Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract with Florida Engineering and Development Corp.
MIAMIBEACH C � � CONTRACT 51/4 (07/ THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and Florida Engineering and Development Corp., 12076 NW 98 Avenue, Hialeah Gardens, FL. 33018 ("Contractor"). WITNESSETH, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the Work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a 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 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 sixty days (160) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within fourty days (40) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements Page 1 one thousand dollars ($1,000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of one thousand dollars ($1,000.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute 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. ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements 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 as awarded. 3.2 The Contract Price is $428,450.00, consisting of a base bid in the amount of $389,500.00, and a separate line item in the amount of $38,950.00 for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, excluding the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall not be limited to, 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 for Payment. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements Page 3 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. 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 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 City. 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 (ITB Attachment D-6) 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. ITB 2018-142-ZD 42N°St Reconfiguration & On Street Parking Improvements Page 4 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; a consent of surety to final payment; the final corrected as-built drawings; 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 the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6— MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that 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. ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements Page 5 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Transportation Department 1688 Meridian Avenue, Suite 801 Miami Beach, FL. 33139 Attn: Josiel Ferrer, Transportation Manager With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Florida Engineering and Development Corp 12076 NW 98 Avenue Hialeah Gardens, FL. 33018 Attn: Jose Veqa, President ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements Page 6 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements Page 7 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. 6.13 Public Records City of Miami Beach is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statues, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the contractor and sub-contractors shall: 6.13.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 6.13.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law; 6.13.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 6.13.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. 6.13.5 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the county shall enforce the Default in accordance with the provisions set forth in the General Terms and Conditions, Article 16. ITB 2018-142-ZD 42NDSt Reconfiguration & On Street Parking Improvements Page 8 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA 7\u" 1111. gni City ClerkLoi ATTEST: kl • FLQRID4 ENGINEERING AND DEVaSPPMENT CORP. Oft Signature/Se ' - { - - —residen .� �l N 4 a yO S - �` �Lt C(� Print Name f Print Name /7/,x7 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 APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX 115: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt APPROVED AS TO FORM&LANGUAGE &FOR EXECUTION 5- 4—t � C4'^ eey GZAF Date ITB 2018-142-ZD 42N0St Reconfiguration & On Street Parking Improvements Page 9 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page I of 2 Competitive Bid Reports-C2 H MIAMI BEACH COMMISSION MEMORANDUM TO. Honorable Mayor and Members of the City Commission FROM Jimmy L.Morales.City Manager DATE: May 16.2018 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID(ITB)NO.2018-142-ZD FOR 42ND STREET RECONFIGURATION AND ON-STREET PARKING IMPROVEMENT. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Managers recommendation pertaining to the bids received. pursuant to ITB 2018-142-ZD, 42nd Street (From Sheridan Ave. To Pine Tree Drive)Reconfiguration S On Street Parking Improvements. ANALYSIS The reconfiguration of 42nd Street between Sheridan Avenue and Pine Tree Drive was approved by the City of Miami Beach Commission on March 9 2016 asa priority project.The intent of this protect is to improve the safety at the intersection of 42nd Street and Pine Tree Drive and the access to the Miami Beach Jewish Community Center. The project consists of reconfiguring traffic flow along 42nd Street between Shendan Avenue and Pine Tree Drive from its current One-Way Westbound direction to a Two-Way Direction and on-street parking improvements. Additionallythe protect will address the existing parking and drainage deficiencies at the northeast corner of 42"n Street and Sheridan Avenue.The protect consists of but not limited to Milling and resurfacing Installation of new pavement New curb and gutter.type D Curb Install and connect drainage structures to existing system New 4-in concrete sidewalk ADA ramp Curb and gutter modifications New pavement marking and signage Removal and relocation of trees Signal modifications including but not limited to new pedestrian operations Traffic control and all ancillary work for a complete project. These modifications shall be performed in accordance with the Miami-Dade County Department of Transportation and Public Works(DTPWI approved plans. ITB PROCESS ITS No. 2018-114-ZD. was issued on March 7 2018 with a bid opening date of April 6. 2018. One (1) addenddm was issued The Procurement Department issued bid notices to 308 companies utilizing www.publicpurchase.com website and 493 via email notification. Fifty- eight (58) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of one (1) response from Florida Engineering and Development.Corp. In an effort to determine the reasons for a sole response, the Procurement Department requested feedback from bidders who accessed the solicitation but did not submit a bid. The responses received from vendors included. current workload did not allow for them to submit a bid, estimating resources had been allocated elsewhere, and the project was outside of their service area boundaries. The Procurement Department has verified that the sole bid submitted by Florida Engineering and Development Corp. has met the minimum requirements of the ITS.including Bid Guaranty:Bidder shall submit,with its bid.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.cashiers check. Florida Engineering and Development submitted a bid bond for 5%of the bid amount,as required. • Licensing Requirements: Bidder shall be State of Florida Licensed General Contractor in the State of Florida,Division of Business and Professional Regulations to be considered for award. Florida Engineenng and Development is State certified as a General Contractor. State license number is CGC045310 and expires on August 31.2018. Furthermore the Procurement Department verified that Honda Engineering and Development complied with the submittal requirements of the ITB which include the previous experience of the firm,as detailed below. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx'?ItemID=7780&Meeti... 5/9/2018 Coversheet Page 2 of • Previous Experience (Firm): Bidder shall submit at least three (31 projects. completed or in-progresssimilar in scope and volume within the lest five(5)years Similar projects shall be interpreted to mean projects including milling and resurfacing,curb and gutter work, pavement markings and signage.and signalization work. Florida Engineering and Development submitted five (5) projects, which w similar in scope and volume. The (5) projects submitted by Florida Engineering and Development as similar in scope to the reconfigurations and on-street parking improvements of 42n1 Street were the following:NW 661h Street roadway improvements.NW 145°Street roadway reconstruction&northern swale, Downtown Doral-Infrastructure(Phase I). SW 561°Avenue Streetscape. and NW 174th Street roadway reconstruction.Additionally. Florida Engineering and Development provided similar scope projects within the in-progress list.Project references were verified and received positive feedback. In further due diligence, the Procurement Department has reviewed the firm's Dun & Bradstreet Supplier Qualifier Report (SCR) and has verified a number of references. Both indicate that Florida Engineering and Development has a good record of performance. and has the financial capacity to ensure that they can satisfactorily provide the goods and services required for the project. Accordingly Florida Engineenng and Development has been deemed the lowest responsive and responsible bidder meeting all terms. conditionsand specifications of the ITB.Below is a brief summary of the firm. According to the information provided by the firm. Florida Engineenng and Development,Corp.was founded in 2001 and built a reputation on honesty integrity quality.and cost savings for its customers. Florida Engineenng and Development is a site and civil engineering contractor that specializes in all phases of site development.Its staff takes pride in providing exceptional service for every project,no matter the size or complexity.Although,it has not previously held any contracts with the City of Miami Beach.the client references provided positive responses. CONCLUSION I have reviewed the bid received and the evaluation of staff.Based on the foregoing analysis and the need to expedite this project. I recommend that the Mayor and City Commission of the City of Miami Beach,Florida.approve the award of a contract,pursuant to ITB 2018-142-ZD.to Florida Engineering and Development, Corp.. the sole responsive, responsible bidder to the ITB: and further authorize the Mayor and City Clerk to execute a contract. FINANCIAL INFORMATION Project Cost: $389 500.00 10%Contingency 5 38,950.00 Total: $428,450.00 Amount 1 $9130000 Account 480-0462-000342-27-413-526-00-00-00 Amount 2 $337,15000 Account 2 384-9615-069357-00-410-000-00-00-00- 20327 Total $428.450 00 Legislative Tracking Transportation/Procurement https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=7780&Meeti... 5/9/2018 TABULATION OF BID RECEIVED Invitation to Bid(ITB)2018-142-ZD 42nd (FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION & ON STREET PARKING IMPROVEMENTS Florida Engineering and Development,Corp. M Lump Sum Grand Total(Total Base Bid) S 389,500.00 1 Recommended for award. ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS MIAMI BEACH Procurement Department 11755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, vww.miamibeachp.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2015-142-ZD 42"0 STREET(FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION &ON STREET PARKING IMPROVEMENTS March 27, 2018 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 ITS is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REVISION(S): 1. Section 0400. Bid Submittal Requirements and Format, Tab D. Previous Experience and Key Personnel, Previous Experience of Bidder(Firm) is revised as follows: Previous Experience of Bidder (Firm): Bidder shall submit at least three (3) fivo (5) projects, completed or in-progress, similar in scope and volume within the last five(5)years. II. RESPONSES TO QUESTIONS RECEIVED: Q1. Would you please provide the budget for this project? Al. The estimated construction budget is $457,000.00. