-82(89) Standard Test Specifications for Varistor Surge-Protective Devices. 2. C62.41-91 Recommended Practice on Surge Voltages in Low-Voltage AC Power Circuits. 3. C62.45-87 Guide on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits. 4. C62.1 Standard for gapped silicone-carbide surge arresters 5. C62.11 Standard for Metal Oxide surge arresters for AC power circuits. 6. 142-82 Recommended Practice for Grounding of Industrial and Commercial Power Systems (IEEE Green Book). B. Underwriters Laboratories (UL): 1. UL 1449 Standard for Safety, Transient Voltage Surge Suppressors. C. National Fire Protection Association (NFPA): 1. NFPA 70 2011 National Electrical Code, article 280-Surge Arresters. 2. NFPA 780 Lightning Protection Standard. D. National Electrical Manufacturers Association LS-1, 1992 (NEMA LS-1). 1.3 QUALITY ASSURANCE A. The manufacturer shall submit a written statement indicating that a factory authorized representative inspected the installation. The Installing Contractor shall submit a checkout memorandum to the manufacturer indicating the date the equipment was placed into service and the actual method of installation. Submit three copies to the specifying engineer. B. All SPDs for service entrance, distribution, and branch circuit protection within the site shall be provided by a single manufacturer. 1.4 WARRANTY A. The SPD and supporting components shall be guaranteed by the manufacturer to be free of defects in material and workmanship for a period of 5 years from the date of substantial completion of service and activation of the system to which the suppressor is attached. LIGHTNING ARRESTERS/SURGE SUPPRESSION 16709- 1 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 B. An SPD that shows evidence of failure or incorrect operation during the warranty period shall be repaired or replaced at no expense to the City of Miami Beach including labor and materials. Since "Acts of Nature" or similar statements typically include the threat of lightning to which the SPD shall be exposed, any such clause limiting warranty responsibility in the general conditions of this specification shall not apply to this section. The warranty shall cover the entire device, not just the modules. C. The installation of SPDs in or on electrical distribution equipment shall in no way compromise or violate equipment listing, labeling, or warranty of the distribution equipment. 1.5 SUBMITTALS A. The surge suppression submittals shall include, but not be limited to, the following information: 1. Data for each suppressor type indicating conductor sizes, conductor types, and connection configuration and lead lengths. 2. Manufacturers certified test data indicating the ability of the product to meet or exceed requirements of this specification. 3. Drawings, with dimensions, indicating SPD mounting arrangement and lead length configuration, and mounting arrangement of any optional remote diagnostic equipment and assemblies. 4. List and detail protection systems such as fuses, disconnecting means, and protective materials. 5. SPD wiring, bonding, and grounding connections shall be indicated on the wiring diagrams for each system. Include installation details demonstrating mechanical and electrical connections to equipment to be protected. 6. If requested, a sample of each suppressor type shall be submitted for use in testing and evaluation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Lightning arresters/Surge Suppression: 1. Joslyn Clark 2. Eaton/Cutler Hammer 3. Square D 4. Delta, Big Spring, TX 5. Intermatic, Spring Grove, IL. 2.2 PERFORMANCE A. General: 1. SPDs shall be listed according to UL 1449 Standard for Safety, Surge Suppressors, and UL 1283 2. There shall be 7 modes of protection: 3-modes (Line-to-Ground), 3-modes (Line-to- Neutral), and 1-mode (Neutral-to-Ground) for a 3-phase, 4-Wire plus ground voltage system. (Line-to-Neutral-to-Ground is not an acceptable substitute for Line-to-Ground). LIGHTNING ARRESTERS/SURGE SUPPRESSION 16709 -2 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 3. The UL 1449 Clamping Voltage for the following configurations shall not exceed the following: VOLTAGE CONFIGURATION L-G L-N N-G 120/208V 400V 400V 400V 277/480V 800V 800V 800V 4. SPDs shall be constructed using MOV or SOV based modules. The SPD shall have a response time of less than five nanoseconds with 6 inches or less of connected lead length for any individual protection mode. 5. The maximum continuous operating voltage (MCOV) of all components shall not be less than 125 percent for a 120V system and 115 percent for 220, 240, 277, and 480V systems. B. Service Entrance Protection: 1. The SPD for this location shall be referred to as lightning protection on project drawings. 2. The service entrance SPD equipment shall meet or exceed the minimum performance criteria as follows: a. The SPD shall be by Delta, model LA303 for street lighting circuits, or accepted equivalent. b. The single-impulse surge-current rating shall be a minimum of 100,000 Amps/phase. c. SPD shall be provided with an integral fused disconnect. Switches shall have a fault withstand rating equal or greater than the AIC rating of the equipment being protected. The disconnect switch shall have an interlocking rotary type safety switch that turns power off to the device upon opening the enclosure for safe inspection and/or module replacement. d. SPD shall incorporate copper bus bars for the surge current path. Small round wiring or plug-in modules are not acceptable. Field-replaceable surge-current diversion modules shall be bolted to the bus bars for reliable low impedance connections. e. The enclosure type shall be rated NEMA 12. PART 3- EXECUTION 3.1 INSTALLATION A. The Installing Contractor shall install the parallel SPD with short and straight conductors as practically possible. B. The CONTRACTOR shall follow the SPD manufacturer's recommended installation practice as found in the equipment installation manual. C. The installation shall apply to all applicable codes. END OF SECTION 16709 LIGHTNING ARRESTERS/SURGE SUPPRESSION 16709 - 3 CMB Neighborhood No. 8: Lower North Bay Road April 12, 2017 Right-of-Way Infrastructure Improvements Wolfberg Alvarez& Partners Street Lighting WA Project No. 21602.00 APPENDIX G Plans BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 106 WI G MIAMI BEACH CITY OF MIAMI BEACH, FLORIDA NEIGHBORHOOD NUMBER 8: LOWER NORTH BAY ROAD RIGHT-OF-WAY INFRASTRUCTURE IMPROVEMENTS _ STREET LIGHTING ` ®3os 873-7080 APRIL 12, 2017 CITY OFaLA N ��aa TALURIASSEE KNOW NMATS BELOW �s' g ALWAYS CALLB 511 y� ` �1` ' BEFORE EYYOU DIO ARMOR caner fit/ �\' ilke�\\.�r a 'xWWN.UiL9DlpIfECOY \A CITY OF MIAMI BEACH PROJECT OF MAYOR: PHIUP LEVINE IIMB PROJECT .,..,.=.4011,10k11\ COMMISSIONERS: MICKY STEINBERG Lor.En B DAR Bao �A , 1 o MICHAEL GRIECO BISCAYNE BAY ARANIIL 0!£AN Pik JOY MALAKOFF m4 i I `z_" o lI^ ���re�i, KRISTEN ROSEN GONZALEZ Y,d u� ��rtlw RICKY ARRIOLA TNI JOHN EUZABE1H ALEMAN --""'N ,,-."-..., CITY MANAGER: JIMMY L MORALES CITY ATTORNEY: RAUL J.AGUILA ` �' �/ ASSISTANT CITY MANAGER/ (� DIRECTOR OF PUBUC WORKS: ERIC CARPENTER. P.E. LOCATION OF PROJECT DIRECTOR OF C.I.P.OFFICE: DAVID MARTINEZ,P.E. �-----"-... LOCATION MAP W LOWER NORTH BAY ROAD INDEX OF DRAWINGS DRAWING NO DRAWING DESCRIPTION SHEET NO. COYER SHEET AND INDEXOF DRAWINGS 1 ARCHITECTURE ENGINEERING E-1 LEGEND AND GENERAL NOTES 2 WOLFBERG ALVAREZ E-2 KEY MAP 3 3235AMATION AVE.,SUITE 100 E-3 TO E-18 STREET LIGHTING AND PHOTOMETRIC ANALYSIS 4-19 MIAMI,FLORIDA 33133 V 305.688.5474 E-19 DETAILS 20 F 309.666.4894 WOLFBERGALVAREZ.COM E-20 SCHEDULES 21 M 003.419 EB 002354 GENERAL NOTES: ....n ry0 SYMBOL LEGEND h9`, ,o, aesj ri4a..no-.egAn u.ot A)Mas4;17r =i .`o.rwaerF. -,,_, nm..�rrn •raame-n VI .rwPrtSfRO.SOVOIC SE PlYIRS C70131=1.4.'...'F'' .® ..nw wu.ars,.c oeryw..es m.c,.0 wm, ---RUE IDENTIFICATION TAG DETAIL . 'wec.cr=4",., s. n..s7,4=r�«.s.w,i.sar.=..o.mammce.w 70,. m nren ew.r.unr mm, Lalt,',0=`,74,',,,Zr,g,',1,=°'''',OrT"'n^'''wvwu''' RI mm.m.m Ettia wro-n Uoa .=`,"/ATIV.Oc "'"".n,nms,'ens.... SUMMARY OF ILLUMINATION LEVEL CALCULATIONS r 1 Mzrx rmu to a.a an m.7w a rz e.m.n m LUMINAIRE SCHEDULE ma an CV•v UMW «m star ®v r mce.c °msmw,w me,w rw.,.,rnv,.n vu.ee Mme. :rt w.oAe 4 'w s..cmw,ecn.,a wx°'we oo ra.m,.n •ens. n,. m ... .00-rr,-"“% raw 1°`.n: uw•umw LUMINAIRE SCHEDULE FOR ALTERNATE/1 OW. wOWE.. „m on e..r.c� wr re awn Ons 4.1. wpm, OW. nr.w..mu Y1O°"rmvr.m.raure..w..,w ' s.rvo�mec..». w.w., rcwmv�w sees. w,. w nn wae.o o-,w.m-.wr Wen ray.r.oar sRmr vamni ALTERNATE#1 DESCRIPTION .w .n„r.w m. mmio.:-.ante—we`w"O6nc—u.w ABBREMAIIONS rt.COXIMI•9u,COORIWAT OVID PARTCPVII IN Fvt•CRVIAMIAL IENVIC Cr.141•14 MOM C COOP • RM.RAS,.if Wi W.. Pli. NM • III[ FTLIate.,cu...ws mm.cu,=WI%%U.' ei .. CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD FILbnBon: pyy,.,n. FA , /� CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING Da n R.S. ROW BPOBB SCAM IIIA. 0..041112017 w LEGEND/GENERAL NOTES 0 ori. ,e..,a wvo.n vrcnc,.<w.v. .r. .®. ,...o.. se..t 1 of 21 Drawing:E-1 MATCH LINE A-A I 1 _ ' -12 I. I' E-1I�T aWSE AYE E_, r.. II V :. . ' I > ORD.SWEET E- #4,41* , i 4111101p4b 7' NEST 21ST SWEET `O , -18 //� E-SE • I III 1 �1 vok, TH sumer � 'Ov�� / `'ids 1> 27111STREET O 4�•�'11� , �,' MATCH LINE A-A E- ���-,`'� E-1] ' . '1, NOTES �/ " ROWE BY DC CM Or 10111 BMX NO `+`b 1.BA41NE 6 CORB0Og1 MM.M Y SE61C SAME S.!, �E- 111.111.17.INC.&M M5 911E 07/14/1.1.MPMSD BY Winn k L _)s‘u 0691018! AD. ry uz u. CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Flhlonton: 91uvM en F.R. .M..op CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING asp REIilialOA ROW BPOBB 35.3. N.T.S. D.I.0412/2017_ STREET LIGHTING KEY MAP nn. 11•4101Mon.. ".• '®' .q...� .....a..Z.a. Shoot 7 of 21 EAwwp: E-2 I 7rI I T 7 I .® j .-',':°,..*,c axaxaaa =�' •ry ....*_......4 -- (s�'�.. / f v`\" "}t m � M. 2. /� ___,-11111.11111 !mac:. P< _ m-1,s. i T 0 in-,,,%,:`,46._„-,...,,,,,,,, as",' __ . -ilia 1.' ,v i _ , I TCIIYCRA ME MEM: PARTIAL LIGHTING PLAN SCAM I:ee Y :7477:1!'441:14,-;'q : 1. -.,."-I'l ea —-'''' , �-�V" s.n«s - 4;'&,_.''' " • d -..1,- -...5 � � .. • AY,-, -.' ` V ♦ a , gtom1 01- k < , . V hVd %— . 0oo ♦ d d R• ,, , ' "014111111-41111.41.142.1"11111MeiNt4 V • ' • sd .. ypY as 02SMi ` ` K V V d�� * � to, ,. dbV ��. �,.00V. MN. w Vd i� as , a % ' `,,, , ea / e d ,P; � e ate' . } VZ�. ♦ ♦5 _�!♦fir. 31434 PARTIAL PHOTOMETRIC PLAN cooE No E5 *Mil uea"* "" acus naa 0 eai.c«r.c vac ro reuuK Davae AD. .rue wvuvz trA CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD He louden: uaawar. RD. . CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING uc�aRA mo .,.u. .n�s ROW BPOBB hi *Mt 720 00.044122017 �.: N.BAY ROAD. �. ____� STA:10+00 TO 16+20 w: y 4 d x,OW* E-3 • . � ® ®�M■IM� MOM" - 1T- ■ IMINIM.1"111 -------- g _ to ° e..� •-� • -12 I -�— _ • Q i z. - was s AL.,_. TH + .. NORTH BAY On1) I ' ® n _ .teF.,—,.., M M91212341; _11— -11- ®®sMI s—aE 3 _ O ' . -- PARTIAL LIGHTING PLAN 120 1 rill �� c ami ... mss®w�MOcIMM'U _®sir. IMMIE � , ,> y „, $,,,,,ad > ' go 'S .,... NORTA'BAY'OADd' 1>v+oo-0 y> , .. `f d #f • , s 0." . y} ,N J d W 'Sf Al, s> J ~ , J > > .60 -0 , 04010 a y '1, J J d = , > R Vw` ` `>E ° 1 > ` 0. Wc J ' ? ' d> I > .