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(&miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(@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. Sincerely, J/l °Alexenis" �Th Ate Proc/ement Director • 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-142-ZD 42ND STREET(FROM SHERIDAN AVE.TO PINE TREE DRIVE)RECONFIGURATION&ON STREET PARKING IMPROVEMENTS INVITATION TO BID (ITB) 42ND STREET (FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION & ON STREET PARKING IMPROVEMENTS ITB No. 2018-142-ZD BID ISSUANCE DATE: MARCH 7, 2018 BID OPENING: APRIL 6, 2018 ISSUED BY: ZULEIKA DAVIDSON MIAMIBEACH Zuleika Davidson, Contracting Officer / PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor, Miami Beach, FL 33139 305.673.7000 x7490 I www.miamibeach8.gov 7uleikadavidson4miamibeachfl.gov BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 1 INVITATION TO BID SUMMARY BEACH Invitation to Bid No. 2018-142-ZD Estimated Construction Budget 5457,000.00 ITB Title: 42ND STREET(FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION & ON STREET PARKING IMPROVEMENTS Basic Description of the Scope of Work: The City seeks proposals from qualified firms to provide construction services for the reconfiuration and on-site parking improvements to 42" Street (between Sheridan Avenue and Pine Tree Drive). This project entails reconfiguring traffic flow from its current one-way Westbound direction to a two-way direction as set forth herein and including Appendix F and G, Specifications and Plans. Bid Issuance: March 7, 2018 Technical Drawings and Specifications are available for free download at: www.pu bl icpurcha se..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 March 19, 2018 @ 10:00 AM EST Date, Time, & Location: Procurement Department ❑ Meeting is Mandatory(only if box is 3rd Floor; Conference Room checked) 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key 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: March 27, 2018 AT 3:00 PM EST Bid Due Date & Time: April 6, 2018 AT 3:00 PM EST 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 2 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 0300 for detailed information. ® is required at the time of bid submission. ❑ is NOT required for this project. 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. ❑ SHALL NOT be required for this project. Prevailing Wage Rates 8 Local LI SHALL be applied. Workforce Program Requirements ® SHALL NOT be applied unless project cost Please reference Section 0200 for exceeds $1,000,000 for a covered project. detailed information. Project Completion Timeframe: 160 calendar days, Substantial Completion 200 calendar days, Final Completion Liquidated Damages: $1.000.00 shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Zuleika Davidson , Contracting Officer I Phone: 305.673.7000 ext. 7490 E-mail: zuleikadavidsonmiamibeachfl.qov 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://library.municode.com/index.aspx?clientl D=130978state!D=98statename=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 raf a e l g ra n a d o(a)m i a m i bea c hf 1.g ov. 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:2018-142-ZO CITYOF MIAMI BEACH BEACH 3 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 14 0500 GENERAL TERMS AND CONDITIONS 17 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 52 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 80 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 82 APPENDIX D REQUIRED FORMS (POST-AWARD) 87 APPENDIX E SAMPLE CONTRACT 99 APPENDIX F SPECIFICATIONS 108 APPENDIX G PLANS 210 BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 4 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: 2018-142-ZD CITYOF MIAMI BEACH BEAT H 5 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 Consultants 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 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. The Owner's Contingency is to be used solely at the discretion of the City. Prior approval by the City shall be required for the use of Owner's Contingency. 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. 1.23 Resident Project Representative: Not applicable. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 6 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 Page Intentionally Left Blank BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 7 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: The reconfiguration of 42nd Street between Sheridan Avenue and Pine Tree Drive was approved by the City of Miami Beach Commission as a priority project. The intent of this project is to improve the safety at the intersection of 42nd Street and Pine Tree Drive and the access to the Miami Beach Jewish Community Center. The project consists of reconfiguring traffic flow along 42nd Street between Sheridan Avenue and Pine Tree Drive from its current One-Way Westbound direction to a Two-Way Direction and on-street parking improvements. The project consists of but not limited to: • Milling and resurfacing • Installation of new pavement • New curb and gutter, type D Curb • Install and connect drainage structures to existing system • New 4-in concrete sidewalk • ADA ramp • Curb and gutter modifications • New pavement marking and signage • Removal and relocation of trees • Signal modifications including but not limited to new pedestrian operations • Traffic control and all ancillary work for a complete project. These modifications shall be performed in accordance with the Miami-Dade County Department of Transportation and Public Works (DTPW) approved plans. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account 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 Bidders observations with the Contract Documents. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 8 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. 5. Location of Work: This Scope of Work shall be completed at the following location: 42nd Street (from Sheridan Ave. to Pine Tree Drive). 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. Prevailing Wage Rates & Local Workforce Participation: Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. 9. 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 (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. 10. 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: BID NO: 2018-142-2D CITYOF MIAMI BEACH BEACH 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. 11. 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. 12. 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. 13. 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. 14. 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. 15. 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 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 10 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. 16. 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. 17. 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. 18. 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. 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: BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 11 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. 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. I. MIAMI-DADE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS DEPARTMENT II. MIAMI-DADE DEPARTMENT OF REGULATORY& ECONOMIC RESOURCES (DRER) • Dewatering Permit(if applicable) III. FLORIDA POWER AND LIGHT (FPL)— If new electrical disconnect is required for traffic signal work IV. CITY OF MIAMI BEACH • Public Works Right-of Way Permit The successful contractor shall be responsible for obtaining any applicable permit from the City of Miami Beach Building 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:2018-142-2D CITYOF MIAMI BEACH 2 BEACH 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shalt be deemed non-responsive and shall not have its bid considered. 1. Bid Guaranty: Bidder shall submit, WITH ITS BID, 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), treasurers 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. FAILURE TO INCLUDE THE BID BOND WITH THE BID SUBMITTAL SHALL RESULT IN THE BID BEING DEEMED NON-RESPONSIVE AND NOT BEING CONSIDERED. 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. ANY BID THAT DOES NOT INCLUDE, WITH THE BID, A BID BOND SHALL BE DEEMED NON-RESPONSIVE AND SHALL NOT BE CONSIDERED. 2. Licensing Requirements: Bidder shall be State of Florida Licensed General Contractor in the State of Florida, Division of Business and Professional Regulations to be considered for award. 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. Balance of Page Intentionally Left Blank BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 13 0400. BID SUBMITTAL REQUIREMENTS AND FORMAT 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, two (2) 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. 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 other omitted documentation within two (2) business 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: Bid packages must contain the following information and documents, each fully completed, signed, and notarized (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 or notarizations on each document, may be deemed non-responsive. Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS 1. 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. 2. Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence indicating compliance with the minimum requirement(s) of this ITB, as further detailed in Section 0300 Minimum Requirements. 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 ierporta I.dnb.com/webapp/wcs/stores/servlet/Su pp l ierPorta I?sto reld=11696 BID NO: 2018-142-ZD CITYOF MIAMI BEACH E Arc H 14 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 D8B 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. Tab D. PREVIOUS 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. • Previous Experience of Bidder (Firm): Bidder shall submit at least five (5) projects, completed or in-progress, similar in scope and volume within the last five (5) years. Submittal Requirement: Bidder shall submit at least three (3) similar projects in scope and volume within the past five (5) years. Similar projects shall be interpreted to mean projects including milling and resurfacing, curb and gutter work, pavement markings and signage, and signalization work. For all qualifying projects submitted, Bidder 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. Tab E. BID PRICE BID NO:2018-102-ZD CITYOF MIAMI BEACH BEACH 15 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. FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. Balance of Page Intentionally Left Blank BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 16 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: O Bar Chart () Modified CPM ( 1 CPM (X) Computerized CPM using Primavera P6 software or latest version Microsoft Project software BID NO:2018-142-ZD CITYOF MIAMI BEACH 7 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 prosect 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:2018-142-ZD CITYOF MIAMI BEACH • BEACh 18 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. 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: 2018-142-ZD CITYOF MIAMI BEACH 19 BErCr 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 BID NO: 2018-142-ZD CITYOF MIAMI BEACH %1A`1-1 20 holder's Size 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 Ill 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: 2018-142-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. 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH B[i+ -H 22 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:2018-142-ZD CITYOF MIAMI BEACH E3hAC H 21 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: 2018-142-ZD CITYOF MIAMI BEACH 24 BEACH 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:2018-142-ZD CITYOF MIAMI BEACH BEA:H 25 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 property 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: 2018-142-ZD CITYOF MIAMI BEACH 26 BE `� 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. 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; BID NO:2016-142-ZD CITYOF MIAMI BEACH BEACH 27 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 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 28 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; 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; BID NO:2018-142-ZD CITYOF MIAMI BEACH BF AC H 29 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. 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 30 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH : EACH deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. 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 BID NO: 2018-142-2D CITYOF MIAMI BEACH BEA._H 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. 18. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 19. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 20. 