> S''' ft* d ` �. � - '" y d *1umd 1� dS' s' a.1 o : --d. 0d ..5 ' , dd `> d '''.° 0 • d d -. .�.An . '11 d_ _".2 __ea , e* _ scc .u. 1P> d'_ ,r imeim�•]�r_0:911rm L ` t2/. PARTIAL PHOTOMETRIC PLAN 5CUL is CODE NOTES: 0 earns EP I.Ma TO MINH Gee 2 090 O 131939Eli A.D. *mum CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Fib rowtlon: o Bwrr ar: FA „w„o,. CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING R.S. nmm.�u . .m.raWAN r..m . a ROW BPOBB CAMBERSCALE 1210 DaO002/1011 N.BAY ROAD. an R+.w ,..o... .e, v... .,....e.,�.... STA:16+20 TO 22+20 glint s of 21 Owing: E4 .'7'..; ..".•`..' ..• . ,......,..., , .*. r5,5,,,.3 53 . '''''',',•i,.,5,<,...-<:-., i 4.A. 1 ,..4. . ,, ) •:-:.-elzt:,,>,,,,..,.......\,:<.- ,,,,,,,4, ! e* * „, ', ,,,,:,,,:..,L„W#,...:,,i 1 „-":'ti..3,-, * 9 ',W, '., ,^5.3 'V . '' ,,, .,P;',":?41'431'^e';''11 ,•!1-1-.,;4 •••-,-! I-- -e., ,,-„,,,h___—____ , ot.**.,'***0 ;-- . 2 —, .-. -- _ Iriummwysizi=3.arormail,. ra — , . . •"7 ----"-----._:_„-T -----,.. ' r,-_?,,_. _______ '-' — --- 2 1, -',-,:.e.,t-,A....2 •''' -----... _'-'-' ----- _ _ . - ... - -, /1 AsIDLEA% --a-", — r y ,'-`!",4"02 / .7,- „, i'',,,•'',-,-.! , kZ--1 ' I ,d; '.. `,:;'. .-3---'7" 7112-4 ,>; --. 2' ' , I 9- ,!-- ' , ''-'-'Ff-7--".* .r '---' - 1 r 1 ' ' 1 ,.,-:,:.;1 ' PARTIAL LIGHTING PLAN WALL ISO , • • •'44./ • : .-... •! : ! Avs/.ss...•a.,s..... ., !'.1 F‘' .0 s , •‘, ',•• ''''''''', ''' -—,,7.:,• .i 1 : , ,,p•t..„,. ,, ••..*u u ,4,..., 4 RP;.,.. *"1"zzirmir-, -, ..1_, . . ' ".1111111"liaum- F'6•alualliiiiij"iu mu. .....b.. u kutiammu°t. .i.. t.,i 'l.m--:',.. u tr,.:1-1.,ru —11"111"wir.u.u 1. in'u 1....)-m."RA 1., k. U; --' • ,, ,.. . 1.7 LI.4 1.9 Is Is . • • • • • • 17 IL zdtto LI Is b Is Is b /7 SA Le MP LB 16. 6. 6. 6. 6. 6. 6. 6. 6. 6. 6. 6. 6. 6. 4. 6. 4 ,,,,.„.... , ,„; , " • I.2 b..414",,,.. b 4. 1. 2. 1.7414 la la /A la 1.1 VA 5§ 41 4 ./... is IA e... b.. 6, u u . ' - r• _A. ,.., -',./:5,,'„L..: ...' '.:2 ;:.',.;','., , . ,,,, I6. r . 1 : .,; ----,:,4-,,---,, ,\- t4 ''El'"' Xli LI' - r•, . . I.;',1 1G0-10•4).. CODE NOTES: MUM LIM SU SHEET E-I4 PARTIAL PHOTOMETRIC PLAN 0 DISMIC FPI.POLE M MM. WALL UN — o..o.oR &oTy 3001,30141 ALVINSI CA CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD FIIO0 CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING OBLYIN . RSFA IRO COWEN111.CENTER CRIVE,IINN flEACK F1-331311 ROW BPOSB pop., 1:20 -,:.-?-- N.BAY ROAD. ....04/1212017 STA:22+60 TO 27+60 Il.e s at 21 a.m.E-5 .1111 MB MINIMP/ men7.r.'"7414"'s.• - ..=.7.1. x.......--1—_,..zz.: I tai S'%%%%%%% :. uxz g 1 y ;rrt� a t i 14'..:p I' . ;a "t? , T T.+t� b..,.„',Z. 2,;',1,�r "'K' C I ''';v4:: k-'''' * ', „ L';‘;;;i-,,—:::'...i *-.. 17 ,„I ;'.73-.';"';;;;;, , ;Z:':'•;r'; •sy ;;,S;,!!, 1 d °awl o 1° 1t . �!/oIL o '4 19'�._- — ®. Trioo—__ - _ - ..... „5e o7 _ 2.so 1'," ntJ ,.. : « i735 fN,' ;, , Ti PARTIAL LIGHTING PLAN MAC" 'ENEM t• LULL LM 1/4211111.101EME•terst• a�1� .' •a to L ;�:a p. U U L la a`41f ai t L U U la Ls IIliII,I,I iti- 1 L77 WW I� II I x• x. L1 U w�etll-xN''l.'7 8 1‘\\,. L V ' A. U b b tl 4 u U U 0 L. 0 9 lc b•U U m->enwri�•Leov]./////a t IA x\�"{�' OA tW U o Ds- r 6 1.0a U U L !• V U L is ' 1• la la la 1a Iq la la la la la 1• is U IDs -.e IL U U w U U la la U u 1 $ L i• L L j P U L 1. ',:,,:s.."1.1' . !x' U L ^ — '+ao ,.,1aZ iJLl�1. to12+ao la /.t /a U la L Lt L IBA.L Is r 1.4 • L !' I•�a 1: 1:39/ la L L !a U b !r 1a Da L +. e.00 IMO' v .A. a to 1• fa L i• Lt !t 1• 1a L la /a L 1 • a a • 1 L Lt L L L L• L Ls L L L L L L L 4 to Ls 1• L Is la 1., 1 }a L 12 1a L /w.a la 13 l 1 dy l.t -L.es• U L t! U a. L� L L la 1a dwr��� L e 11.0�L- iw Z. 3. fix la la 4s �d'L Lo L 1. Ua a L- ti 6p 4 t. x. •• !` r i U..t- 7'T- w.�_._-__ • U U L,..Y. L - en A..tr 4 •F 4 Q u u RADA �t'•\to F 1 a 5! Pv 1 s f. * L U Lt • 1 4";11.4 la L U U la 1 L ex t. Y. 1.'4a. . PARTIAL PHOTOMETRIC PLAN cone noTes NCH LIE ,�„e7-1I SCAM is 0 riEixe rri nu 00 Purat}Q.a m Eaaos,.rz•a FP/WE onn sa WCTsm c-u Feat omarrx AD. ...,,� a CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD F••1•••••^: ousetrr: FAR Tv .cva� — CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING ctEa� R.S. nmauasaw mt.. r..Mad.r�aa ROW BPOBB scum 130 W12017 N.BAY ROAD. tw. w<a.w .x.Qer rM �� '2.'....,"'".7.77...717"...1: p STA:27+60 TO 33x90 20•x0 7 al e1 o,w4q: E$ 3`.► e ala° SS `� ... .n'. L. sof x..< � a; 4 w - N + 1 I.[ fY _ f TfT� h _ " Amy=z. " j — 4, .�, <.s.<Q� _ _ _ ' ___asoma ._ _ _ _ _ . _ _. _.W.. ».•�d.oO _ __ ''' ._ _ Xa < adP°sA a� _ — n NbRItr HAYRDAU I 41.1 z � ti-- _---w - _------_—__ _ _ _——_ , .---_;. - _—_—. — _—- _ _ --_ --_— —.—. _---__ a -- --b ar d1,90 No 2.3 PARTIAL LIGHTING PLAN MIL 1s • a.,ss\>Nv WM W c, 9 1 f a. AF L s. to L 0 6 L s.r. tl.to 1.' w a. 1• 4 u M 4 M ao a, 1. Oa tP°a, L 17 tr L 4 a. to L 4 'la-�.. up ew w V •4 L M eAs,. t, u a, 1, 4�V Is 4 4 L V t. 4.Is tf /N L L la $1.,..„...,, (� (gyp,G� /-� a /, 1 ya v e a, v e, IA L 1• is' ,,y y pp 11l �j IC Iii)�..Ys fT,.1.‘",.' H 1, I L �L L L IJ Iw Iw 1w ;t,Je1i°.L L L �A L !f 1, t. ,. • I. L.L'tow,i--assail.4 laf io la ;L L L to 6.0,3c 1iN FFIAY RMAO/ I, !, !a !f to 6, .t o x. I. N 1'' b L L 4 oa !, L iJ la L Iw li 1, la L L is 3x L L L 1.P 4, 1a la IJ L f. a �yj 2, b L E. ,a NORDA4A4,RDtD I, 1, i, L 4 !o L 3z !s ;if la L L b L '';L L L 3a I. I. ti a_ 1., b L s A f• b L L L - b tr:�'•!i'1P 11'°.t}�el.V V to I la 1. h 2, la is b V 4 V la V to la o�2.1.1.1-1a1-4"1, 1, ida 1�la Sa 1. `10 L 1a In M la 1, la Is la 1., la Ea a, L L L 4 b b L , y y y 3 $ o 0 v V a L Loa, s. r. V L M L s, L ° ...... u tw !a A, E, !w as e. s. •• M b M !a t' �w 13 4 1L L !.".�''"{i L 1. 4 Ow u . w ` an. SI OG N, PARTIAL PHOTOMETRIC PLAN SLOG SCAM 130CODE NOTFS: ^4,..."IQ mstrm F.,P0.110 Kew usvic A.D. w.s�w Av... ... CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Fos location. ARAM FA CAPITAL IMPROVEMENT PR0.IECTS OFFICE SLIGHTING n�r� It4Via >m rnrsnw mx�n wnE..v..�.w.nns ROW BPOBB fm«s 110 ...OfAXAt7 N.BAY ROAD. STA:33+90 TO 40+20 --"..t. : awe A s 21 Ormlry E-7 .KU EATII MOON MA re I 1 t S a 1 1 i i 1 e+. t r,1' ,. 47,,.t Vii ./ 2 _ 1,4,.... \_0--------------- ""-'1::A:Y4'-I:..0-7----;:/'*:' s� ) f _L— R // — .z , a, �„ ;®O11111111111 T. il.:®•. PI-410 sy. �'� �' = 91-E" 6 wR r W t T � �'41.> _...� _�e+'..sY'."-ate - ctln,h I .11ha.. / - ••"":"±Y-A- -1H:PY R .P � $3 OM1 4,. PARTIAL LIGHTING PLAN W 1210111.20722 �'�F'° na IAD z •a> 0 wilimummimi .ft` .�.� .,;. I. 4 4 L :, b 4 i. viiI�iL5e.®r.•Ntt L at , 4 E L , / '4 � 's4'^�' ff ' as ` 4 s °to a' 4 —��/ t' '' °'� 4 I 4 ,11 r IP i ----- KET PARTIAL PHOTOMETRIC PLAN 1020211.02 1100' IS10 CODE NOTES: a®.� xrC+20 ppalm Flu_POLE nWYK 0 i0 20 oxem/ay au. VT ....�. CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD FN bele ow,wa an FR xmnea. CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING R.& ROW BPOBB KALE iso ,m a.,.a,Aa�. ..w.aa,w.a�,>I o..0022017 N.BAY ROAD. we an .../.. Al.,,,,,, ..�. ,,....,.. ....,.7.�.a. STA:40+20 TO 46+40 — o or ft 0.20200E$ 1 9 7 •E { i I i 1 I i 1 i 1 3 I I FI a3 7 1 y W,cN„E SEE MET „ Ativ :r:, . . . IA ''':''.7::'''- ' II \ '°--------'-------------- ....11:".111171711:1111111111ft.":" —-1-=::: R 411 p1:'-ln...'4''.'':---.--: - ' ';'''''''''''''''''''''(''' ' ' ' �-..p ' '— �. \ �� ,; i WIN UNE SEE MELTE-NI PARTIAL LIGHTING PLAN KIM 120 WM.UNE SEE SNRT E-11 1A \,.. ui ea , • T t Ia\ wNx yy u • n u V me, �•y- „, ,,o-,� b 4`..,..,......".... 1 ,1, u,.Ob u ....—...L , y U ` %- y , 1awore l u l u it U 1 .r,.0 u 11 1 ' I.q u I, T 1a 1. y USS.° NORM BAY ROAD 1s \y Ia 1 ♦ Lr jy Ly (y y ` Ss u *„ u " u u 1a 1i !a4�.' 1a .. I, ,. V 1i 1a 4 4 u. u•4 Va�l�3� 1a V 1i ^Po I, a L i., g 4; 1.°_1r 1y,,fiP L, 1a 1, u o .. 1Q7,>tT uiras�mu►E-L'._ v 1. ' +9►r, �rp+y' tilik u ,u 1y ,a :ro, r u °i a . u �, it u U ly ;� ' / u",'y t, . u u 4,4..e.". u � � ,0., U )i ,• va y� \a 1Y, Ia 5�3 "m y 4 T �' u 1., ` •� \ a 2' t'' �� T\ .. ` 1/ui. //" ::/4111....-.1.4., . g a� u Is t, 111 WTGIUE a,tErr 4 CODE NOTES: PARTIAL PHOTOMETRIC PLAN OO Rosroa 1>i POE 14 ROAN >s SCAM r.., =wan A. °°,°.aEI CA CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Fbbutlan: ,°e,; FAIFAT CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING comm.: „mm..a.,n,COMM MN,un.0.01,E1s1130 ROW BP0B5 aouc 120 Dr 0022017 N.BAY ROAD. NY OM ...uw .....""...".:"."Z. ...141C•11 ti� � Z.":".2= STA:46+40 TO 52+00 Mot 10 at 21 o... E-9 AIIIIISIIIIIIIIIIIINIMIIIIIIIIIIIMIIIIIIIr ., /DO//COCOS .4 .,'-k:'-rttkIV.,..• ', -,.>. r',./.4:--",•;,, , ,-,,,%,--- \., : ofr ,.. ,,,,,, 5-,;•.,,,,2- * .c,,,kz,,,, :,-,,, .. * . ,- .? , ,,,, ..,, e• ,, % -------- - Li __ 1--- ---4-7'-` 441-2.12 I 4.gral " 20 , e , i _ - -- NORTH SKY 21222) a- --, 56.4:00 524400 se: 44^ _-_,_ '''' -----:-%---'-- --- ---74222-22-2-44-r--2 _ _-------'--,-'-- 1,1] IN - .2.-7,2 I 112 fl-k laillillililligrAl • F"..,,• --,--,-3,-,...." __imilmlini 1m, iiii, __ i____ .w.mm, 12111MMIIIIIIIIIIIIIIIIIMIIIIIIIIIIESaurAU *1 c PARTIAL LIGHTING PLAN SAM 101 I 1, ` 11125S2': ,.._.,,...., 1 .00 No SODD ITOO-1/a' D•OLO-4 23 / GADADD-2 os *i ':Fail's' e.--;N:'`,ctf,`AZ';'2.7i: 1 `Cti,Zr.r.' ''• en,''t:%'Z',' ''' ', Z.-','r * .•-.. * L'',IA'-'!'1...7 '-,,,,,,.,` 43 7, 111. -,), ;, ,-,:.* * .1_4 ---- ,,,,,,.:,s,- ,-.,. .. i .. -•,,,, . ezzy ; =;;;,;,-1 ,.1-4 0 t . . ; , ';--li .--.,-.: *;;;., q , : ,_-r,4 . * -t:i.,---- I ''4,4e...,---,- ,,,,,', ,,,e,1: g . ,:; : 9K> ,..,•:‘, . ,.f, ,,,- - Imummompuithi.emmilm.• - momm , s, 9 • - :•• . s, .., „, „ 0 .•, . .4.0 4.0 11-._n . ' " "..,3,-#.4 ..' d d d rt .0 .0-3•?, . , , ,- ‘g< s' 40 , ‘, , • ,-)... . ' ••'' -1 , , .., , , _ .. .0 .., •_, ' '-`4.' 0. ..' 4 4 .4 8*0 .51 ." . . 4. NORTH 11 ..0 ,.....„,..22 ,.., .0.' 2.1' .052+0,22 y.0 .0 y. , ,„„ ...,,, ,7 1, ..,s e,,... 0, .., , , ,4...,,, . , s , ...„ .. .... ...t. ss v v. v v .., ,s,, ss ,,, .0. ,,,, ,,,v '' 4. ",' ,,, 1 61" .4' . ,s - s ' -. ..7...s' s''s'P.44 44-.140LAs' , _. 4. .' s'' ;''. - ' "' s' . d Td '''' ''' 4 4 d d ...t - ...„...,, NNEWIIIIIIIIIN MEW migggmiomkof-.gse• meuorgm' .1-mgs: • • smorrs g 5. v..- 8.•••••••••"" c..,,, "' I*.- ''"""1 •, TLE ----- _ • 'r -_-<•'''' •*-- L roi ' . CME NOTES. 0 01211.0 larrf122 10*19104411.no lo.21112.2 NOM PARTIAL PHOTOMETRIC PLAN ®.C2122_ corm 2411.ME 10 213/0.15 / CAM 142a ®=NO F.2,222 10 KM/ ,.., .... omarirge Al) =UMWµWW2 CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Re location FA CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING 17E0 00WEXTON COMM DRIVE,YAM EP.RM. ROW GPM ...ft RA. VAI tria/ SCALE 120 --,W' ....041942017 N.BAY ROAD. STA:52+00 TO 58+00 No. ow Prall011 NM eV ". ''''. .:•L'"..1:.*":‘" .:41::: 2.---.1-......----..r. 0050.011 0021 Drawing:E-10 a 1 i l' .. . . ?q,-,-...,,,,4-7-7.1--,-,„,,,;, ,. 7 1} * .D a� vim • {, xF* Lp OrtJiw % 4i] r ,..7.•,,„� .. c, _ %iro" f� i CO 59.00 60,00 ,,l 51+00 .�- ,..__....5.•412-......___._ .o \ ,, 3 I.e Z ;'',..74"--* ,J' ,.: — * T„ " rain. *s, * %+ ` '�'v is +.:.:_ �;: � ! f ,. �, 41 '* .u �z 4s . aJ ' s: L * *# _ i _=f- . «1 P „r ;,** CODE NOTES: ,�",i y rfs _ REM 0 MIT Pow m a m,wm, REM ro WEciNcra MOM�.OE. ., +...,_ ..>., ... 