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 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 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 • BID NO:2018-142-ZD CITYOF MIAMI BEACH BF„CH 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 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 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 30% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 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 Consultants 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. 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 BID NO:2018-142-2D CITYOF MIAMI BEACH BEACH 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 L S 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 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 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: 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. Change 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 BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 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. 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH ISZr1 40 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 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH 41 nr,h‘c hi 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. 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH PEACH 42 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%). 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH 43 BEACH 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 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 Contractors 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. BID NO: 2018-142-ZD CITYOF MIAMI BEACH Er_H 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: (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 BID NO:2018-142-ZD CITYOF MIAMI BEACH y L 4 r H 45 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. 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH 2EG`,y 46 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. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained, 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field 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: BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 47 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. 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. ® 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: BID NO:2018-142-0 CITYOF MIAMI BEACH BEACH 48 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. 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 shah submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 52. Cleaning Up; City's Right to Clean Up: Contractor shah 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, BID NO:2018-142-ZD CITYOF MIAMI BEACH 49 BEACH 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. 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 50 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. 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:2018-142-ZD CITYOF MIAMI BEACH 51 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 ITB Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO: 2018-142-ZD CITYOF MIAMI BEACH R F y,`F., 52 A-1 City of Miami Beach ITB Price Form The TOTAL BASE SID 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 No. 2018-142-ZD PART 1: 42ND STREET (FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION Part 1 Total: PART 2: 42ND STREET AND SHERIDAN AVE. ON STREET PARKING IMPROVEMENTS Part 2 Total: LUMP SUM GRAND TOTAL (TOTAL BASE BID): PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2— Bidders Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH 53 City of Miami Beach, Florida A-2 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. 2018-142-ZD 42ND STREET(FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION & ON SITE PARKING IMPROVEMENTS 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: 2018-142-ZD CITYOF MIAMI BEACH 54 eLACN 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 II, Cash 0, Money Order 11, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft =, Cashier's Check ❑, or: Certified Check TI 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: (Skin below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO: 2018-142-ZD CITYOF MIAMI BEACH MIAMIBEACH 55 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:2018-142-2D CITYOF MIAMI BEACH ESEAL:rt 56 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 TWO (2) BUSINESS 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 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 IlNo 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 7 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: 2018-142-ZD CITYOF MIAMI BEACH 58 BEACH 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 59 A-3 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. N. 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 IlNo O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes IlNo If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO:2018-142-ZD CITYOF MIAMI BEACH BE 60 A-3 P. 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 ENo Q. 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. R. 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. S. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment: (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO: 2018-142-ZD CITYOF MIAMI BEACH _ BEACH 61 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 62 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. 2018-142-ZD. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 63 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 offerors 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:2018-142-ZD CITVOF MIAMI BEACH BEACH 64 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: 2018-142-ZD CITYOF MIAMI BEACH BEACH 65 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: 2018-142-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 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 5l7ths 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:2018-142-ZD CITYOF MIAMI BEACH EEACH 67 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:2018-142-ZD CITYOF MIAMI BEACH CEA':H 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. Race _Yes_No I_ Sex Yes No r Color _Yes_Na L. Sexual Orientation _Yes_No Creed _Yes_No L Gender Identity(transgender status) _Yes_No �I Religion _Yes_No _ Domestic partner status _Yes_No National origin _Yes_No r Marital status _Yes_No Ancestry _Yes_No Disability _Yes_No - Age _Yes_No i AIDS/HIV status _Yes_No Height _Yes_No r 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:2018-142-ZD CITYOF MIAMI BEACH BEACHI 69 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 1 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.00v/Procurement1 BID NO:2018-142-2D 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:2018-142-ZD CITYOF MIAMI BEACH ,SE.A'CFi 71 A-6 MIAMIBEACH 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:2018-142-ZD CITYOF MIAMI BEACH 72 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: 2018-142-ZD CITYOF MIAMI BEACH BEACH 73 A-6 MIAMIBEACH 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 74 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 75 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:2018-142-ZD CITYOF MIAMI BEACH BE„,CH 76 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:2018-142-ZD CITYOF MIAMI BEACH 3EA.0 r; 77 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: 2018-142-ZD CITYOF MIAMI BEACH BEA`h 78 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: 2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH APPENDIX B List of Plans and Specifications BID NO: 2018-142-ZD CITYOF MIAMI BEACH 3EF;H 80 MAMIBEACH B LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY STANTEC, DATED OCTOBER 26, 2017 Sheet No./Spec. Page No. Title/ Description ITB 2018-142-ZD : 42ND STREET(FROM SHERIDAN AVE.TO PINE TREE DRIVE) RECONFIGURATION - DRAWINGS 1 C-0 COVERSHEET& INDEX OF DRAWINGS 2 G-1 GENERAL NOTES 3 G-2 SUMMARY OF QUANTITIES 4 T-1 TYPICAL SECTION 5 SU-1 EXISTING CONDITIONS 6 D-1 DEMOLITION PLAN 7 GP-1 GP1-GEOMETRY PLAN 8 C-1 SIGNAGE & PAVEMENT MARKING PLAN 9 C-2 GENERAL DETAILS 10 C-3 SWPPP NOTES 11 C-4 MOT NOTES 12 TS-1 SIGNALIZATION PLAN 13 TS-2 MAST ARM DATA 14 TS-3 STILL MAST ARM DETAIL 15 TS-4 SIGNALIZATION QUANTITIES CONTRACT DOCUMENTS AS DEVELOPED BY CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT, DATED JUNE 19, 2017 Page Sheet No./ o/Spec. Title/ Description ITB 2018-142-ZD : 42ND STREET AND SHERIDAN AVE. ON STREET PARKING IMPROVEMENTS - DRAWINGS 1 G-01 COVERSHEET& INDEX OF DRAWINGS 2 TS-01 TYPICAL SECTION 3 PD-01 PLAN DETAILS BID NO: 2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH 81 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:2018-142-ZD CITYOF MIAMI BEACH 82 MIAMI BEACH c_i E 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:2018-142-ZD CITYOF MIAMI BEACH t k.`H 83 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:2018-142-ZD CITYOF MIAMI BEACH BEA. rl 84 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:2018-142-ZD CITYOF MIAMI BEACH BENCH 85 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 86 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: 2018-142-ZD CITYOF MIAMI BEACH 87 BEA H MIAMIBEACH 0-1 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severalty. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract: then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEA:, 88 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. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO:2018-142-ZD CITYOF MIAMI BEACH 89 eCh D-2 FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. BID NO:2018-142-2D CITYOF MIAMI BEACH H 90 -. 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 Contractor the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 . Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 . IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 91 D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary(on behalf of) Corporation STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 92 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:2018-142-ZD CITYOF MIAMI BEACH bE A .-H 93 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:2018-142-ZD CITYOF MIAMI BEACH 94 `a A:._b 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 will be the date of final payment unless otherwise agreed in writing. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEA‘LH 95 D-5 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: BID NO:2018-142-20 CITYOF MIAMI BEACH - H 96 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:2018-142-ZD CITYOF MIAMI BEACH 97 aE/�.�r 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: 2018-142-ZD CITYOF MIAMI BEACH - BEACH 98 APPENDIX E Sample Contract BID NO:2018-142-ZD CITYOF MIAMI BEACH L , 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 CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida("City"), and ("Contractor"). WITNESSETH, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Standing Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate)and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within (_) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within ( ) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of BID NO: 2018-142-ZD CITYOF MIAMI BEACH ✓EA(_H 100 dollars ($ ) 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 dollars ($ ) 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:* [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Price Contract:* BID NO:2018-142-ZD CITYOF MIAMI BEACH EiHACH 101 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $ , consisting of a base bid in the amount of $ and a separate line item in the amount of$ for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. BID NO:2018-142-ZD CITYOF MIAMI BEACH 102 g-�'� 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict BID NO: 2018-142-ZD CITYOF MIAMI BEACH REACH 103 accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6— MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 104 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: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. BID NO:2018-142-ED CITYOF MIAMI BEACH BEACH 105 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA City Clerk Mayor ATTEST: BID NO:2018-142-ZD CITYOF MIAMI BEACH • BEACH 106 Signature/Secretary Signature/President 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 APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance 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 BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 107 APPENDIX F Specifications BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH108 City of Miami Beach Project Manual W 42N0 ST Improvements February 2018 SECTION 02110 SITE CLEARING & DEMOLITION PART 1 GENERAL 1.1 SECTION INCLUDES A. Removal of surface debris. B. Removal of paving. C. Removal of trees, shrubs, and grass. D. Demolition. 1.2 REGULATORY REQUIREMENTS D. Conform to applicable Metro-Dade DERM and City of Miami Beach environmental requirements for demolition, debris disposal, tree protection and preservation. Contractor shall pay all fees. E. Coordinate clearing Work with utility companies. F. Conform to applicable municipal and City of Miami Beach codes limiting generation of noise. PART 2 PRODUCTS 2.1 MATERIALS Not Used. PART 3 EXECUTION 3.1 PROTECTION A. Locate, identify, and protect utilities that are to remain, from damage. B. Protect trees, plant growth, and features that are to remain. C. Protect bench marks, survey control points, and existing structures from damage or displacement. D. Existing trees must either remain or be transplanted. No trees will be allowed to be damaged or removed. The Contractor shall protect trees by complying with the latest City of Miami Beach and DERM requirements for tree preservation, as prescribed under the Miami Beach Code Section. NOTE: The provided Plans do not indicate all existing landscape locations. 02110-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 3.2 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove and legally dispose of debris, rock, and extracted plant life from site. C. Partially remove paving as indicated. Neatly saw cut edges at right angle to surface. 3.3 DEMOLITION A. The work to be included under this item shall include, but not be limited to demolition in areas shown on the Drawings. B. All items removed shall become the property of the Contractor,unless otherwise noted, and will be removed from the site and legally disposed of by the Contractor. END OF SECTION 02110-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02512 CONCRETE SIDEWALK PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists of the construction of concrete sidewalk, curb and gutter in accordance with these Specifications and in conformity with the lines, grades, dimensions and notes shown on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Earthwork B. Clearing PART 2 - PRODUCTS 2.01 CONCRETE A. Reference SECTION 03050 - CONCRETE, FORMS AND REINFORCEMENT as applicable. B. Portland Cement Concrete shall be FDOT Class I (Nonstructural). C. Integral Color Concrete: The following Miami Beach Red mix designs have been approved for color conformity for the Miami Beach red integral color concrete being used in sidewalks, in the City of Miami Beach. 1. FDOT347 Class 1 Sidewalk, Curb & Gutter with Integral Color(Miami Beach Red Concrete Approval No. MB 01) 2. FDOT347 Class 1 Vibrated Curb Machine Mix with Integral Color(Miami Beach Red Concrete Approval No. MB 02) 3. CSR Rinker Mix Code No. 1259078 (Miami Beach Red Concrete Approval No. MB 03) 4. CSR Rinker Mix Code No. 1259079 (Miami Beach Red Concrete Approval No. MB 04) 5. Rinker Materials Mix Code No. 1300248 (Miami Beach Red Concrete Approval No. MB 05) 6. Continintal Heidelberg Cement Group Mix Code No. 709 (Miami Beach Red Concrete Approval No. MB 06) 02512-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 D. Concrete Mix Design: Before producing any concrete, submit the proposed mix design to the CONSULTANT on a form provided by the CITY. Use only concrete mix designs meeting the following requirements and having prior approval of the CONSULTANT. Maximum water to cementitious materials ratio 0.55 lbs/lbs[0.55 kg/kg] Minimum 28-Day Compressive Strength 3,000 psi [17 MPa] Minimum Cementitious Materials Content 470 lbs/yd3[280 kg/m3] Slump 0 to 6 inch [0 to 150 mm] Materials may be adjusted provided that the theoretical yield requirement of the approved mix design is met. Show all required original approved design mix data and batch adjustments and substituted material on the CITY concrete delivery ticket. The ENGINEER may disqualify any concrete production facility for noncompliance with Specification requirements. E. Sampling and Testing: The CITY may sample and test the concrete at his discretion to verify its quality. F. Records: Maintain the following records for review for at least three years: • Approved concrete mix designs. • Materials source (delivery tickets, certifications, certified mill test reports). • A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. • A copy of the documentation certifying the admixture weighing/measuring devices. • Recent NRMCA (National Ready Mix Concrete Association) or CITY inspection records certifying plant can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. G. Certification and Acceptance: • Furnish a delivery ticket with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the batcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the delivery ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with Specification requirements. • The CITY will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the CITY, all concrete that does not meet the 28-day compressive strength requirements. 02512-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 2.02 FORMS A. Forms shall be cleaned and oiled prior to the placement of concrete. B. Form Materials: Construct forms for this work of either wood or metal. Provide forms that are straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. For all items constructed on a radius, use flexible forms. C. Depth of Forms: Ensure that forms have a depth equal to the plan dimensions for the depth of concrete being deposited against them. D. Machine Placement: The CONTRACTOR may place these items by machine methods with the approval of the CONSULTANT provided that the CONTRACTOR consistently produces an acceptable finished product, true to line,grade, and cross section. 2.03 JOINTS A. Preformed Joint Filler for Pavement and Structures: • Preformed joint filler shall meet the requirements of AASHTO M153 or AASHTO M213, or cellulose fiber types meeting all the requirements of AASHTO M213 except the asphalt content is acceptable provided they contain minimums of 0.2% copper pentachlorophenate as a preservative and 1.0% waterproofing wax. For AASHTO M153, unless a particular type is specified, either Type I, Type II or Type III may be used. • Preformed joint fillers shall have a thickness equal to the width of the joint required, and shall be furnished in lengths equal to the widths of the slabs in which they are to be installed, except that strips which are of a length not less than the distance between longitudinal joints, or between longitudinal joint and edge, may be used if laced or clipped together in a manner approved by the CONSULTANT. The depth and shape of the joint filler shall conform to the dimensions shown in the plans. For doweled joints, proper provision shall be made for the installation of the dowels. • Certification: The CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer, confirming that the preformed joint filler meets the requirements of this Section. B. Joint Sealer for Pavement and Structures: • General: This Specification covers joint sealer intended for use in sealing joints in asphalt and concrete pavements. These materials may also be used to seal joints in concrete bridges and other structures. • Material: The material shall meet the requirements of either ASTM D1190 (Concrete Joint Sealer, Hot-Poured Elastic Type) or ASTM D3405 (Joint Sealants, Hot Poured, for Concrete and Asphalt Pavements). Manufacturers or distributors seeking 02512-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 approval of their material in accordance with this Specification shall demonstrate the performance of their products in accordance with Florida Test Methods FM 5-532 or FM 5-533. • Certification: The CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer, confirming that the joint sealer materials meets the requirements of this Section. • Shipment: The material shall be delivered in containers plainly marked with the manufacturer's name or trademark product name, lot number and date of expiration. • Bond Breaker Rod: • The bond breaker rod shall be a closed cell, expanded polyethylene foam rod of the size and dimensions shown on the plans. It shall be compatible with the joint sealant and no bond or reaction shall occur between the rod and the sealant. • All bond breaker rods installed shall be covered by a sealant at the end of each work day. • Bond breaker tape approved by the sealant manufacturer may be used in lieu of bond breaker rod when sealing random cracks. C. Low Modulus Silicone Sealant: • General: • Low Modules Silicone sealant shall be furnished in a one part silicone formulation meeting the requirements specified herein. Manufacturers or distributors seeking approval of Low Modulus Silicone Sealants shall demonstrate the performance of their products in accordance with FM 5-533. • Acetic acid cure sealants are not acceptable. A primer as specified in 932-1.4 for bonding sealant to concrete shall be used if required by the manufacturer. When a manufacturer's product is tested and approved by the CITY using a primer, primer will be required for project installation. • Low modulus silicone sealants may be either a non-self-leveling or a self- leveling type, unless specified otherwise in the plans or Specifications. • Silicones shall be identified in the following manner: • Type A - A low modulus, non-sag (non-self-leveling) silicone formulation, used in sealing horizontal and vertical joints in cement concrete pavements and bridges (i.e., concrete-concrete joints). Tooling is required. 02512-4 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 • Type B - A very low modulus, self-leveling silicone formulation, used in sealing horizontal joints (including joints on moderate slopes) in cement concrete pavements and bridges (i.e., concrete-concrete joints). Tooling is not normally required. • Type C - An ultra-low modulus, self-leveling silicone formulation, used in sealing horizontal joints (including joints on moderate slopes) in cement concrete pavements and bridges (i.e., concrete-concrete joints). It can also be used to seal the joints between cement concrete pavements and asphalt concrete shoulders (including asphalt joints). Tooling is not normally required. • Physical Requirements: SILICONE SEALANT TYPE Type A Type B Type C Flow(maximum) 0.3 inches [7.6 mm] 1.7-11.0 g/s 4.58-9.2 g/s Extrusion rate 1.25-4.2 g/s Tack-free time at 77 ± 3°F [25 ± 1.5°C] and 45 to 55% Relative Humidity 20-75 minutes 120 minutes. 60 minutes, maximum maximum Specific gravity 1.1 to 1.515 1.10 to 1.40 1.26 to 1.34 Durometer hardness, Shore A (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 10-25 SILICONE SEALANT TYPE Type A Type B Type C Durometer hardness, Shore 00 (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 40-80 20-80 Tensile stress (maximum) at 150% elongation 45 psi 40 psi 15 psi [300 kPa], [275 kPal, [100 kPal, Elongation (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 800% minimum Elongation (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 800% minimum 1400% minimum Ozone and Ultraviolet Resistance No chalking, cracking or bond loss after 5,000 hours, minimum. 