0100 ,. .: .. p WINO MIT P.10 MOVE PARTIAL LIGHTING PLAN 0)WINO PAI.PME TO MOM SCAM 150 I I ''l, z''',>s I w � Ne__._ Nn ' I d d s \, .f"",,,,'" -d -on,' pf d 3'I..; ,d d ;d a d d :d d s"..., d f d s d d . , ��2 0 .y o • • a ----,007-,----z-------, a t r trt � i 4,, F 11-1 t ENTRY PARTIAL PHOTOMETRIC PLAN p � Milk iotaeQ o,xar.ss AU. Ty .,.,6 0P0 amus: .. I CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD FN location: Ou,.Ner. RR . CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING a Rs. nmmoBmw,CENTER ow.¢,w.1.01.1.1.23,311 ROW BPOBB lOUE. 120 °'*'0101]12011 _ -112 N.BAY ROAD. a d,0 I/NAM ..Pon .a .® _`� ..7,"...� STA:58+00 TO 63+40 . ". Sneak 12 a 21 a wi¢E-11 1 r !„.:,'261amana”e..,,,'..'' .,,,,7,7:::.:: 1 k Ca,CFee , O mmxe uwr wic m BE aamm. ro�Cmrx man CODE NOTES 3 Z-<-::::9.1'0 J__ Re DEW_ r Y� ^'�. o x{ .a`^,�.t.�hL','xa.,» ?"r9> z0 MOW uwr vac m rrcuuu -10,4:------- ilt '— I.CO \ :::4 a Cr Dann fP.L KU m FOWL r..,» NORTH SV ....65+00 i R . _ .,a ,,, o-cswFm. 13 ----- i, M7 _. * .Or-- n —...- ':- 640216.7 E 940211.8! CHASE r . wc• PARTIAL LIGHTING PLM WAlt 120 t � "•'t — __fit � a_ . 1_ ''',,i,:,,--- PARTIAL PHOTOMETRIC PLAN Eu2E 120 d D .rEA.D.x ATvF.. . ...ALVw� zCA CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD FIM bpIk.: DRAMS, F.0. CAPITAL CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING IECIER: DR.S. 1701CanaDcwcanv0.CANE.WM NAM 1,33,1 ROW BP08B OCHE 120 otlr DN11/I017 N.BAY ROAD. MP OM IMMO ».a" ..« .« CZ! ,3,....w..."—,....1",=.3 STA:63+40 TO 65+97.33 2Awt 19 of 21 Drawing E-12 0 WTOI!E SE SHEET. pq I ■ I, y r <u ,IL WWW I' CODE NOVO.: ; I VV I .. I Ip DIMING LAM POLE ID E EMO.EL.REM m ammo KISS RR NUL i \ y �?i LL ......... ', .\i • t '" c.- 5 ©DIST.c M IT POLE TO EYNK Q ISM FPI.POLE 1G RN e1 \ " 0. * 6, I:s �z aG 0 I Ik„.----114' 532520.20'9.39157.130a 1 EuLLQSE � I . 11 lkt l. \''''ON, 5l -'22;';"`,..- 1,.., 4j S\eSI \ "-w �: :n< PATOI UM SFE MEET. PARTIAL LIGHTING PLAN MUM103 WE TOI IE SMEET. I IrI \ \ P\ 4? t' ? -'":7 1} 00 ? i r l ?3�pp ,F`. Q'AI 3.47 Vl sRylo- el y 11 � .� y ?y . y ,a a t, v 1.y.,y s MAT.LME SEE MEET E-S PARTIAL PHOTOMETRIC PLAN \,p WILD Ls 0E2110MBG D. wan.*AI CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Fir lx.LOL: SET; FR . mT.w CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING or.ocnmR., � mum rrakmm,a ROW BPOBB scum R&rue 110 o..O/1NA1? N.MICHIGAN AVENUE STA:0+00 TO 3+05.55 Shoot 14 or xT Dl.+s E_13 WATCH L NE SEE SHEET-EN s ;L_J ,)■i � • Ax 2'31.1:1•3 336473�1 4 -- ---o--— i`°° 2+00 I' ;E E6E6E1EE a.. ,_ j i ': WN.22OEL SPWEET W.21st STREET I gT =Z .•,'' �� `A.0 x 111651,E a •r 11 P -tA I ± E E]ET116 k 111-21 i t 1 .i(4 moo.240 REE%FEET i E PARTIAL LIGHTING PLANCODE NOTES: SEALS 111) 10 Ds.Dar KU 10 6E Room.REFER 10 ELECTRICAL NOTES FOR COAL 01 EMSINC Dar RUE 10 Roo* ®Dos.PPL POE A RERAN. p Kr r POC OUOE aECRO RE TRE. wmxue a@aNtxreE ::.-�-._ p yds .. �N c 1.„O i 2 a 2 44P 2 a a a - a-# / ..a « .2 - 100- .- Z.- « . « a a 0 2W5, . a .2 .w y2.12 EEa « b2 l 5REej a 22 .. 222 .22222 I i , « aa as f .l 6 2..1 ♦a , . a « aa - a 2222 .34 a Oa , a ,IT 44 t llE 6EESNEET Ed & PARTIAL PHOTOMETRIC PLAN b WEI.ISO OE61a11ER: AD. wN.RR: "� CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD PEE location owSWNn: P.a A mut.. CAPITALIMPROVEMENTPROJECTSOFFICE STREET LIGHTING 21E RS ,� ,v mnmov.E YAW..aLE,�. ROW BPOBB WALE: 1JO o..s OWYA,1 W.21st STREET a. .N.a .�. -... .. . .�. �� ,.a �� p STA:0+00 TO 3+24.13 ore 1E or 21 o..ac E-14 NAT.UNE BEE SKEET ET f I Y L — r Via_ 2.3..m� 1 '; = - =}S i W.23 y 73E1- 1 TREET ' — �� J %-1.6 1=f- \ -_ - ....— - —1 -n S.1E1619 _ e.7,52.122L LIM WORM 11 IE 9EET TAO. 3 S1 i9u .. zvx r' MATCH SNE SEE 9 E EB PARTIAL LIGHTING PLAN ens Ea. NAME SNE SFE ENEET 2. 2 a .- - - STREET VON , . sQ *0* r: 2a0X4�SaaaY aaaaa ''*: Ylaa'?- a 4.'aa6 !aaa . b f h ao3aYaa ^ _ JzaQa 6a - a aaaJa s � a ' Ya+a aaaaa - �i -�' aJa tJaa a a:aa J aaaaa - aa J a JaJ - a' a'a AA a _ Ja a a AlT7 .1L , ' , < , , a AJ !aaa � - w _ •- •• J 3 -0a ill z?a1111D21 .3 .3 .. ,m W.23rd SITEEi°"a a r a a a .3 , "' aJaaa . < - - J ro. m44445 »o ..aa . • aaaa _ J = JJJa , aa- a,JJ� - - _ ' 222229222A2 aaaaaae +x• - , , - , , aa - a 2 a a o a, aaa : a 2 JB" 3 a a a aoa a 3 a .3 a a J 3 aa a a aa saJa 2q , „ 2 :, 20_4222ao" � aa a3a3aaae a a a _ _.a ;Da33aaaJ Xa 1a ” 9-aa 3 � �f -t ) ❑a a _ a 2, CODE NOTES PARTIAL PHOTOMETRIC PLAN MNra1uE 211210122T01Ess1 .z.TUE To 9E OM..WM To uswrx VMS WALL u9 ©aVIM POR POE NATEUED er 021103 014202122 TOXOID MEM TOM SWAT Salt m 9]MN£4440=ma m SEE L. 0>TASTiNG FCC PSI TX PONDIG 30 ro a CataCE&E ma PONT EE Dux EXACT LOCATED TE MTI F➢L SFE EETIL s';10 9QT E-19. OENEANE: AD. PON " CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Fiisiwadon: DESIGNEE. FR. Tv *YBERT CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING CHECK.: R8 sEsui >o ROW BPOBB 0EUE_ 1210 °'°`OW1llA1) W.23rd STREET on w. IME Www ........r.4'1.5"..: . ...� .. STA:0+00 TO 5+53.50 __ of r ut�NDw,E-15 MATCH Ma MENEM.. d j, n Lr u o • 7 P1-7515 E^ A / II � i .CC .i.,u27TH sro ET1oa -.xr`a3 G t. . 63612272 # J `�" ISt? . .�yyr - —-- fi �- e2aeeNaa Ij^7, - -� -. MATCH Lee ENE SHEET. PARTIAL LIGHTING PLAN SCAM 190 CODE NOTES: 0 DN1NC WIT POLE 102E ENV.WEIR In arum.NOES KR XT. ©EW Nc WIT POLE 10 mN0P. ©WINO PP/POLE 10 iEN.x WORM INEEsff1.64 t I� a a w r � 2 211 a 4.A. J'I (a'a a') `f •lia III - a _ aaa „_ ^ W�2]Tj1,S EEr, 1*00 -QTe271H STREET I 32W m o .z7s - N§ ,a a a 4 oa a___,2„_..3 a `al 4 2- a e m°a PEz, - a a n i„o-1 l x 5775 rs ._ a s65 '....a' 1 MATCH UNE SEE SHEET. PARTIAL PHOTOMETRIC PLAN .rte ON UUU Feel oENN.Nc AD. STREET LIGHTING rill 524,X,.w.N� «. CITY OF MIAMI BEACH,FLORIDA LOWER NORTHBAY ROAD Fels location �,,,,,,,,,,y. FR CAPITAL IMPROVEMENT PROJECTS OFFICELI �� RS. nnm.W7aN.m„v,me....AKAA.,s ROW BPO88 ow. 110 °^`04/12/2017W.27 TH STREET MTV n.mo. �� r� -� ,.�.R. ���v. STA:0+00 TO 03+24.22 Shea 17 of 21 Orrin.E_18 1 F ,2S-3.51313.0.3.4.00 4 r, . E Y]nMK1 / . L.p '/...1Y, "j�L© iniP1-112 --'' CODE NO1F5: - ip mcsnoua r ac m a mvo ma m aroma.COM 0 00 1+00 :0 'w 0 w 23,1 STREET' p 02.0 MIT POLE m KIRK 0 MONO F.P L POLE TO ROAM. BNAac "EwinPOWER i-'ym_ ice_ —..�.uw_ _ , sexOqd, \ m RCE HO wC.MEW POLE CIRCUIT AS : I � tea s. _ . ' \ e. v 4- '; 4F> .P '''''.,,,,,,,-.,,,',,',', < ,,,,, '.f .,:: L,Pf r';',':::. ''' PARTIAL LIGHTING PLAN rm 1r r." gI • _ -.__ - _ � a ^ a 4 mmP. a ' ,oa _ a , _ -o� � , a., a'aaaaa , wa "� 2 _ aYaa s a"a w .7, a'a„m `0 co a s .C, , . I 1 - aa — a �:. a = = = = a s , r AREA PLANTED KK. F. PARTIAL PHOTOMETRIC PLAN SC.:Is. i novae An. Q...,aa CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Re location. o waxer FA CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING 01120210R3. IVA 710 ROW BPO8B 29th STREET WAD .11007!2017 WI rl.av � .Z:1".'''.7:=sd r __ ....,�..,a..... STA:O+00 T04+00 sheet le err 0.4.E-17 J L ,z;;:z'',,; ,;§ , * - :,',, ' If , :0'. .': ew �J I_I.—_—_T —.— J a?,MO P1-001 T NOTES. To 9E \� PI 5'7.9— ♦ n->'n p1 oaix KNOW Ewswc POI.SUPPLY � e.1a masa a`q£ 51 '� s,co OO MOW ua,Pae roauu.. $ z,,,n_.�wEu _ _._ .s. i ww.eq STREET ,.� Op EMT.FPI.POLE TO MODE a 1 ,.» ''''f 7 - . -,.a-1\ / as 0 Fs-70. „� NM V1-911 o i:; R 1 PARTIAL LIGHTING PLAN SC*120 ., i - ,, , -'..!'il! ,_ t ,,,.,..,,, w �. < listimillmingimall, 51 z i -• a air EP ■ sa .2 .,:i ,V-•7, ter 11 PARTIAL PHOTOMETRIC PLAN SC*120 Peet DE.unRa AD. w.,� .. CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD Fl1.ioe.eon: wuww ev. FR waw,P. CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING assaax 0.S „oo CONVENT.c aw.c MAY wPKN.PLa,a ROW BPOBB A .cwe: 129 Ds 01R2/2017W.29th STREET ,. 11011111014u�.w• ."..1" ._ -.�.�-. STA:04+00 TO T+20 M. aSI 19 se 21 Do..9y:E-18 OMNI g. I 11 0. 13 II, 1) ' 5.1.2 LIF '' 7' °`' F' Illllllllllllllliiiiii ° � I: I s.aamrmni a,c ruw ax i., PM • —ice I iJ. +, ars �_� �.� �._ . ..o. ,e . .a.. ..�511.4.11940..VAS , as 217ao 11 FIC �r%Cay ��. ® 110 .om,�.1�:,.' 010.COM0 1 TYPICAL LIGHTING WIRING DIAGRAM 2 CUALIE PULL BOX DETAL 3 DRENCH DUAL 4 GGROUNDPIG CONNECTION DETAIL IA COM a ,,TENCH as N Al 0 1 Pg.1'P.0.111 MO IR IIIA 1111no s mow goo�� , i i IIIII d-n=11 �JyF-nil-1'ii-1I=I,JIT" j - + we tom 01.m.9"oc`�`"oc�u PIAN VIEW —A —— I�a=n 7.n,1,.. .. n=n *�a span AL 111 nn a wa z::,;°'r , �� ��r�n,CIROI _COD®NOTES: „ ...,. r I •a7..�«Inx.0 OO _ Ours r ., R '� I�� N h. p °,+w"n,,;�� � (21../.` �.al_ .nae c«,.H.u.a.,MOw $;(4.1111 n,.a.,..,.m.. /1/11011110.1 Pg o I .,AtAlp 5 SEE LIGHTING SERVICE POINT-STRUCTURE DETAIL B FLEW STE LUMINAIRE&POLE DETAIL _..- 7 POLE BASE DETAIL ..._ oaavEle AD. eew rvuwz `, CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD F0o location: ae.xaw: FR CAPITALIMPROVEMENTPROJECTSOFFICE STREET LIGHTING 0.8 m _ nmv.oaoao.rvE aaieF.a��av ROW BPOBB lbae N.T.S. 0..OWYl01T 74 DETAILS snnc oa• MINN a./MOM .A.,-......,.. ..e. .e. - �..a.�.,�. m of 21 pawing:E-19 ' " POLE DATA POLE D" P1 . ,.n - ., ...I. r. .w. �. .m , 11-314/01 12311.11 ..00000 (..vara r .I`°"1 ,: ..e.,n... _ - —n rFrn-a� ,00. 7 1101.5 fT-1,0010 0101 T1 10.0.117 SO/ • I ;iii 11• 11011,11" _0,11 -01011 SOO ^. r0.0 " 0I ff- la te, ,-.,: — �.,.0 ® r �� f . « . y inme •i� q5. '-,0or E •.niu WILT m I,.n 92. WPM" WPM" , as: vi Of µ� .1 j � ` fl-Orthii01 n� .,F.,P.ISt -_0—.Z. S1I 'O I / I.r -.. ®s s�i.r 0 400 WPM" / I E 83830130 .a. P-H .4 u R.,. 04.14 RD lD t. I �. n ,10).xt , .w ''n nnr w.neso T1 .mT am n *JAW.. M- 14,010 iu'°ii ,�. �rS amy..ii aar fneM .-ii `a.wir 0.10.1 zs I _ ms -,�.� '. m 8 S5i _ ALTERNATE #1 PARTIAL LIGHTING PLAN SOLD 120 DE.Or.R AD. CITY OF MIAMI BEACH,FLORIDA LOWER NORTH BAY ROAD File BD Den: O..a, F.R. ........r..� ' CAPITAL IMPROVEMENT PROJECTS OFFICE STREET LIGHTING R.S.MethEit nmm.naenx m.rmw.re,rw...0111,..n,. ROW BPOBB y.. 120 [�—`-'s/ aev°Mans, LUMINAIRE POLE DATA! ..<.e -. --- NO .r. ...w ��, �_• . .e. .m, . .....a�.a PANEL SCHEDULE Sneer r of 21 Dn.elrro:E-20 ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by FEI/EIN Number Page 1 of 3 Honda Department of State DIVISION OF CORPORATIONS I.:"... I)IVElltis l of 191 ,- .org cIofdlpo ,,,,rig, L ..../�""" 7,.r......� ra,t rr//lc,rtt Jftat of Ronda wt,lb ire Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation HORSEPOWER ELECTRIC INC. Filing Information Document Number M12222 FEI/EIN Number 59-2502221 Date Filed 03/06/1985 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/23/2015 Event Effective Date NONE Principal Address 8105W20AVE HIALEAH, FL 33014 Changed: 04/15/1997 Mailing Address 8105 W 20 AVE HIALEAH, FL 33014 Changed:04/17/1998 Registered Agent Name&Address NUNEZ, RODOLFO, ESQ. 255 UNIVERSITY DRIVE CORAL GABLES, FL 33009 Name Changed: 09/23/2015 Address Changed: 09/23/2015 Officer/Director Detail Name&Address Title PT MARTINEZ, MICHAEL 8105 W 20 AVE HIALEAH, FL 33014 http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 8/1 6/2017 Detail by FEI/EIN Number Page 2 of 3 Title D ORTIZ, HECTOR M 8105 W 20 AVE HIALEAH, FL 33014 Title D ORTIZ, HECTOR P 8105 W 20TH AVE HIALEAH, FL 33014 Title V MONDELO, JULIO 8105 W 20 AVE HIALEAH, FL 33014 Title D KONDLA, RICHARD 8105 W 20 AVE HIALEAH, FL 33014 Title S MONDELO, LIS 8105 W 20 AVE HIALEAH, FL 33014 Annual Reports Report Year Filed Date 2015 04/30/2015 2016 04/26/2016 2017 04/26/2017 Document Images 04/26/2017--ANNUAL REPORT View image in PDF format 04/26/2016--ANNUAL REPORT View image in PDF format 09/23/2015--Amendment View image in PDF format 04/30/2015--ANNUAL REPORT View image in PDF format 04/07/2014--ANNUAL REPORT View image in PDF format 04/04/2014--Amendment View image in PDF format 04/12/2013--ANNUAL REPORT View image in PDF format 04/19/2012--ANNUAL REPORT View image in PDF format 04/15/2011--ANNUAL REPORT View image in PDF format 02/11/2010--ANNUAL REPORT View image in PDF format 04/14/2009--ANNUAL REPORT View image in PDF format 05/01/2008--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 8/16/2017 Detail by FEI/EIN Number Page 3 of 3 04/10/2007—ANNUAL REPORT View image in PDF format 04/06/2006—ANNUAL REPORT View image in PDF format 05/03/2005—ANNUAL REPORT View image in PDF format 05/04/2004—ANNUAL REPORT View image in PDF format 04/07/2003—ANNUAL REPORT View image in PDF format 02/15/2002—ANNUAL REPORT View image in PDF format 04/26/2001—ANNUAL REPORT View image in PDF format 05/21/2000—ANNUAL REPORT View image in PDF format 04/16/1999—ANNUAL REPORT View image in PDF format 04/17/1998--ANNUAL REPORT View image in PDF format 04/15/1997—ANNUAL REPORT View image in PDF format 04/23/1996--ANNUAL REPORT View image in PDF format 05/16/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 8/16/2017 City of Miami Beach ITB 2017-143-ZD Lower North Bay Road Lighting Horsepower Electric Inc. 8105 W 20 Avenue Hialeah FL 33014 mikeahorsepowerelectric.com Ph. 305-819-4060 Fax. 305-819-4222 FEIN No. 59-2502221 A Florida Corporation r' Michael Martinez President 05/18/2017 Table of Contents Tab A: Identification Page and Table of Contents Tab B: Minimum Qualifications and Requirements Tab C: Financial Statements i. D&B Suppler Evaluation Report (To Be Provided Upon Request) ii. Financial Statements (To Be Provided Upon Request) iii. Bid Guaranty iv. Letter from Surety Company Tab D: Experience and Key Personnel Tab E: Bid Price - Price Form —Appendix A - Bid Tender Form - Supplements it `i STATE OF FLORIDA 'tt `" DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD (850)487-1395 .' 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 ORTIZ,HECTOR P HORSEPOWER ELECTRIC INC 8105 WEST 20TH AVE HIALEAH FL 33014 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 '.< STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque ' k-._` DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong PROFESSIONAL REGULATION Every day we work to improve the way we do business in order EC0001153 ISSUED 09/04/2016 to serve you better For information about our services,please log onto www.myfloridalicense.com There you can find more CERTIFIED ELECTRICAL CONTRACTOR information about our divisions and the regulations that impact ORTIZ,HECTOR P you,subscribe to department newsletters and learn more about HORSEPOWER ELECTRIC INC 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. is CERTIFIED under is provisions of CO 485 FS and congratulations on your new license! F19B3O,oie AUG a' "e uec>c-,ccoyc a DETACH HERE RICK SCOTT.GOVERNOR KEN LAWSON SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARDrt vr1% LICENSE NUMBER -' EC0001153 ,I. " 1, The ELECTRICAL CONTRACTOR Named below IS CERTIFIED ,'�''..'�'t+a -fi r ,/, Under the provisions of Chapter 489 FS '_, ` � $ Expiration date AUG 31 2018 - r,iii . �- ^� ORTIZ.HECTOR P ytt HORSEPOWER ELECTRIC INC . 8105 WEST 20TH AVE .. ..i541 � ; HIALEAH FL 33014 _ `i :. ..E. CI: �. r 'r.4.•rr ISSUED 09104.2016 DISPLAY AS REQUIRED BY LAW SEQ 4 11609040003093 "4:1.-"'-`, STATE OF FLORIDA ', ,A,* DEPARTMENT DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I �/ ' CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 l ' 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 MARTINEZ,HENRY GEORGE HORSEPOWER ELECTRIC INC 1049 READING COURT WINTER PARK FL 32792 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 '4+xSTATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque :44' ' DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order CGCB01285 ISSUED 08/23/2016 to serve you better For information about our services,please log onto www.myftoridalicense.com. There you can find more CERTIFIED GENERAL CONTRACTOR information about our divisions and the regulations that impact MARTINEZ,HENRY GEORGE you,subscribe to department newsletters and earn more about HORSEPOWER ELECTRIC INC 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 S F serve your customers. Thank you for doing business in Florida. is CERTIFIED under the provisions of Che89 E.psatwn dela AUG 31 2018 L16C489 02963 and congratulations on your new license' DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD , LICENSE NUMBER ¢ ", CGCB01285 �:^-+ The GENERAL CONTRACTOR • Named below IS CERTIFIED ', w - -0,4' Under the provisions of Chapter 489 FS :-..;,‘ZZ—Hl-,,"1/4-44,, ��"}"�==�'' Expiration date AUG 31,2018 "" fr , MARTINEZ,HENRY GEORGE i•s ;, HORSEPOWER ELECTRIC INC . y, , { 1049 READING COURT , • •: WINTER PARK FL 32792 ' } ' O EI ISSUED 08/23/2016 DISPLAY AS REQUIRED BY LAW SEQ S L'903230002963 AcoRD® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) `.-.. 3/28/2017 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(ies)must 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). PRODUCER CONTACT NAME: Sandra LaRue Frank H. Furman, Inc. PHHONEo,Eet): (954)943-5050 FAX No):(954)942-6310 1314 East Atlantic Blvd. E-MAIL ADDRESS:sandra@furmaninsurance.com P. 0. Box 1927 INSURER(S)AFFORDING COVERAGE NAIC# Pompano Beach FL 33061 INsuRERA:Zurich American Insurance of IL 027855 INSURED INSURER B:American Guarantee & Liability Ins 26247z Horsepower Electric Inc INSURER c:Bear ley Insurance Company, Inc 37540 8105 W 20th Ave INSURER D INSURER E: Hialeah FL 33014 INSURER F: COVERAGES CERTIFICATE NUMBER:B: 17-18 AtJ/WC/PL REVISION NUMBER: 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. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMMIDD/YYYY) (MM/DD!YYYY), LIMITS X COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE X OCCUR PREMI ESl aocurr 300,000 PREMISES(Ea occurrence) $ X GL0017575202 7/16/2016 7/16/2017 MEDEXP(Anyoneperson) $ 10,000 PERSONAL&ADVINJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000_ POLICY X jECT LOC PRODUCTS-COMP/OPAGG 5 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT "$ 1,000,000 (Ea accident) B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BAP011393602 3/31/2017 3/31/2018 BODILY INJURY Peraccident $ AUTOS - AUTOS ( ) X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accident) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 5,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTIONS SXS647832103 7/16/2016 7/16/2017 S WORKERS COMPENSATION X STATUTE 0TH AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT 5 1,000,000 OFFICER/MEMBER EXCLUDED? N N 1 A B (Mandatory In NH) WC011393502 3/31/2017 3/31/2018 E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1,000,000 C Professional Liability & B0621PHORS000317 2/4/2017 2/4/2018 EachCIaim $2,000,000 Contractors Pollution Liab Aggregate $2,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Miami Beach is Additional Insured for General Liability. GeneralLiability contains a waiver of subrogation in favor of the additional insured. All as required by written contract. CERTIFICATE HOLDER CANCELLATION MilosMajstorovic@miamibeac SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. c/o Procurement Department 1700 Convention Center Drive Miami Beach, FL 33139 AUTHORIZED REPRESENTATIVE Dirk DeJong/SL ,.(&---d` .cC ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025 12014011 0 0 d .�-� t ::: N - .~-. C - N :-i .~i ti M-1 • - - N N N m N m j O.- 0 0 0 O o o O 0 0 0 o O O O o o O O ` .E.I N V N N N N 0 N N N N N N N N N 0 N N N N au Y. eit w m oo oo o O O O O O -+ ti .- ,-. rN NN u mO O 8 8 Oo OO co O o O o O O o o o o o o .- o o a! O N N N N N N N N N N N N N N N N N N N N N E a. ao. V V 'Y a C C a ° .n .5 ° o O ca o ° o o tD S u 0 3 v a. a a NN L - w >. O p m C , u C N C C C C Cc of a p u 0 0 C DI 7 a s 4 W -0 . W w `° - 071 4) o .0 0 o t v o v ,�', v V Y �' S v Y 3 0 V u U u o p c c E ` v ,_ `! N al ✓ v v c 't v c 'v. E •C 0 c W a v y as �- v a Ti p o a a o m u q m v m .„ 3 b v m y c m y m y V .n m a+ u 2 5 n0 a 00 m 'o 00 00 0 Y 0 I- v a; o 0 0 ° O E ` "' o EE Y 2 C C o 5 a 1..•. o IL 3 c o !- u41 u S m° o E 0 o o m 0 Zc C 0 4 0 ° 0 C Z• o 23 4 .5 2 23 u 3- 2 u m u u m ULE u H C v y .t v cm 0 o7 =�nC o w m y 0o = - m `n u c VcE5v mC C c V o m E y E ..fl ..- E o c m 0. M m ? a i -L ° O ° flV 6( C m °L ° 0 an 4 a '° ONw « > .3 p .'In c m c 3 c v o u u w > 3 ° E t @ o O C c t w 4-4 MI N " , � cmL CW c 4 N m .. Nam c Q 4 3 p -0 o E 't y 'CI 'co N c V7m m 7 0 my ` m o « C u `>• o ov z c c v v CO ° v °6 u vm m 3o v - ' '-� c v m N a$ 8 ci ° m x vl a m mc o E o m E v 3 E 075 cc a o z. ba LL E s ` WI re ` m °° E c3EC �^ c Y o c E t O 0 3v u c a 'g y o o 3 c 4 v oovm u E o o c ., ° y E °o - m o > c E c a w C ...2 m LE « _ c u Y v mo > > 0•z m $ •o E d o .. . 06 > 3 m o 0-, c . ma c =` a : ° > u « � - 0 v • u m ' yW 7, to T L • _ o a0 N 'uv E uo E „ cC 6 a D 't c ' c N _ > c5 0 m u , m . � « v v m ._vm - .p v a c E m «. ,, C o = u m v c 2 E . > va v E > « a vd m $ « m m v E 2 oa Ccm 0R _ m eC r, EC3 mc y . m'. o n Em cc m y - 2 c y .n a ° a mm m m w o n m mm c m5 m m 0 . >- vv 0 V4 ° ° " c c3m u m • aac c t > o > o - N ' m v' 0 0 C N m E 'U v • , m W « E oc v u _l ca > Lmm - C « ym mm E4. o '' 0 w a E 0 co 3 So y pma o m m a= t 3 a :c o cc vm yvV v o Q mm m mr. vmma m c V v CFW m m 1,- m Cm 0UU0FiL 'p d d ma ,- cu . =a L CC Om Od' jm D c CLC m, c 01 N5 N« N cH •/, c '0 m al m u m V L E ' N •@ uc ' v 3CNc .'1 .0 'U yp pm cm C a/ C m -0 = _ u U E O C Cm 0.1 � - Ol ` m Ymm L pc m u q 0 V1 N 0, 2 m EC cuu n u 2 c O ° sc@ '^ - c 2 r av v PO S vC fflil1Ii n 5 N a :m- o « wmwvc 0 v cE > 35 -iv c . m . vcYo ,, „_ 2 ac C f- u 'E E m m Z' o u « °d , v, m m > mc - o L c c o u C 0 u m o al _ U C la 0 a ° ou >m 2 c C NE ` ° vLu c• E. c 5 ua• @ - o 50m VEcCE 0 3 ° 3 ° mo a vm @ "5 _ c c Q c m 5 v al 'a ' C Ca = mwv C . y c o 2 2 a) o0 . u v m - E .. c ° a o2 » -,,i, c Vc c « .o « a 0Yv � m .J' " .03 2 2 o ^ c s m .6 ^� „Co v " u 3 o.., au o m _ o _ c a a+ c 5 c ,JL 'c m = o m cm o -L cv 4) w01 cal o ' o0a c . cm ) mo -° vu > chpuvin u ,. - W e o a o- -0 ,, (U ay c c co. ` vc c « mi r c c > m • Lo 4) mCo ^ lm vy o •c oc o • oN E T ° ° m Oa m m m m v mE > 3 • Lia5 ° 3a 0 5 Cmcv5tvu mm a al z - o -0 E - .0 = = 5 a ac u ° m o v E E JNocY m ¢ m r v ✓ > 3 E . oc 5Ev `: E Lv ° E Nm a 5 > 3 .Wm > To is m ` c Y 0. y a G 3 • O O z' m dO .O Omm . 0 . C 'O CC CC p 0`1 87 . ,..,. 5 0 H0 , v O u m al U 'p my E 0. 0. 11 F- fa u 2 °•..n = ° O . V m u ° a O « m 5 c. C C N in 5 E H a m 2 5 O` N ° c w c m > v at o o p a y " c 6"i '� m % 3 N co 0 I. E c a C m s+ m a C C C Cl O 0 .c m c u. 0 y m F.5 .c 4) a• 82 4 0.2 C m aci aci o ,„ ` w O m " Z- ° -+ E E a t a, c a 1. 3 w u m i > .v • m H m c a a 2 L u N o E c a >. •O c m m O 2 m C C 5 U u C T a a. E W vim, N. O v C ` a K cc c ti U v Z 'o La), Y o m 0 zo ° no no O V° ° c y a m e Q 7 0 m t r Lel.c v C v 0 c ° u 3 'p m O O C W a Vf m m 'o 'p O a/ c 'm a m Y O al cc u 0 . 