02512-5 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42"D ST Improvements February 2018 Bond to concrete mortar briquettes (primed if required) (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 50 psi [350 kPa] minimum Bond to concrete briquettes (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 40 psi [275 35 psi [240 kPa], kPa], minimum minimum (includes bond to asphalt) Movement Capability No adhesive or cohesive failure and adhesion, 10 cycles at-50 to +100% • Methods of Test: Flow MIL S 8802 Extrusion Rate MIL S 8802 Tack Free Time MIL S 8802 Specific Gravity ASTM D792, Method A Durometer Hardness ASTM D2240 Tensile Stress ASTM D412 (Die C) Elongation ASTM D412 (Die C) Ozone and Ultraviolet ASTM C 793 Movement capability and adhesion ASTM C 719 • Bond to Mortar Briquettes: • Portland Cement Mortar: Briquettes shall be molded and cured 28 days minimum in accordance with AASHTO T132. Cured briquettes shall be dried at 230 ± 5°F [110 ± 2.5°C], sawed in half and bonded together with a thin section of sealant. After cure of sealant, briquettes will be tested in accordance with AASHTO T132. • Field Cure: 6 inch [150 mm] samples of the sealant shall be taken by the CITY from the joint at the end of a two week curing period and tested for durometer hardness (by Florida Method ANSI/ASTM D2240), except that the requirements of a 1 inch [25 mm] sample width shall not apply. A minimum hardness of 7.0 is required as evidence of adequate cure. • Tolerance: A tolerance in cross-sectional height at midpoint of-1/16 to +3/16 inch [- 1.6 to +4.8 mm] will be allowed to the nominal values shown for each joint width on the plan sheet. The ENGINEER shall check one joint for each 1.000 feet [300 m] of roadway by cutting out specimens. If the cross section of the cut specimen is out of the allowable range, additional specimens shall be taken as follows. One joint every 02512-6 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 100 feet [30 m] of pavement not to exceed 500 feet [150 m]. If the average of the specimens is out of tolerance, the CONTRACTOR shall remove and replace the entire 500 feet [150 ml section at his expense. Installation tolerance shall be verified at 1,000 feet[300 m]intervals. • Certification: The CONTRACTOR shall provide the CONSULTANT certification conforming to the requirements of FDOT from the manufacturer, confirming that the low modulus silicone sealant meets the requirements of this Section. • Shipment: Sealant material shall be delivered in containers plainly marked with the manufacturer's name or trademark, product name, lot number, and date of • expiration. D. Primer • In locations shown on plans and when required by the manufacturer's product, a primer shall be used with the Low Modulus Silicone Sealant. • The manufacturer shall perform his quality control tests on each lot of sealant primer material furnished to each project and furnish a certified report that each lot of primer material furnished to a project meets his Company's Specifications for that product and the primer is suitable for its intended use. • Sealant primer material shall be delivered in containers plainly marked with the manufacturer's name or trademark and product name, lot number and date of expiration. E. Backer Rod and Tape Bond Breakers: • For new construction projects or general use where the joints to be sealed have uniform width, a closed cell, expanded polyethylene foam backer rod bond breaker shall be required. For rehabilitation projects and similar joint seals where the joints to be sealed have irregular width, an open cell, expanded polyethylene foam backer rod bond breaker with an impervious skin shall be required. • The backer rod shall be compatible with the joint sealant. No bond or reaction shall occur between the rod and the sealant. • Tape bond breaker approved by the sealant manufacturer may be used in lieu of backer rod bond breaker when sealing joints and/or random cracks, as required. • All installed bond breakers shall be covered by sealant at the end of each workday. 2.04 CURING MATERIALS A. Burlap: Burlap for curing concrete shall consist either of two layers, each weighing 10 to 18 ounces/10 sf[0.30 to 0.55 kg/m2], or of four layers, each weighing 6 to 7 ounces/10 sf[0.18 to 0.21 kg/m']. Burlap which has been used as a container for sugar shall not be used. 02512-7 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 Burlap that is being used for the first time shall be thoroughly washed in order to remove starches used in sizing the material. Burlap shall be furnished in strips of at least 3 feet [1.0 m] wide and shall be at least 3 feet [1.0 m] longer than the width of surface to be covered. B. Membrane Curing Compound: • • • General: • Membrane curing compound shall conform to requirements of AASHTO M148 (Type 1 for clear compound and Type 2 for white-pigmented compound), and the following additional requirements: • The membrane curing compound shall be of a consistency suitable for spraying at temperatures prevalent at the time of construction operations, and which forms a continuous, uniform film. It shall be free from precipitated matter caused by conditions of storage or temperature. The compound shall be relatively nontoxic. Thorough agitation shall be performed prior to shipment from manufacturer's plant and prior to use at job site. • Curing compound delivered to the job in drums shall be in the manufacturer's original container, labeled with the manufacturer's name, plant location, grade designation of compound. lot number, and quantity. • Curing compound delivered in bulk shall be supplied from and delivered to storage tanks designed to provide thorough agitation by means of compressed air. • Sampling: Samples shall be obtained as specified in AASHTO M148 with the following exception. Take one sample for each lot, batch, or other unit of production representing each 2,200 gallons [8,300 liters] or fraction thereof. Filled containers, represented by the sample(s) shall be sealed and marked by the sampling agency for later identification and correlation. Each sample shall be at least 1 quart [1 liter]. Allow fourteen days for completion of the tests after arrival of the sample in the laboratory. • Storage: Curing compound that has been tested and stored for longer than six months but less than one year shall be retested prior to use. Compound that has been stored longer than one year shall not be incorporated into the Work. 02512-8 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 C. Sheet Materials. • General: Waterproof paper, polyethylene film and white burlap-polyethylene sheet, for curing concrete shall meet the requirements of AASHTO M171, with the additional requirements for waterproof paper and for polyethylene film as shown below. • Additional Requirements for Waterproof Paper: • The paper as prepared for use shall be in such dimensions that each unit as laid will extend at least 18 inches [450 mm] beyond the edges of the slab. If laid longitudinally, paper not manufactured in sizes which will provide this width shall be securely sewed or cemented together; the joints being sealed in such manner that they do not open up or separate during the curing period. • At the option of the CONTRACTOR, instead of the single longitudinal strip specified above, the blanket may be furnished in three strips; one strip being the neat width of the pavement, with two side strips. • Additional Requirements for Polyethylene Sheeting: • The sheets, as prepared for use, shall be of such dimensions that each unit as laid will extend beyond the edges of the slab by at least twice the thickness dimension of the pavement edge, and the sheets shall overlap by at least 18 inches [450 mm]. • No sheet may be reused except after individual inspection and approval by the CONSULTANT. Any sheets determined by the CONSULTANT to be so damaged as to not afford the protection to the concrete in preventing moisture loss during the curing period will be rejected. D. Certification: For burlap or white burlap-polyethylene, the CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer confirming that the requirements of this Section are met. Each certification shall cover only one type of burlap or white burlap-polyethylene sheeting. PART 3 - EXECUTION 3.01 PLACING A. CONTRACTOR shall ensure sufficient planting depth for palms and trees located above existing utility lines prior to installation of sidewalk / planters. CONTRACTOR shall verify rootball depths and planting details for all trees and palms located above existing utility lines. Should conflict arise, CONTRACTOR shall immediately contact PROGRAM MANAGER for resolution and cease with work in this area until the conflict is resolved. B. Foundation: Compact fill areas, including cut areas under the sidewalk that have been excavated more than 6 inches [150 mm] below the bottom of sidewalk, to a minimum of 90% of AASHTO T180 density. The area to be compacted is defined as that area directly 02512-9 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 under the sidewalk and 1 foot[300 mm] beyond each side of the sidewalk when right-of-way allows. C. Place the concrete in the forms, and tamp and spade it to prevent honeycombing, and until the top of the structure can be floated smooth and the edges rounded to the radius shown in the plans. 3.02 JOINTS A. Sidewalk: • Expansion Joints: Form 1/2 inch [13 mm] expansion joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections with a preformed joint filler meeting the requirements specified in 932-1.1. • Contraction Joints: • Types: The CONTRACTOR may use open type or sawed contraction joints. • Open-Type Joints: Form open type contraction joints by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, remove the bulkhead. After finishing the sidewalk over the joint, edge the slot with a tool having a 1/2 inch [13 mm] radius. • Sawed Joints: If electing to saw the contraction joints, cut a slot approximately 3/16 inch [5 mm] wide and not less than 1 1/2 inches[40 mm] deep with a concrete saw after the concrete has set, and within the following periods of time: • Joints at not more than 30 feet [9 m] intervals: Within 12 hours after finishing. • Remaining joints: Within 96 hours after finishing. B. Curb and Gutter • Contraction Joints: • Except for machine placed items, the CONTRACTOR may form joints by using dummy joints (either formed or sawed) or by using sheet metal templates. If using sheet metal templates, ensure that they are of the dimensions, and are set to the lines, shown in the plans. Hold templates firmly while placing the concrete. Leave templates in place until the concrete has set sufficiently to hold its shape, but remove them while the forms are still in place. • Saw contraction joints, for machine placed items, unless the CONSULTANT approves an alternate method. Saw the joints as soon as the concrete has 02512-10 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 hardened to the degree that excessive raveling will not occur and before uncontrolled shrinkage cracking begins. • Space contraction joints at intervals of 10 feet [3 m] except where closure requires a lesser interval, but do not allow any section to be less than 4 feet [1.2 m] in length. • Expansion Joints: Construct expansion joints at all inlets, at all radius points, and at other locations indicated in the plans. Locate them at intervals of 500 feet [150 m] between other expansion joints or ends of a run. Ensure that the joint is 1/2 inch [13 mm] in width. 3.03 FINISHING A. Sidewalk: Miami Beach Red • Screeding: Strike-off the concrete by means of a wood or metal screed, used perpendicular to the forms, to obtain the required grade and remove surplus water and laitance. • Surface Requirements: • Provide the concrete with a broom finish. Ensure that the surface variations are not more than 1/4 inch [6 mm] under a 10 foot [3.048 m] straightedge, or more than 1/8 inch [3 mm] on a 5 foot [1.5 m] transverse section. Finish the edge of the sidewalk with an edging tool having a radius of 1/2 inch [13 mm]. • Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom. • Ensure that the tine finish consists of transverse grooves which are 0.03 to 0.12 inch [0.8 to 3.0 mm] in width and 0.10 to 0.15 inch [2.5 to 3.8 mm] in depth, spaced at approximately 1/2 inch [13 mml center to center. B. Curb and Gutter: Natural • Repair of Minor Defects: Remove the forms within 24 hours after placing the concrete, and then fill minor defects with mortar composed of one part portland cement and two parts fine aggregate. The CONSULTANT will not allow plastering on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter without additional compensation. • Final Finish: Finish all exposed surfaces while the concrete is still green. In general, the CONSULTANT will only require a brush finish. For any surface areas, however, which are too rough or where other surface defects make additional finishing necessary, the CONSULTANT may require the CONTRACTOR to rub the curb to a smooth surface with a soft brick or wood block, using water liberally. Also, if 02512-11 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 necessary to provide a suitable surface, the CONSULTANT may require the CONTRACTOR to rub further, using thin grout or mortar. 