0 y C c E m y J J a u w 0 z E m a to C ; N 0 Y •E C a as V H a' W W C a •a L Q ,.. L N N N Z �°+ w cc m 3 0 W LJ p N m as m pa C i6 m 01 40 G J C L a N 0 y �'- m5 3- t t m P w 4 m m til oo 4 C ..4 .n o o -' n al '' VI a v 0 « 3 o O L O c 2 v O a z cc o c E v ca F- • v LL ° �- ° 0 �O 0 Q m 1- al 0 m 0. L p m :L.'. 3 0 > `l m 0 0 a a U a u. c a m u_ CC 4 4 .n I- 2 cn Z � O in I 2 .mu 0 0 O N N co o ,00 z - N .0 .0 .D 0 a ul 7.1 60 V LL m m Lu W W W m 00 N m O W ' a 1- O a a .m-. O a 8O 8 O a sc. a 01 z z z •r1 .1 z cr) al 0 O 071 o 0 Z 00 Q m z O14.1 00 ,0 Ca tiS 3 3 .C`a oN C NO a0 NO ul z O M 5 O3.1 - .m. G 0 ° c'..,3 m r' m a a Z W O o o N Z 00 O Z .0 Z .0 'c Z O p z Z # p u U U U O u 0. U N a+ N ,y U u h u U air /- !- 1- z a = 3- y v w a 0. a as t- v C ` F- c c ao 0 0 rJ ca o o ott ¢ a a a s 0 < ca 'o c o 0 0 0 0 a 0 0 0 2 1 V 48 0 0 0 0 a. U Z u. L. m 0 CO a a LL 1 0 a.` 0 Z LL. Z U Cr a V C O N M N N Q Ln In N CrC R O lD •C C C C ^ LD ,O C C C C C C C C C C 4 a, L d O O O d v N `! `l `! O v v v o n o O O O o O 0 0 0 0 0 0 = �- O ~O O N N N N N N N IN N J N N N J J J J N 04 N J 3 J J J J J J J J U U U U U U U U U U U U U U U C m N O N N 0.4 N en en M 011 001 M M M M V O V) tl11!1 Ln t0 1p tO t0 40 In 40 l0 l0 l.0 n l V m O O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 a/ 0 N N N N N N IN N r, N N 0.1 N r.4 N N N N N r. N N N N N (N N N N N O a Y 0 J O .O3T T8 8 _ T T v 3 L 3 3 O £ LO c m c uu , y LL OO c Oa c 3 zL c = D Dox 'O Cm x p x N 0 2 a > T '> > '° ° nvmoc > > '> m m m " J wJc OcJ Yp Oi p 0 0 u o � c p J gyp oc m O c c O o G O a/ U J OOO0OO0ac L v JO0COOC> U « C U '« 0a/ v 2 0 NW 'j N C m v 2vv ` � Q> 33 o O cv1. + 'vz mLL ` t = = Z a ` a ` c c n a (_ o ; 0 o T N 0 Qz p UU —M C. 6 V d z y.m 0 m Cu :, m OU) m m v> -.c 0 d it y CU CU CO m 7 _0 0 m o O 0 F to Co 0 0 0 F IN N 0 Co m O N F a) o CO O 0 Co N 0 7 F CO CO Co ti O Zd. (N_O.0 O)C 0 N F O OD m 0 N 0) 0 =` 0 Q CO CO O a) CO F. N-h Co N O O V m N. 0 O N. Co 0 O CO Co F a) Co '- O N r C YG U CO N N 00 M O) (0 x- N N )!1c N a W a v co .c i,-. 2 N N co J o d D' ue . .c p ° °% U 2 Co U N z a ov m m o ° El d Co 0 s M C m 1-E, °- g 8 0000 .0 )() OV 0 N 0 F O O M CO O J OE F 0 0 V' O O M (. F o 0 o M I- O 0)(N O 0 Q 2 M O Co O(LI t0 0) Z 0N.-,00 Co O) N m It iU,O O (O O 0) M O iy,0 O O N toN M 0) O V as RS O 0 0 N O CO o U7 y O CD m C co m co co N- (0 O ES S co 0C M m M CO 0'�^ C 7 m MN N N O ).- F Q U d �^i W U d am) CO O L G tr) Z U N Z U a i 2) Z d ` q CCq 0 0 0 mZoom E o Q U = o y) 0 0 0 o Zo 0 O Pr LI 0 0 0 0 0 mea Y vv" Y y 2 = d m m Cu Ce .+n 0 Z a o 2 V N w 0 0 w co- a m _ 2 w cr O TCr 20 0 z0 x w0 Q Z t-o n O Q O J 0Q T d y tn V =t- 0 0 C o00oV O O p O O co OYVVM OOMCD 000MNOOn E..w J MO d a co O N O(0 to o N . CO),- N a) N CO Z CL Na) O Faa Ce'i...: 6 u ooi(li 4:F OONCf,v Maiov 0 c r N'mm pp N0F. 0, 0 ply vm .-FN � M(o� _ O o F m o) M m co 1- ,-- t P N- Co Co Co J O E °-a) (a o m F N Y- .- m- 7 E L O O 'c m OF j UF: Fn O OFCD N o M gp0 a QQ O J U c 00'C W f )- F v vm, 2 0 d z 0 Q F 0 « D 0 E a 0 0 0 0) Z O c O L c7o 0W Uu) W1- o 2f».2 v L- c z E' w 3 Q U O c .c 0 c N`) d a(D a! o 0 o 0 o c cn c` u, c m 0 3 Y occ o Qg Co U in m < qcq ? o m O c �n a m m W Y 3 v 3 o z LL o t- g o (-is' a c D_ Z m C N E m LLO c 0 W cu coma, ,7 a. w o' °.) N C7 % ' O a r > m >.C w c �._ w p Z (n c OOF �'D'o U) D o o m Ff a m m a 0< m Uos w�60 w m E °c_)a) N O a c v m ° c Q ° c�,a) `. 0. co) 4 o co c JW m�co =ao. o;„. 11 mCym > SE > �� Em 0 0. "" c.c o y a) d' c 22 N o c o o'E Yp O N v1 ‘t ceZw c cc,0 Lo62 Op Q 502ct oUzn 3M Q= < u a 3 cn Li) CO 0 U Z'... ' c ° c r m a U a) �d 0 LI O 0 > > o m m u, m zz EmEUU a cLY ° E (��a u r a Q�r� cc r. �¢'aaII d8 ' � o K O N ill C O 'o c'- V CO co N I i dUj 0 0 0 a, O O O O C y C C Y 0 - 7 7 U p O Z O O M a wwwun—w J VUUmm 0000 u g ,0. C > > U. C C a. al N C a) C C c C 0 ID E p o o 0 0 0 0 0 0 ,700 a, E E n U)Y m m co Y U N co N N ro co Iii m o m a W d' N N Cn(n Cn U) W 2 'C C C N C N N N N C «O 2j _ ____ U �.)o u r C C F- F F F N p N Cr. c m G N N N N w c x o)o) W'm (a o)ca o)o)o 0 F 'o r c �p 0 00 c) 2202 to u)in to 0z.o aU o REFERENCES Contact Name& Client Name Title Address Phone E-Mail Scope of Work 19200 West County Installion of decorative Club Drive Aventura FL street lighting on Biscayne City of Aventura Mr.Antonio Tomei 33180 305-466-8923 tomeit@cityofaventura.com Blvd Design-Build-Operate- Maintain esign-Build-Operate- Maintain Contract for Street Lighting Design,Installation, Mr.Genady Beylin/Sr. 444 SW 2nd Ave 8th Repairs and Maintenance City of Miami Construction Manager Floor Miami FL 33130 305-416-1233 gbeylin@miamigov.com Citywide 2599 South Post Rd Street Lighting Repairs& City of Weston Mr.Karl Thompson Weston FL 33327 954-385-2600 kthompson@westonfl.org Maintenance Citywide • Commercial Insurance Programs • Roofing Contractors insurance Programs • Captive Insurance Programs FRANK H. • OSHA Compliance • Claims Management INC. • Loss Control INSURANCE • Human Resources Consulting • Construction Bonds RISK MANAGEMENT • Employee Group Benefits EMPLOYEE BENEFITS • Personal Insurance • Condominium Insurance May 18,2017 City of Miami Beach c/o Procurement Dept. Third Floor 1755 Meridian Avenue Miami Beach, Florida 33139 Re: Horsepower Electric,Inc. 8105 W. 20th Avenue Hialeah,FL 33014 Project: Bid No.2017-143-ZD Lower North Bay Road Lighting To Whom It May Concern: We are the Surety Advisors to Horsepower Electric, Inc. of Hialeah, Florida. We have had the privilege to provide Payment&Performance Bonds for Horsepower Electric, Inc. since July 2011 through QBE Insurance Corp. QBE Insurance Corp. maintains an A.M.. Best Rating: "A XIV" EXCELLENT and are listed in the Department of the Treasury's Federal Register("T" listed). It is our understanding that Horsepower Electric, Inc. intends to submit a proposal for the above referenced project. As a result of Horsepower Electric Inc.'s current financial position, we are pleased to be in a position to entertain single job limits of$25 Million per project,with a$50 Million aggregate bond program. At this time, Horsepower Electric, Inc. is in good standing for all their Bonding and Insurance Coverages. Our experience with this contractor has been extremely favorable. We recommend this contractor and are confident that you will find them to be highly qualified and responsive to your needs. Please feel free to contact me directly if we could be of any further assistance. Sincerely, tid O bt*-D Robert Menendez Attorney-in-Fact 1314 E.Atlantic Boulevard•Pompano Beach,FL 33060•Phone(954)943-5050•(800)344-4838•Fax(954)942-5304 www.furma ninsurance.com da WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE BLUE BORDER QBEPOWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS,that QBE Insurance Corporation(the-Company"),a corporation duly organized and existing under the laws of the State of Pennsylvania, having its principal office at 88 Pine Street, New York, NY 10005, has made. constituted and appointed, and does by these presents make, constitute and appoint Dirk Douglas DeJong, and Roberto Carlos Menendez of Frank H. Furman,Inc.of Pompano Beach, FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of financial guaranty insurance,to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of New York, without giving effect to the principles of conflict of laws. This Power of Attorney is granted pursuant to the following resolutions.which were duly and validly adopted at a meeting of the Board of Directors of the Company with effect from June 30.2014 RESOLVED, that the Chief Executive Officer, any President, any Executive Vice President, any Senior Vice President,any Vice President,the Corporate Secretary or any Assistant Corporate Secretary is authorized to appoint one or more Attorneys- in-Fact and agents to execute on behalf of the Company, as surety. any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority and to revoke any such appointment at any time. FURTHER RESOLVED, that any bond, recognizance, contract of indemnity. or writing obligatory in the nature of a bond, recognizance,or conditional undertaking will be valid and binding upon the Company when(a)signed by any of the aforesaid authorized officers;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and agents pursuant to the power prescribed in his/her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and FURTHER RESOLVED,that the signature of any authorized officer and the seal of the Company may be drawn on or affixed by facsimile or electronically transmitted by email to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance,or other suretyship obligation of the Company,and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile or electronically reproduced signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal he'+eunto affixed this December 21,2016 Attest: QBE INSURANCE CORPORATION (Seal) Ely: S, , • By: Brett Halsey Matt Curran } Senior Vice President Senior Vice President STATE OF Ft-ORIDA ) )SS. CGLiNTY OF S_MINOLE I On this December 21, 2016, before me personally appeared Brett Halsey and Matt Curran, both to me known to be Senior Vice Presidents of QBE Insurance Corporation. and that each, as such, being authorized to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporation j, each as a duly authorized officer. USA M PARENT /1/y COMMISSIONTA 41 /1/ / (/Z� sAj Plight Sts, Lisa M Parent,Notary Public N FF FF104 10425252 EXPIRES 5116/2018 1(1140E0 rHau,eae noLatty CERTIFICATE I,Jose Ramon Gonzalez,Jr,the undersigned,Corporate Secretary of OBE Insurance Corporation do hereby certify that the foregoing is a true,correct and complete copy of the original Power of Attorney. that said Power of Attorney has not been revoked or rescinded aria that the authority of the Attorney-in-Fact set forth herein,who executed the bond or undertaking to which this Power of Attorney is attached. is in full Scrce and effect as of this date. Given under my hand aid seal of the Company.this 19th day of May. 2017 (Seal) '► By: tz . A ��—��� Jose Ramon Gonzalez,Jr..Corporate Secretary Horsepower Electric Inc. (HEI) is a Florida State Certified Electrical Contractor #EC0001153 and General Contractor#CGCB01285 headquartered in South Florida specializing in: • Roadway Lighting Maintenance and Construction. • Traffic Signalization • Red Light Camera Installations • Intelligent Transportation Systems • Energy Savings (LED and Solar Solutions) HEI has a fulltime work force of over 50 employees, most of which are International Municipal Signal Association (IMSA) certified Traffic Signal and Roadway Lighting Specialists. HEI facilitates a staff of more than 60 electricians, engineers, designers, technicians, and equipment operators. Our achievements are driven by our experienced leaders and talented employees within our company. The way our company cares for, develops and encourages our people is an important part of our culture. Our approach to delivering projects is complementary, which means that we are able to put together the best groups to form a tailored project teams to deliver to our clients. We understand that typically no two projects are exactly alike and we have the experience and depth of resources to customize our approach to meet our client's needs. HEI has provided professional electrical contracting services for many governmental agencies throughout South Florida which have included: • Broward County • City of Miami Springs • Miami Dade County • City of Homestead • Miami Dade County Expressway • Florida Department of Authority(MDX) Transportation (FDOT)— District 6 • City of Weston • Florida Department of • City of Sweetwater Transportation (FDOT)— District 4 • City of Aventura • Florida Department of • City of Sunny Isles Transportation (FDOT)— District 8 • City of Key West (Florida Turnpike) HEI owns all the necessary equipment to perform the services required on this project. We have on staff a full-time mechanic to maintain the operation and safety on all our equipment. HEI has an excellent safety record and strictly adheres to all safety guidelines and standards set by national, state and city regulatory agencies and trade associations. We ensure the safety of all our employees, customers and people affected by our work. HEI has developed its health and safety policy and arrangements with the assistance of its professional safety consultant, and undertakes to monitor the safety performance of all of its operations. HEI meets and exceeds the minimum qualification requirements described within the Contract Documents of this Invitation to Bid. Q N 0 N U 4.) CD'i (0 U N •'—+ C C in ..