3.04 CURING A. General: • Continuously cure the concrete for a period of at least 72 hours. Commence curing after completely finishing and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Immediately replace any curing material removed or damaged during the 72 hour period. • After removing the forms, cure the surfaces exposed by placing a berm of moist earth against them or by any of the methods described below,for the remainder of the 72 hour curing period. B. Wet Burlap Method: Place burlap over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches[150 mm]. Hold the burlap securely in place such that it will be in continuous contact with the concrete at all times, and do not allow any earth between the burlap surfaces at laps or between the burlap and the concrete. Saturate the burlap with water before placing it, and keep it thoroughly wet throughout the curing period. C. Membrane Curing Compound Method: Apply clear membrane curing compound or white pigmented curing compound by a hand sprayer in a single coat continuous film at a uniform coverage of at least 200 square feet per gallon [0.2 L/m2]. Immediately recoat any cracks, checks, or other defects appearing in the coating. Thoroughly agitate the curing compound in the drum prior to application, and during application as necessary to prevent settlement of the pigment. D. Polyethylene Sheeting Method: Place polyethylene sheeting over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches [150 mm]. Hold the sheeting securely in place and in continuous contact with the concrete at all times. 3.05 BACKFILLING AND COMPACTION A. After the concrete has set sufficiently, but not later than three days after pouring, refill the spaces in front and back of the curb to the required elevation with suitable material. Place and thoroughly compact the material in layers not thicker than 6 inches [150 mm]. 3.06 SURFACE REQUIREMENTS A. Test the gutter section of curb and gutter with a 10 foot [3.048 m] straightedge laid parallel to the centerline of the roadway and while the concrete is still plastic. Perform straightedging along the edge of the gutter adjacent to the pavement or along other lines on the gutter cross-section, as directed by the CONSULTANT. Immediately correct irregularities in excess of 1/4 inch [6 mm]. 02512-12 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 - END OF SECTION- 02512-13 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02513 PORTLAND CEMENT CONCRETE PAVING PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 02529 - Concrete Sidewalk, Straight Curb, Curbs, Gutters, and Wheel Stops. 1.2 REFERENCES A. American Concrete Institute (ACI)-316. B. American Association of State Highway and Transportation Officials (AASHTO) Standard. 1. T-180 Moisture-Density Relations of Soils Using a 10 lb. Rammer and an 18 inch Drop. 2. T-181 In-Place Density of Compacted Base Courses Containing Large Sizes of Coarse Aggregates. C. American Society for Testing and Materials (ASTM). 1. C78-94 Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). 2. C192/C-95 Practice for Making and Curing Concrete Test Specimens in the Laboratory. 3. D1751-83(91) Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 1.3 SUBMITTALS A. Submit the following for review before starting work: 1. Concrete design mix and proving flexural strength (modulus of rupture) tests. 2. Expansion joint filler data. 3. Joint sealer data. 4. Proposed finish procedure and technique for placing the concrete. 5. Results of concrete tests as specified. 6. Results of field tests of compaction of base course. 02513-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N0 ST Improvements February 2018 B. Records: Maintain the following records for review for at least three years: • Approved concrete mix designs. • Materials source (delivery tickets, certifications, certified mill test reports). • A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. • A copy of the documentation certifying the admixture weighing/measuring devices. • Recent NRMCA (National Ready Mix Concrete Association) or CITY inspection records certifying plant can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. C. Certification and Acceptance: • Furnish a delivery ticket with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the batcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the delivery ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with Specification requirements. • The CITY will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the CITY, all concrete that does not meet the 28-day compressive strength requirements. 1.4 QUALITY ASSURANCE A. Comply with ACI Standard "Recommended Practices for Construction of Concrete Pavements and Concrete Bases" (ACI 316 latest edition) and applicable requirements of Section 03300-Cast-In-Place Concrete, except as specified. PART 2 PRODUCTS 2.1 MATERIALS A. Base Course: Provide 12 inch stabilized subgrade compacted to a maximum density of 95 percent as determined by AASHTO T-180. B. Concrete for concrete pavement shall have a 28-day modulus or rupture of 650 psi as determined by the requirements as specified. 1. Minimum compressive strength shall be 3000 psi at 28 days. C. Joint sealing: Conform to Fed. Spec. SS-S1401 or SS-S-200d (cold applied). 02513-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42NO ST Improvements February 2018 D. Premolded expansion joint filler: Conform to ASTM D1751-83 (1991). E. Integral Color Concrete: The following Miami Beach Red mix designs have been approved for color conformity for the Miami Beach red integral color concrete being used in sidewalks, in the City of Miami Beach, north of 5'" Street. 1. FDOT347 Class 1 Sidewalk, Curb &Gutter with Integral Color (Miami Beach Red Concrete Approval No. MB 01) 2. FDOT347 Class 1 Vibrated Curb Machine Mix with Integral Color(Miami Beach Red Concrete Approval No. MB 02) 3. CSR Rinker Mix Code No. 1259078 (Miami Beach Red Concrete Approval No. MB 03) 4. CSR Rinker Mix Code No. 1259079 (Miami Beach Red Concrete Approval No. MB 04) 5. Rinker Materials Mix Code No. 1300248 (Miami Beach Red Concrete Approval No. MB 05) 6. Continental Heidelberg Cement Group Mix Code No. 709 (Miami Beach Red Concrete Approval No. MB 06) F. Integral Color Concrete: Sailor's Sea Blue by Scofield with a light sandblast finish. PART 3 EXECUTION D.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. D.2 PREPARATION A. Surface Requirements: 1. The finished test standard pavement surface in both transverse and longitudinal directions shall have a maximum deviation from the specified plane of+ 1/8". 2. Corrections shall be by grinding with the ground finish to match the specified finish. 3. Exterior paving shall have a maximum deviation from the specified grade of 1/8" in 10 feet. D.3 APPLICATION A. The surface finish, a medium broom finish after troweling, requires acceptance by the NE. B. Joints: 02513-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 1. Contraction Joints: 1. Place as indicated and to be perpendicular to the finish grade of the concrete. 2. Joints shall be cut to a depth of 1/4 of the slab thickness by cutting with an edging tool having a 1/4" radius or by sawing with a blade producing a cut not less than 1/8" in width. 3. Saw joints within 24 hours of concrete placement. 2. Expansion Joints: 1. Place where indicated on the drawings, using 1/2" thick preformed expansion joint material. 2. Anchor with accepted devices to prevent displacement during pouring and finishing. 3. Edges shall be rounded with an edging tool. 4. Joints shall be full depth of concrete except that top edges shall be 1/2" below the finish concrete surface. 5. Seal expansion joints by filling with joint sealing compound. Joints shall be clean and dry before sealing compound is put in place. 3. Construction joints are to be used at indicated locations to stop concrete pours. C. Curing: Methods of curing shall be accepted by the NE. D.4 TESTING A. Laboratory and field testing shall be made by the Board contracted testing laboratory. B. Testing requirements for concrete as specified shall be according to the requirements of Cast-In-Place Concrete -Section 03300 of these specifications, and as specified herein. C. Design mixes and testing requirements for the concrete pavement shall be flexural strength tests of concrete as basis for design. D. Where the flexural strength of the concrete is specified, make 1 strength test and one flexural test following (ASTM C192 and ASTM C78) for each 100 cubic yards or fraction thereof placed per day. Number of cylinders shall be 3 for strength test and 3 for flexural test. Test one at 3 days, one at 7 days and one at 28 days. E. Base Course: Provide 1 field density test at each location of the concrete paving according to Section 02200-Earthwork. END OF SECTION 02513-4 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 SECTION 02529 CONCRETE SIDEWALKS, STRAIGHT CURBS, CURBS, GUTTERS, AND WHEEL STOPS PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 02511 -Asphaltic Concrete Pavement. 1.02 REFERENCE STANDARDS A. Miami-Dade County Public Works Manual (M-DCPW), latest edition. B. Florida Department of Transportation (FDOT), latest edition, Standard Specifications for Road and Bridge Construction. 1. Delete the basis of payment and other pay measurement requirements from FDOT specifications. 2. Payment for work specified in this section will be included as part of lump sum bid for entire project according to Construction Documents. 1.03 SUBMITTALS A. Submit properly identified manufacturer's literature and installation instructions before starting work. B. Shop Drawings: Submit precast wheel stop shop drawings. C. Concrete Tests: Submit for review. 1.04 QUALITY ASSURANCE A. Perform tests according to the specified standards. B. Provide reinforcing at extruded curbing. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete: 1. Provide concrete for sidewalks,straight curbs,curbs,gutters,and wheel stops. 2. For work on Public Right of Way:Comply with Section 145"Concrete Sidewalk" of M-DCPW and FDOT Section 520 "Concrete Gutter, Curb Elements". 02529-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42Nu ST Improvements February 2018 PART 3 EXECUTION 3.01 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. 3.02 INSTALLATION A. Concrete Sidewalks: Provide as indicated on drawings and specified in Section 145 of M-DCPW. B. Straight Curbs: Provide as indicated on drawings and specified in Section 520 of FDOT. C. Curbs and Gutters: Provide as indicated on drawings and specified in Section 520 of FDOT. D. Wheel Stops: Approximately 6 inches x 8 inches x 6 feet. long. reinforced precast concrete, anchored with at least two 5/8"round reinforcing bars driven 18 inches into ground as indicated on drawings. Units as made by Denmark Cast Stone Co. or Precast Corp. 3.03 FINISHING A. Sidewalk: Miami Beach Red • Screeding: Strike-off the concrete by means of a wood or metal screed, used • perpendicular to the forms,to obtain the required grade and remove surplus water and laitance. • Surface Requirements: • Provide the concrete with a broom finish. Ensure that the surface variations are not more than 1/4 inch[6 mm]under a 10 foot[3.048 m]straightedge,or more than 1/8 inch [3 mm]on a 5 foot[1.5 m]transverse section. Finish the edge of the sidewalk with an edging tool having a radius of 1/2 inch [13 mm]. • Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom. • Ensure that the tine finish consists of transverse grooves which are 0.03 to 0.12 inch [0.8 to 3.0 mm] in width and 0.10 to 0.15 inch [2.5 to 3.8 mml in depth, spaced at approximately 1/2 inch [13 mm] center to center. B. Curb and Gutter: Natural 02529-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 • Repair of Minor Defects: Remove the forms within 24 hours after placing the concrete, and then fill minor defects with mortar composed of one part portland cement and two parts fine aggregate. The CONSULTANT will not allow plastering on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter without additional compensation. • Final Finish: Finish all exposed surfaces while the concrete is still green.In general,the CONSULTANT will only require a brush finish. For any surface areas, however,which are too rough or where other surface defects make additional finishing necessary, the CONSULTANT may require the CONTRACTOR to rub the curb to a smooth surface with a soft brick or wood block, using water liberally. Also, if necessary to provide a suitable surface, the CONSULTANT may require the CONTRACTOR to rub further, using thin grout or mortar. 