� — p SN U 'Q CC ` C C C C 'U O in i C) MC � •—, Ca U CU 0 O C d • � U O o LI! a) c .0 W W ,"� 3 c 2a tea) _ � w L0 o _ 0 c 3 p c 6 T a? Z o n o m o a L cn O 0 . C ami N U c m vim) J ct = c = -3 0 `J O 7 1.) 0 Julio Mondelo Project Manager Employment History: Professional Qualifications Julio Mondelo has 20 years of experience in the construction and maintenance of traffic 1995—1999 signalization, roadway lighting,and intelligent transportation systems(ITS). Mr.Mondelo Horsepower Electric,Inc. oversees all phases of a construction project from initial planning to completion. Mr. Mondelo Foreman supervises the field construction operations and work with the project manager to complete the 1999—2003 work on schedule,within budget, and to ensure to the quality of workmanship. Horsepower Electric,Inc. Superintendent Professional Experience 2003-Present Horsepower Electric,Inc. FDOT Contract E-6E02 Miami Dade Traffic Operations/Pushbutton Construction—Push- Project Manager Button contract for Traffic Operations projects and miscellaneous construction at various locations throughout Miami-Dade County including drill shaft and structures,traffic signals,traffic controller cabinet,sidewalk and curbs,milling and resurfacing,signing and pavement markings. Certificates: Contract Amount$1,060,233.00. 2008-2011 -IMSA Traffic Signal Senior Field FDOT Contract E-6E52 SR-5/US1 Overseas Highway in Marathon—School Flashers. Technician Level Ill Contract Amount$683,826.00. 2008-2010 -IMSA Work Zone Safety FDOT Contract E-6E72 Limited Access Roadway Lighting Maintenance and Repairs— Certification Program Providing performance limited access roadway lighting maintenance and repairs on SR826 (Palmetto Expressway), 1-395(McArthur Causeway), 1-195(Julia Tuttle Causeway),SR9A(1-95), SR913 and SR970 in Miami-Dade County.Contract Amount$678,623.00.2008-2011 City of Weston Street Light Energy Conservation Program—Citywide LED street light conversion consisting of over 1000 fixtures.Contract Amount$1,055,555. 2011 Miami Dade County ARRA Street Light Improvements—Installation of new street lighting including foundations,conduits,street light poles,wiring and electrical services.Contract Amount$643,367.2011 FDOT Contract E8L60 HEFT Signal Improvements—Installation of a new signal at the intersection of SW 211 Street with Southbound SR821 including drill shaft structures,traffic controllers,curbs, milling and resurfacing,signing and pavement markings. Contract Amount $330,000.00. 2011-2012 FDOT Contract 14321 Powerline Rd—Drill shafts,mast arm structures,traffic signal modification,video detection cameras,drainage,curbs and sidewalks,solar school flasher assemblies,milling and resurfacing,and minor widening work. Contract Amount$793,793.00. 2012-2013 FDOT Contract E-6H92 Pedestrian Safety Brickell Ave—Traffic signal modifications and installation of speed radar information signs. Contract Amount$793,344.00.2012-2012 Design-Build Services for Mast Arm Conversion Group 1 Contract No. NI030013P1—Mast arm conversion for 20 intersections throughout Broward County including drill shaft and structures,traffic signals,traffic controller cabinet,sidewalk and curbs, milling and resurfacing, signing and pavement markings. Contract Amount$8,795,347.00.2013-2015 FDOT Contract T6317 US1 @ SW 17 Ave Intersection Improvement—Installation of DMS structure and sign,minor widening,traffic signalization,guardrail,milling and resurfacing,signing and pavement marking. Contract Amount$611,611.00.2013-2014 City of Aventura Biscayne Blvd Decorative Lighting Improvements Phase III—Installation of new decorative street lighting including foundations,conduits,street light poles,wiring and electrical services. Contract Amount$489,489.00.2013-2015 Design-Build-Operate-Maintain Contract for Street Lighting Design, Installation, Repairs and Maintenance Citywite RFP No.352306•Contract Amount$7,500,000.00,2014-Ongoing HORSEPOWER ELECTRIC, INC. Lazaro J . Hernandez Superintendent Specialty: Electrical Technician Certificates: Certified Journeyman Electrician Professional Qualifications IMSA Work Zone Safety Specialist Mr. Hernandez has over 20 years of experience in the traffic signal, street lighting, and ITS IMSA Roadway Lighting Specialist industry. He is the supervisor of multiple traffic signal crews overseeing the construction and Level 1 IMSA Traffic Signal Field Electrician maintenance of traffic signal projects throughout South Florida. Level II&Ill IMSA Traffic Signal Bench Technician Level II Professional Experience ATSSA Advance Training Certification FDOT Contract E8L60 HEFT Signal Improvements—Installation of a new signal at the intersection of SW 211 Street with Southbound SR821 including drill shaft structures,traffic Employment History: controllers,curbs, milling and resurfacing,signing and pavement markings. Contract Amount 1991—Present $330,000.00.2011-2012 Horsepower Electric,Inc. FDOT Contract T4321 Powerline Rd—Drill shafts, mast arm structures,traffic signal Superintendent modification,video detection cameras,drainage,curbs and sidewalks, solar school flasher assemblies,milling and resurfacing,and minor widening work. Contract Amount$793,793.00. 2012-2013 Design-Build Services for Mast Arm Conversion Group 1 Contract No. N1030013P1—Mast arm conversion for 20 intersections throughout Broward County including drill shaft and structures,traffic signals,traffic controller cabinet,sidewalk and curbs,milling and resurfacing, signing and pavement markings. Contract Amount$8,795,347.00. 2013-2015 Florida Department of Transportation(FDOT)Roadway Lighting Maintenance Contract Incorporating the maintenance and repairs of the State Highway Lighting System within Miami- Dade County Limits in the following interstate highways 1-95, 1-75, SR-826,SR-836, SR-112, SR-195,SR-924, SR-874, SR-878. FDOT Contract E6F27 Push Button Contract for Installations and Repairs to the State Roadway Lighting System—Installations and Repairs to the State Roadway Lighting System throughout the Counties of Miami Dade and Monroe. Miami Dade County ARRA Street Light Improvements—Installation of new street lighting including foundations,conduits,street light poles,wiring and electrical services. City of Miami Design-Build-Operate-Maintain Contract for Street Lighting Design, Installation,Repairs and Maintenance Citywide Broward County Roadway Traffic&Miscellaneous Construction—Traffic Operations projects and miscellaneous construction at various locations throughout Broward County including Drill Shaft and structures,traffic signals,traffic controller cabinets,sidewalk and curbs, milling and resurfacing,signing and pavement markings. City of Hallandale Solar Pedestrian Lighting—Installation of solar lighting along NW/SW 8t" Avenue in the City of Hallandale Design-Build Services for Mast Arm Conversion Group 2 Contract No.TI200109P1 —Mast arm conversion for 20 intersections throughout Broward County including drill shaft and structures,traffic signals,traffic controller cabinet,sidewalk and curbs, milling and resurfacing, signing and pavement markings. Contract Amount$8,145,334.00,2015-Ongoing Mast Arm Signal Construction for 5 Intersections Project No.5384—Providing drill shafts, mast-arm structures,video detection cameras,traffic and pedestrian signals, illuminated street name signs,sidewalks and curbs,milling and resurfacing,signing and pavement markings at 5 intersections. Contract Amount$990,860.00,2012-2013 HORSEPOWER Jai ELECTRIC, INC. Staffing Plan • Julio Mondelo — Project Manager: has over 18 years of experience. He will be responsible for overseeing all phases of the project including planning, scheduling, budgeting, administration, implementation and maintenance. • Lazaro Hernandez—Superintendent: will provide management oversight for all phases of the construction project, including coordinating workers, materials and equipment, ensuing that specifications are being followed, and work is proceeding on scheduling and within budget. • Henry Echemendia—Site Foreman:will be responsible to manage the crew and construct the project in accordance with contract documents. MIAMI BEACH A-1 City of Miami Beach ITB Price Form 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 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 2017-143-2D: LOWER NORTH BAY ROAD LIGHTING Cost 01 -General Requirements $ / � 000, 043 02-Sitework(including Restoration and Sod) $ 25,000 . 00 03/04-Concrete&Masonry: Concrete Bases/Foundations $ f'/Cp 35. 0 16- Electrical: Distribution Panel(NEMA 4X Stainless Steel)&Support Structure $ /0, 000 • °a Lighting Arrester $ 2S p.00 Lighting Contactor/Contactor Cabinet/Photocel $ /5730 • °O Light Poles(12Ft Fiberglass) $ Z Z5, 000 • 4)t) Luminaires(Holophane Granville)7 Lamps $ /75,000 • 00 PVC Raceways(2"Sch 80) $ /5, 000 • v GRS Raceways(Risers @ Service Location) $ 2,500 . O 0 Wiring#6 CU) $ /S, 000. CI 0 Wiring#10 CU) $ 2, �0 • 00 Pull Boxes(Quazite 13"X 24") $ /5-0, 000 •v 0 Ground Rods(Copper Clad%"X 10")&Ground Clamp $ S 000 • °D Trenching and Backfill $ fs COO • 4"0 FPL Service Connections $ /5t) . 0 Bond $ /Z, 000• CO Insurance $ 5 000. "u Profit&Overhead $ /7..