3.04 TESTING A. Provide tests as specified in Section 03300, Sections 145 of M-DCPW and Section 520 of FDOT. END OF SECTION 02529-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02576 PAVING AND RESURFACING PART 1 GENERAL 1.1 DESCRIPTION A. The work of this section includes, but is not limited to: 1. Temporary Paving 2. Permanent Paving B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Florida Department of Transportation Standard Specifications for Road and Bridge Construction Latest Edition, including Supplements. 1.3 SUBMITTALS A. Certificates: 1. Submit certification from bituminous and aggregate suppliers attesting that materials conform to the Controlling Agency Specifications. 1.4 JOB CONDITIONS A. Control of Traffic: 1. Take measures to control traffic during repaving operations. Do not allow traffic on repaved areas until authorized by the Engineer. 2. Employ traffic control measures necessary to maintain and to protect traffic, to protect the work in progress,to protect adjacent property from excess dust resulting from the construction area and to maintain traffic through, around, or adjacent to the construction area. The work shall include the furnishing and maintaining of all traffic control devices, flaggers, construction of temporary structures when required, labor,equipment and materials to keep the traveled road smooth and the furnishing and application of dust palliatives. B. Restore existing paving outside the limits of the work that is damaged by the contractor's operations to its original condition at the expense of the Contractor. PART 2 PRODUCTS 2.1 FLEXIBLE PAVEMENT MATERIALS AND AGGREGATES A. Bituminous Treatments, surface courses and concrete pavements shall conform to Florida Department of Transportation Standard Specifications for Road and Bridge 02576-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 Construction, Latest Edition. Thickness shall be a minimum of 1 inch of Type S-3 Asphaltic Concrete Pavement, unless otherwise noted on plans. B. Refer to Section 300, Florida Department of Transportation Specifications, Latest Edition. All bituminous materials and aggregates used in paving and resurfacing are designated in these specifications and shall conform to the applicable portions of the State specifications. PART 3 EXECUTION 3.1 TEMPORARY PAVING A. Place temporary paving immediately upon completion of trench back-filling. Unpaved trenches shall not remain unpaved longer than one working day after back- filling. B. Shape and compact subgrade material,then place and compact crushed stone base course to the required thickness. C. Place temporary paving material. Compact to required minimum thickness with trench roller having minimum 300 pounds per inch-width of compaction roll. D. Continuously maintain temporary paving to the satisfaction of the Engineer and the state and local road departments. E. Remove and dispose of temporary pavement prior to the placement of permanent pavement. 3.2 PERMANENT PAVING A. Excavate to the lines and grades on plans to receive permanent pavement, including the disposal of surplus excavated material. Remove all muck and organic materials. B. Remove temporary paving material. Construct permanent base and surface courses to the required compacted thickness shown on the plans in accordance with Florida Department of Transportation Standards for Road and Bridge Construction. C. Trim existing paving to remove damaged areas. Cut straight joint lines and right angle offsets. D. Maintain permanent paving to the satisfaction of the Engineer and the local and state road departments throughout the contract maintenance period. 3.3 BITUMINOUS OVERLAY A. Where indicated on the drawings, standard details, or directed by the engineer, place a bituminous overlay. B. Construct in accordance with Florida Department of Transportation Standards for Road and Bridge Construction. 02576-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42No ST Improvements February 2018 3.4 DRIVEWAYS A. Trim concrete and bituminous driveway surfaces to remove damaged areas. Saw cut straight joint lines parallel to the centerline of the trench. Cut offsets at right angles to the trench centerline. B. Restore existing concrete driveways trenched through with a 6" layer of concrete reinforced with 6 x 6 10/10 wire mesh. C. Restore existing asphalt driveways trenched through in kind or with minimum 1"layer wearing course over 12" layer of D.O.T. road rock. D. Restore earth driveways with a 6"layer of 3/4"stone backfill. Florida DOT 901-6 No. 14. E. Restore brick driveways with like brick placed on a 4" thick wet sand bed. Place bricks in like pattern and spacing. 3.5 CONCRETE CURB AND SIDEWALK REPAIRS A. Replace curbs and sidewalks damaged by construction to match existing. B. Reconstruct curbs and sidewalks to the first expansion joint on either side of the damaged portion. Install preformed expansion joint material. C. Sidewalks shall be new construction for the full width of the existing slabs. D. Reconstruct sidewalks to 4 inch thickness of Class I concrete placed on a 4 inch base of compacted material. E. Sidewalks and curbs materials and construction methods shall be in accordance with Sections 522 and 520 of the referenced Florida Department of Transportation Specifications. END OF SECTION 02576-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02580 PAVEMENT MARKING PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 02511 -Asphaltic Concrete Pavement. 1.02 REFERENCE A. Florida Department of Transportation (FDOT) 1986 Standard Specifications for Road and Bridge Construction, except basis of payment and other pay measurement requirements. B. Manual on Uniform Traffic Control Devices for Streets and Highways published by the U.S. Department of Transportation, Federal Highway Administration, 1978. C. Miami-Dade County Highway Department, Signalization and Traffic Section. D. Florida Building Code (FBC)for accessibility requirements. 1.03 SUBMITTALS A. Submit for review before starting work, paint tests, as specified in Section 971 of FDOT Specifications and as applicable to specified material. 1.04 QUALITY ASSURANCE A. Perform work in a neat and accurate manner. B. All equipment shall be of a type and design that will readily obtain the required uniformity of application of the pavement markings both as to thickness of coating and alignment. 1.05 MAINTENANCE A. Spare Paint: Provide the Board with a minimum of 5 gallons of traffic paint from the same batch used in application of pavement markings. Also provide paint specifications and the manufacturer's identification number of the paint used. PART 2 PRODUCTS 2.01 MATERIALS A. Traffic Paint:According to requirements as specified in Section 971-12 of the FDOT Specifications and colors indicated on Drawings. 02580-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N0 ST Improvements February 2018 B. Court Paint: By Caribbean or accepted equivalent. • 1. #260-0307 Yellow. 2. #260-0315 White. PART 3 EXECUTION 3.01 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. 3.02 APPLICATION A. Time of Application: Painting shall be done only during daylight hours and, as far as practical, shall be terminated in time to allow sufficient drying by sunset. B. Weather Limitations: No paint shall be applied when any moisture is present on the surface to be painted or when the air temperature is below 40 degrees F. Painting shall not be done when winds are sufficient to cause spray dust. C. Preparation of Surface to be Painted: The surface to be painted shall be cleaned by compressed air or other effective means immediately before the start of painting. Surface shall be clean and dry when the paint is applied.Any vegetation or loose soil shall be removed from the pavement before striping is begun. D. Mixing Paint: The paint shall be thoroughly mixed before it is poured into the painting machine and no thinning of the paint in the machine will be allowed. Before the start of each day's work the paint container, the connections and the spray nozzles on the machine shall be thoroughly cleaned with a suitable cleaner. E. Paint Application:The traffic markings shall be of the specified dimensions with clean, true edges and without sharp breaks in the alignment.A uniform coating of paint shall be obtained and the finished markings shall contain no light spots or paint skips.Any stripes not having a uniform, satisfactory appearance, both day and night, shall be corrected. F. Rate of Paint Application:The minimum rate of application for paint shall be as follows: 1. Four inch solid parking stall strips: 18.5 gallons per mile. 2. Any other width stripe or markings: A direct proportion of the above. G. Required Film Thickness: The minimum wet film thickness for all painted areas shall be 15 mils. H. Court Paint: Lay out yellow basketball lines over white volleyball lines. I. Alignment of Strips: Where a stripe deviates from the correct alignment, as indicated by the string line, by more than one inch in any 20-foot length, it shall be obliterated and the stripe corrected as specified in paragraph "Corrective Measures". 02580-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N0 ST Improvements February 2018 3.03 PROTECTION A. Protection of Stripes: All newly painted stripes, or other markings, shall be protected until the paint is sufficiently dry to allow vehicles to cross the marking without damage from the tires. B. Repair of Damaged Areas: Any portions of the stripes damaged by passing traffic or from and other cause shall be repainted at the Contractor's expense. 3.04 DIMENSION AND ALIGNMENT TOLERANCE A. Dimensions: No marking shall be less than the specified width. No markings shall exceed the specified width by more than 1/2". Alignment tolerances shall be as specified in paragraph 3-01 H. B. Correction Rates:Any corrections of variation in the width of in the alignment of stripes shall not be made abruptly but the stripes shall be returned to the design width at the rate of at least 10 feet for each 1/2" of correction. 3.05 CORRECTIVE MEASURES A. Painted markings failing to meet the specifications, including the permissible tolerances and the appearance requirements, or are marred, damaged by traffic, or from other causes,shall be corrected at the Contractor's expense. Drip and spattered paint shall be removed. Whenever it is necessary to remove paint it shall be done by means that will not damage the underlying surface of the pavement.When necessary to correct a deviation that exceeds the permissible tolerance in alignment,that portion of the stripe affected shall be removed and repainted according to these specifications. B. Corrective Devices: Misalignment, defective surfaces, etc., shall be corrected by chemical agents,or by any other type of mechanical device that will effectively remove the paint without damage to the pavement surface, or prevent the reapplication of markings. END OF SECTION 02580-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42"o ST Improvements February 2018 SECTION 02110 SITE CLEARING & DEMOLITION PART 1 GENERAL 1.1 SECTION INCLUDES A. Removal of surface debris. B. Removal of paving. C. Removal of trees, shrubs, and grass. D. Demolition. 1.2 REGULATORY REQUIREMENTS D. Conform to applicable Metro-Dade DERM and City of Miami Beach environmental requirements for demolition, debris disposal, tree protection and preservation. Contractor shall pay all fees. E. Coordinate clearing Work with utility companies. F. Conform to applicable municipal and City of Miami Beach codes limiting generation of noise. PART 2 PRODUCTS 2.1 MATERIALS Not Used. PART 3 EXECUTION 3.1 PROTECTION A. Locate, identify, and protect utilities that are to remain, from damage. B. Protect trees, plant growth, and features that are to remain. C. Protect bench marks, survey control points, and existing structures from damage or displacement. D. Existing trees must either remain or be transplanted. No trees will be allowed to be damaged or removed. The Contractor shall protect trees by complying with the latest City of Miami Beach and DERM requirements for tree preservation, as prescribed under the Miami Beach Code Section. NOTE: The provided Plans do not indicate all existing landscape locations. 02110-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 3.2 CLEARING A. Clear areas required for access to site and execution of Work. B. Remove and legally dispose of debris, rock, and extracted plant life from site. C. Partially remove paving as indicated. Neatly saw cut edges at right angle to surface. 