-/, 000 .00 Subtotal $ ei4<5L g 00 Allowance for City Indemnification $25.00 Permit Allowance $5,000.00 *Lump Sum Grand Total(Total Base Bid) $ cf`4/'1J gi..o0. DU ADDITIVE ALTERNATES Installation of Type"H1" light fixtures in lieu of Type"H"and related work $ /S, 000 - 0v Fourteen (14) LED Fixture Drivers and Surge Protectors $ 2,2.g0 • °° Alternates Total $ /77 ego • 04) BID NO:2017-143-ZD CITYOF MIAMI BEACH 49 *PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2-Bidder's Affirmation: Company: Horsepower Electric Inc. Address Line 1: 8105 W 20 Ave Address Line 2: Hialeah FL 33014 Telephone: 305-819-4060 Email: mikQp hors, pow- -lectric.com Signature: Title/Printed Name: President/ 'icha=l Martinez Submitted: May 18, 2017 Date Balance of Page Intentionally Left Blank BID NO:2017-143-ZD CITYOF MIAMI BEACH 50 A-2 City of Miami Beach,Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and 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. 2017-143-ZD LOWER NORTH BAY ROAD LIGHTING 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:2017-143-ZD CITYOF MIAMI BEACH af_. 51 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 May 10, 2017 Amendment 6 Amendment 2 Amendment 7 __- Amendment 3 ""- Amendment 8 Amendment 4 . - Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond XJ, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check El, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Horsepower Electric Inc. Address Line 1: 8105 W 20 Ave Address Line 2: Hialeah FL 33014 Telephone Number: 305-819-4060 E-mail Address: mike@horsepowerelectric.com Social Security Number: OR Federal I.D. Number: 59-250-2221 Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO:2017-143-ZD CITYOF MIAMI BEACH 52 A-2 (Sign below if incorporated) Horsepower Electric Inc. ATTES (Type or Print Name of Corporation) 5 4.-ecr-tary (Signat Q j itle) (CORPORATE SEAL) Michael Martinez (Type or Print Name Signed Above) Incorporated under the laws of the State of: FL BID NO:2017-143-ZD CITYOF MIAMI BEACH 53 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 EC0001153 32 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? Electrical Contractor 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. City of Miami Belle Meade Island Lighting Project-Completed in 2016 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. N/A 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:2017-143-ZD CITYOF MIAMI BEACH 54 A-3 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): 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? IX 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: Horsepower Electric Inc. B. The business is a: ❑ Sole Proprietorship ❑ Partnership ® Corporation C. The address of principal place of business is: 8105 W 20 Ave Hialeah FL 33014 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Zvi Hector P Ortiz Director Hector M Ortiz Director Michael Martinez President Julio E Mondelo Vice-President Lis Mondelo Secretary BID NO:2017-143-ZD CITYOF MIAMI BEACH 55 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. N/A 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. N/A 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). N/A ' 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. See Attached 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. N/A BID NO:2017-143-ZD CITYOF MIAMI BEACH r;r 56 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? When the owner requests extra work to be done 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. N/A M. 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. N/A 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? ❑Yes KNo BID NO:2017-143-ZD CITYOF MIAMI BEACH 57 A-3 P. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ElYes t No If the answer to either number 12 or 13 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, 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 BID NO:2017-143-ZD CITYOF MIAMI BEACH A-3 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. CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORP ATION. Horsepower Electric Inc. Signature Print Name of Corporation Michael M. -'- - 8105 W 20 Ave Hialeah FL 33014 Print Name Address Title: President ESS: 1!I SiOrie ' VA H-ctor Ortiz Print Name Title: Director (CORPORATE SEAL) Attest: Secretary BID NO:2017-143-ZD CITYOF MIAMI BEACH A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this 18 day of May , 2017 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 B'd is based upon the documents identified by the following number: Bid No. 2017-143-ZD. SIGNATURE Michael Marti •ez PRINTED NAME President TITLE (IF CORPORATION) BID NO:2017-143-ZD CITYOF MIAMI BEACH 60 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: (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; (5) 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:2017-143-ZD CITYOF MIAMI BEACH A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature. Horse•ower Iectric I r c. (Print Vendor Name' STATE OF FL COUNTY OF Dade The foregoing instrument was acknowledged before me this 18 day of May , 20j1, by Michael Martinez as (name of person whose signature is being notarized) President (title) of Horsepower Electric Inc. , (name of corporation/company) known to me to be the person described herein, or who produced N/A as identification, and who did/did not take an oath. ,. . ... e4 NOA 'UBLIC ,,,,„ , 5'.i �, Le ,. ,,'.\ Notarj ?Ali- 5ia,2 of F r r'i'j `� :�� i ; ; Pay Gurnrn Ex 7:res Gci 2?.2 t 7 �� Cor«missior: # FF 05850 litil (Sig Op Lisndelo (Print Name) My commission expires: 10/27/17 BID NO:2017-143-ZD CITYOF MIAMI BEACHF -i 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-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an 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:2017-143-ZD CITYOF MIAMI3 BEACH �_ 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 NE, landscape NE, 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 with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; BID NO:2017-143-ZD CITYOF MIAMI BEACH 64 A-6 • 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:2017-143-ZD CITYOF MIAMI BEACH A-6 MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Horsepower Electric Inc. Name of Company Contact Person: Michael Martinez Phone Number: 305-819-4060 Fax Number: 305-819-4222 E-mail: mike@horsepowerelectric.com Vendor Number(if known): Federal ID or Social Security Number: 59-2502221 Approximate Number of Employees in the U.S.: 40 (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_No 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. [1 Race Yes_No I i Sex _Yes_No ✓ Color _Yes_No I i Sexual Orientation _Yes_No ci Creed _Yes_No [. Gender Identity(transgender status) _Yes_No L Religion _Yes_No ri Domestic partner status _Yes_No G National origin _Yes_No E Marital status _Yes_No Ancestry _Yes_No t Disability _Yes_No Age _Yes_No [;AIDS/HIV status _Yes_No L Height _Yes_No E Weight _Yes—No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. _Yes_No BID NO:2017-143-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 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 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 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:2017-143-ZD CITYOF MIAMI BEACH 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? _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 18 day of May ,in the year 2017 ,at Hialeah _Fl_. 41. 8105 W 20 Ave Signature Mailing Address Michael Martine Hialeah FL 33014 Name of Signatory City,State,Zip Code President Title BID NO:2017-143-ZD CITYOF MIAMI BEACH 68 A-6 MIAMIBEA H MSA REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department 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: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s)you received from such benefits providers, and if written responses are unavailable, summaries of oral responses;and 12 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 City,State,Zip Name of Signatory(please print) Telephone Number Title Date BID NO:2017-143-ZD CITYOF MIAMI BEACH "., 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 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. BID NO:2017-143-ZD CITYOF MIAMI BEACH 70 A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department 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 Procurement Department 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 available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO:2017-143-ZD CITYOF MIAMI BEACH 71 B. Administrative Actions and Request for Extension A-6 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: 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:2017-143-ZD CITYOF MIAMI BEACH 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:2017.143-ZD CITYOF MIAMI BEACH A-7 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 Extended Method N/A Total $ Horsepower Elect Nam- of Bidder V Aut 'orized Signature o Bid• r BID NO:2017-143-ZD CITYOF MIAMI BEACH 74 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:2017-143-ZD CITYOF MIAMI BEACH 4y 75 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. �y el 'A<.ei'4 C=°., U U kt—A,7©(v►) BID NO:2017-143-ZD CITYOF MIAMI BEACH 76 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS,that we Horsepower Electric, Inc. 8105 W. 20th Ave., Hialeah, FL 33014 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and,QBE Insurance Corporation 88 Pine Street, New York, NY 10005 (Here insert lull name and address or legal title of Surety) a corporation duly organized under the laws of the State of Florida as Surety, hereinafter called the Surety, are held and firmly bound unto City of Miami Beach, 1755 Meridian Ave., 3rd Floor, Miami Beach, FL 33139 (Here insert full name and address or legal title of Corporation as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount Dollars($5% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for Lower North Bay Road Lighting Project#2014-143-2D (Here insert lull name and address description of project) NOW THEREFORE, if the obligee shall accept the bid of the principal and the principal shall enter into Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or in the event of the failure of the Prindpal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed an. his 15th day of May , 20 17 Horsepower Electri AIM J t (Principal) f51 (Seal) do (Witness) cl --�pyt (Title) I C(k) QBE Insurance Corpora I. �l (Sure ) (Seal) (111,Lv“) ?Jess) r Roberto Menendez,Attorney-in-Fact 4.&.° WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE BLUE BORDER VEA POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS,that OBE Insurance Corporation(the'Company'),a corporation duly organized and existing under the laws of the State of Pennsylvania, having its principal office at 88 Pine Street, New York, NY 10005, has made, constituted and appointed, and does by these presents make, constitute and appoint Dirk Douglas Dejong,and Roberto Carlos Menendez of Frank H.Furman,Inc.of Pompano Beach,FL its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of financial guaranty insurance,to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of New York, without giving effect to the principles of conflict of laws. This Power of Attorney is granted pursuant to the following resolutions,which were duly and validly adopted at a meeting of the Board of Directors of the Company with effect from June 30,2014: RESOLVED,that the Chief Executive Officer, any President,any Executive Vice President,any Senior Vice President,any Vice President,the Corporate Secretary or any Assistant Corporate Secretary is authorized to appoint one or more Attorneys- in-Fact and agents to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;to prescribe their respective duties and the respective limits of their authority;and to revoke any such appointment at any time; FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,or conditional undertaking will be valid and binding upon the Company when(a)signed by any of the aforesaid authorized officers;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and agents pursuant to the power prescribed in his/her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and FURTHER RESOLVED,that the signature of any authorized officer and the seal of the Company may be drawn on or affixed by facsimile or electronically transmitted by email to any power of attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligation of the Company,and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile or electronically reproduced signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this December 21,2016. Attest: QBE INSURANCE CORPORATION (Seal) By: 7 By: �,t Brett Halsey Matt Curran Senior Vice President Senior Vice President STATE OF FLORIDA )SS.: COUNTY OF SEMINOLE On this December 21, 2016, before me personally appeared Brett Halsey and Matt Curran, both to me known to be Senior Vice Presidents of QBE Insurance Corporation, and that each, as such, being authorized to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporation/ each as a duly authorized officer. r eLISA M PARENT By: it Nf,'TARY PUMA.VATS OF FlOR10A COMMISSION# FF104252 Lisa M Parent,Notary Public EXPIRES 5/16/2018 'K1N0E0 DOW t•680.NOTARY1 CERTIFICATE I,Jose Ramon Gonzalez,Jr.,the undersigned,Corporate Secretary of OBE Insurance Corporation do hereby certify that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth herein,who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this 15th day of May 2017. (Seal) By: J-:. R. A Jose Ramon Gonzalez,Jr,Corporate Secretary MIAMI BEACHa Procurement Department, 1755 Meridian Avenue, 3 Floor, Miami Beach. Florida 33139, www.miamibeachfl.gov, -7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2017-143-ZD LOWER NORTH BAY ROAD LIGHTING (the ITB) May 10, 201711110 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. DELETE Section 0500, General Terms and Conditions, Item No. 16 and 17 in their entirety and REPLACE with the following: 16. Termination. 16.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may. in its sole discretion. terminate for the City's convenience the performance of Work under this Agreement, in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination% which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations: iii. Immediately deliver to the City all Project records, in their original/native electronic format(i.e. CAD, Word. Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased,. iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience: vi. As directed by the City, transfer title and deliver to the City(1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material ITB 2017-143-ZD Addendum#1 5/10/2017 Page 1 of 6 produced or required for the Work terminated: and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City: vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City(if any): viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest:and ix. Complete performance of the Work not terminated(if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 16.2. Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty(30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time: d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time; ITB 2017-143-ZD Addendum#1 5/10/2017 Page 2 of 6 e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor has provided written notice of same in accordance with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; I. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding.laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 16.3. Termination of Agreement for Cause. • a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 16.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the City, in its sole opinion, deems substantial and material,following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity. the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety' I. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City;and iv. Finish the Work by whatever reasonable method the City may deem expedient. ITB 2017-143-ZD Addendum#1 5/10/2017 Page 3 of 6 c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Proiect records, in their original/native electronic format(i.e.CAD,Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; ii. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract,subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City(1)the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated:and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Proiect Site, including life safety and property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing,to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor under this Agreement. irrespective of whether the City ultimately terminates Contractor. ITB 2017.143-ZD Addendum#1 5/10/2017 Page 4 of 6 b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. 16.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17.Contractor Right to Terminate Contract or Stop Work. If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety(90)day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. ITB 2017-143-ZD Addendum#1 5/10/2017 Page 5 of 6 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 RafaelGranadona,miam ibeachfl.ciov Contact: 1 Telephone: Email: Zuleika Davidson 1305-673-7000 ext. 6943 zuleikadavidsonamiamibeachfl.qov_ 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. Sig! l Al-xDenis P ent Director ITB 2017-143-ZD Addendum#1 5/10/2017 Page 6 of 6 LEGAL PROCEEDINGS 5.2 Lawsuits Clerk's File Rec No. Rec Date Book/Page First Party(Code)Second Party(Code) 2011 R HORSEPOWER ELECTRIC INC (R) LICHTMAN 268531 4/26/2011 27665/4310 ANA 2011 R HORSEPOWER ELECTRIC INC (R) FLORIDA 331690 5/20/2011 27695/1158 POWER & LIGHT CO 2012 R HORSEPOWER ELECTRIC INC (R) IVEY 583602 8/20/2012 28233/4354 MICHELLE (PR) 2013 R HORSEPOWER ELECTRIC INC (R)MOREJON 274981 4/10/2013 28573/369 ZOILA 2013 R HORSEPOWER ELECTRIC INC (R) CORAL 342620 5/1/2013 28608/2283 GABLES TR CO (THE) 2013 R HORSEPOWER ELECTRIC INC (R) HERNANDEZ 724884 9/12/2013 28817/2132 RICARDO 2014 R HORSEPOWER ELECTRIC INC (R) 172529 3/10/2014 29059/3200 RESURGENCE FINANCIAL LLC 2015 R HORSEPOWER ELECTRIC INC (R) KOSCINSKI 642053 10/6/2015 29805/686 JEFFREY 2015 R HORSEPOWER ELECTRIC INC (R) GRANT 800623 12/18/2015 29895/2948 ROBERT LEE 2016 R HORSEPOWER ELECTRIC INC (R) UNITED 105632 2/19/2016 29969/3335 AUTO INS CO ATTACHMENT D INSURANCE REQUIREMENTS Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 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 issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 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 attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, 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 Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH 21 A. Worker's Compensation Insurance as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 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 be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. 8.2 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 Consultant. 8.3 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 received a waiver of subrogation endorsement from the insurer. BID NO: 2017-143-ZD CITYOF MIAMI BEACH BEACH A/'��® DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 9/6/2017 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(ies)must 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). PRODUCER CONTACT Sandra LaRue NAME: Frank H. Furman, Inc. (PHO.NE.Ext): (954)943-5050 (a/c,No): (954)942-6310 1314 East Atlantic Blvd. E-MAIL ADDRESS:sandra@furmaninsurance.com P. 0. Box 1927 INSURER(S)AFFORDING COVERAGE NAIC li Pompano Beach FL 33061 INSURERA:Imperium Insurance Company 35408 INSURED INSURERB:American Guarantee & Liability Ins 26247z Horsepower Electric Inc INsuRERC:Starstone Specialty Insurance Co 44776 8105 W 20th Ave INSURERD:Hamilton Specialty Insurance Co 13551 INsuRERE:Beazley Insurance Company, Inc 37540 Hialeah FL 33014 INSURERF: COVERAGES CERTIFICATE NUMBER:B: 2017 All Policies REVISION NUMBER: 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE _ $ 1,000,000 DAMAGE TA CLAIMS-MADE X OCCUR PREM SESO(Ea oREccurrence) $ 100,000 IERD0100241400 7/16/2017 7/16/2018 MEDEXP(Anyoneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECt LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B ALL OWNED SCHEDULED AUTOS AUTOS BAP011393602 3/31/2017 3/31/2018 BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) _ $ $ C X UMBRELLA LIAB X OCCUR 273691170ALI EACH OCCURRENCE $ 5,000,000, D EXCESS LIAB CLAIMS-MADE BRAHSFF713100 AGGREGATE $ 5,000,000 DED RETENTION$ Policy Over GL/AU/EL 7/16/2017 7/16/2018 $ WORKERS COMPENSATION X PER 0TH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A B (Mandatory in NH) WC011393502 3/31/2017 3/31/2018 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Professional Liability & B0621PHORS000317 2/4/2017 2/4/2018 Each Claim $2,000,000 Contractors Pollution Liab Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) • CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN C/O Procurement Department ACCORDANCE WITH THE POLICY PROVISIONS. 1700 Convention Center Drive Miami Beach, FL 33139 AUTHORIZED REPRESENTATIVE �/J ,7 Dirk DeJong/SL "i `.. "rte ••••I 7 `" ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD I NS025(201401) ATTACHMENT E REVISED/FINAL NEGOTIATED "PRICE FORM" MIAMI BEACH - LOWER NORTH BAY ROAD LIGHTING General Requirements 18,000.00 Sitework(including restoration &sod) 25,000.00 Concrete& Masonry Concrete Bases/Foundations 146,935.00 Electrical Distribution Panel (NEMA 4X Stainless Steel) &Support Structure 10,000.00 Lighting Arrester 250.00 Lighting Contactor/Contactor Cabinet/Photocell 1,500.00 Light Poles(12' Fiberglass) 225,000.00 Luminaires(Holophane Granville) & Lamps 175,000.00 PBC Raceways(2" Shc 80) 15,000.00 GRS Raceways (Risers @ Service Locations) 2,500.00 Wiring#6 CU 15,000.00 Wiring#10 CU 2,500.00 Pull Boxes(Quazite 13" x 24") 150,000.00 Ground Rods &Ground Clamp 5,000.00 $ Trenching& Backfill 15,000.00 FPL Service Connections 150.00 Bond 12,000.00 Insurance 5,000.00 Profit&Overhead 96,070.00 $ Subtotal 919,905.00 Allowance 25.00 Permit Allowance 5,000.00 LS Grand Total 924,930.00 ADDITIVE ALTERNATES Installation of Type H1 light fixtures in lieu of Type H & related work 15,000.00 14 LED Fixture Drivers&Surge Protectors 2,280.00 Alternates Total 17,280.00 This Revised/Final Negotiated Price Form replaces and supersedes the ITB Price Form in Attachment C. Contractor agrees the ITB Price Form in Attachment C is null and Void .