3.3 DEMOLITION A. The work to be included under this item shall include, but not be limited to demolition in areas shown on the Drawings. B. All items removed shall become the property of the Contractor, unless otherwise noted, and will be removed from the site and legally disposed of by the Contractor. END OF SECTION 02110-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02512 CONCRETE SIDEWALK PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists of the construction of concrete sidewalk, curb and gutter in accordance with these Specifications and in conformity with the lines, grades. dimensions and notes shown on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Earthwork B. Clearing PART 2 - PRODUCTS 2.01 CONCRETE A. Reference SECTION 03050 - CONCRETE. FORMS AND REINFORCEMENT as applicable. B. Portland Cement Concrete shall be FDOT Class I (Nonstructural). C. Integral Color Concrete: The following Miami Beach Red mix designs have been approved for color conformity for the Miami Beach red integral color concrete being used in sidewalks, in the City of Miami Beach. 1. FDOT347 Class 1 Sidewalk, Curb & Gutter with Integral Color (Miami Beach Red Concrete Approval No. MB 01) 2. FDOT347 Class 1 Vibrated Curb Machine Mix with Integral Color (Miami Beach Red Concrete Approval No. MB 02) 3. CSR Rinker Mix Code No. 1259078 (Miami Beach Red Concrete Approval No. MB 03) 4. CSR Rinker Mix Code No. 1259079 (Miami Beach Red Concrete Approval No. MB 04) 5. Rinker Materials Mix Code No. 1300248 (Miami Beach Red Concrete Approval No. MB 05) 6. Continintal Heidelberg Cement Group Mix Code No. 709 (Miami Beach Red Concrete Approval No. MB 06) 02512-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 D. Concrete Mix Design: Before producing any concrete, submit the proposed mix design to the CONSULTANT on a form provided by the CITY. Use only concrete mix designs meeting the following requirements and having prior approval of the CONSULTANT. Maximum water to cementitious materials ratio 0.55 lbs/lbs[0.55 kg/kg] Minimum 28-Day Compressive Strength 3,000 psi[17 MPa] Minimum Cementitious Materials Content 470 lbs/yd3[280 kg/m31 Slump 0 to 6 inch[0 to 150 mm] Materials may be adjusted provided that the theoretical yield requirement of the approved mix design is met. Show all required original approved design mix data and batch adjustments and substituted material on the CITY concrete delivery ticket. The ENGINEER may disqualify any concrete production facility for noncompliance with Specification requirements. E. Sampling and Testing: The CITY may sample and test the concrete at his discretion to verify its quality. F. Records: Maintain the following records for review for at least three years: • Approved concrete mix designs. • Materials source (delivery tickets, certifications, certified mill test reports). • A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. • A copy of the documentation certifying the admixture weighing/measuring devices. • Recent NRMCA (National Ready Mix Concrete Association) or CITY inspection records certifying plant can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. G. Certification and Acceptance: • Furnish a delivery ticket with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the batcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the delivery ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with Specification requirements. • The CITY will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the CITY, all concrete that does not meet the 28-day compressive strength requirements. 02512-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 2.02 FORMS A. Forms shall be cleaned and oiled prior to the placement of concrete. B. Form Materials: Construct forms for this work of either wood or metal. Provide forms that are straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. For all items constructed on a radius, use flexible forms. C. Depth of Forms: Ensure that forms have a depth equal to the plan dimensions for the depth of concrete being deposited against them. D. Machine Placement: The CONTRACTOR may place these items by machine methods with the approval of the CONSULTANT provided that the CONTRACTOR consistently produces an acceptable finished product, true to line,grade, and cross section. 2.03 JOINTS A. Preformed Joint Filler for Pavement and Structures: • Preformed joint filler shall meet the requirements of AASHTO M153 or AASHTO M213, or cellulose fiber types meeting all the requirements of AASHTO M213 except the asphalt content is acceptable provided they contain minimums of 0.2% copper pentachlorophenate as a preservative and 1.0% waterproofing wax. For AASHTO M153, unless a particular type is specified, either Type I, Type II or Type III may be used. • Preformed joint fillers shall have a thickness equal to the width of the joint required, and shall be furnished in lengths equal to the widths of the slabs in which they are to be installed, except that strips which are of a length not less than the distance between longitudinal joints, or between longitudinal joint and edge, may be used if laced or clipped together in a manner approved by the CONSULTANT. The depth and shape of the joint filler shall conform to the dimensions shown in the plans. For doweled joints, proper provision shall be made for the installation of the dowels. • Certification: The CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer, confirming that the preformed joint filler meets the requirements of this Section. B. Joint Sealer for Pavement and Structures: • General: This Specification covers joint sealer intended for use in sealing joints in asphalt and concrete pavements. These materials may also be used to seal joints in concrete bridges and other structures. • Material. The material shall meet the requirements of either ASTM D1190 (Concrete Joint Sealer, Hot-Poured Elastic Type) or ASTM D3405 (Joint Sealants, Hot Poured, for Concrete and Asphalt Pavements). Manufacturers or distributors seeking 02512-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 approval of their material in accordance with this Specification shall demonstrate the performance of their products in accordance with Florida Test Methods FM 5-532 or FM 5-533. • Certification: The CONTRACTOR shall provide the CONSULTANT a certification conforming to the requirements of FDOT from the manufacturer, confirming that the joint sealer materials meets the requirements of this Section. • Shipment: The material shall be delivered in containers plainly marked with the manufacturer's name or trademark product name, lot number and date of expiration. • Bond Breaker Rod: • The bond breaker rod shall be a closed cell, expanded polyethylene foam rod of the size and dimensions shown on the plans. It shall be compatible with the joint sealant and no bond or reaction shall occur between the rod and the sealant. • All bond breaker rods installed shall be covered by a sealant at the end of each work day. • Bond breaker tape approved by the sealant manufacturer may be used in lieu of bond breaker rod when sealing random cracks. C. Low Modulus Silicone Sealant: • General: • Low Modules Silicone sealant shall be furnished in a one part silicone formulation meeting the requirements specified herein. Manufacturers or distributors seeking approval of Low Modulus Silicone Sealants shall demonstrate the performance of their products in accordance with FM 5-533. • Acetic acid cure sealants are not acceptable. A primer as specified in 932-1.4 for bonding sealant to concrete shall be used if required by the manufacturer. When a manufacturer's product is tested and approved by the CITY using a primer, primer will be required for project installation. • Low modulus silicone sealants may be either a non-self-leveling or a self- leveling type, unless specified otherwise in the plans or Specifications. • Silicones shall be identified in the following manner: • Type A - A low modulus, non-sag (non-self-leveling) silicone formulation, used in sealing horizontal and vertical joints in cement concrete pavements and bridges (i.e., concrete-concrete joints). Tooling is required. 02512-4 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 • Type B - A very low modulus, self-leveling silicone formulation, used in sealing horizontal joints (including joints on moderate slopes) in cement concrete pavements and bridges (i.e., concrete-concrete joints). Tooling is not normally required. • Type C - An ultra-low modulus, self-leveling silicone formulation, used in sealing horizontal joints (including joints on moderate slopes) in cement concrete pavements and bridges (i.e., concrete-concrete joints). It can also be used to seal the joints between cement concrete pavements and asphalt concrete shoulders (including asphalt joints). Tooling is not normally required. • Physical Requirements: SILICONE SEALANT TYPE Type A Type B Type C Flow(maximum) 0.3 inches [7.6 mm] 1.7-11.0 g/s 4.58-9.2 g/s Extrusion rate 1.25-4.2 g/s Tack-free time at 77 ± 3°F [25 ± 1.5°C] and 45 to 55% Relative Humidity 20-75 minutes 120 minutes, 60 minutes, maximum maximum Specific gravity 1.1 to 1.515 1.10 to 1.40 1.26 to 1.34 Durometer hardness, Shore A (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 10-25 SILICONE SEALANT TYPE Type A Type B Type C Durometer hardness, Shore 00 (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 40-80 20-80 Tensile stress (maximum) at 150% elongation 45 psi 40 psi 15 psi [300 kPa], [275 kPa], [100 kPa], Elongation (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50± 5% Relative Humidity) 800% minimum Elongation (Cured 21 days at 77± 3°F [25 ± 1.5°C] and 50 ± • 5% Relative Humidity) 800% minimum 1400% minimum Ozone and Ultraviolet Resistance No chalking, cracking or bond loss after 5,000 hours, minimum. 02512-5 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 Bond to concrete mortar briquettes (primed if required) (Cured seven days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 50 psi [350 kPa] minimum Bond to concrete briquettes (Cured 21 days at 77 ± 3°F [25 ± 1.5°C] and 50 ± 5% Relative Humidity) 40 psi [275 35 psi [240 kPa], kPa], minimum minimum (includes bond to asphalt) Movement Capability No adhesive or cohesive failure and adhesion, 10 cycles at-50 to +100% • Methods of Test: Flow MIL S 8802 Extrusion Rate MIL S 8802 Tack Free Time MIL S 8802 Specific Gravity ASTM D792, Method A Durometer Hardness ASTM D2240 Tensile Stress ASTM D412 (Die C) Elongation ASTM D412 (Die C) Ozone and Ultraviolet ASTM C 793 Movement capability and adhesion ASTM C 719 • Bond to Mortar Briquettes: • Portland Cement Mortar: Briquettes shall be molded and cured 28 days minimum in accordance with AASHTO T132. Cured briquettes shall be dried at 230 ± 5°F [110 ± 2.5°C], sawed in half and bonded together with a thin section of sealant. After cure of sealant, briquettes will be tested in accordance with AASHTO T132. • Field Cure: 6 inch [150 mm] samples of the sealant shall be taken by the CITY from the joint at the end of a two week curing period and tested for durometer hardness (by Florida Method ANSI/ASTM D2240), except that the requirements of a 1 inch [25 mm] sample width shall not apply. A minimum hardness of 7.0 is required as evidence of adequate cure. • Tolerance: A tolerance in cross-sectional height at midpoint of-1/16 to +3/16 inch [- 1.6 to +4.8 mm] will be allowed to the nominal values shown for each joint width on the plan sheet. The ENGINEER shall check one joint for each 1,000 feet [300 m] of roadway by cutting out specimens. If the cross section of the cut specimen is out of the allowable range, additional specimens shall be taken as follows. One joint every 02512-6 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 100 feet [30 m] of pavement not to exceed 500 feet [150 m]. If the average of the specimens is out of tolerance, the CONTRACTOR shall remove and replace the entire 500 feet [150 m] section at his expense. Installation tolerance shall be verified at 1,000 feet[300 m]intervals. • Certification: The CONTRACTOR shall provide the CONSULTANT certification conforming to the requirements of FDOT from the manufacturer, confirming that the low modulus silicone sealant meets the requirements of this Section. • Shipment: Sealant material shall be delivered in containers plainly marked with the manufacturer's name or trademark, product name, lot number, and date of expiration. D. Primer. • In locations shown on plans and when required by the manufacturer's product, a primer shall be used with the Low Modulus Silicone Sealant. • The manufacturer shall perform his quality control tests on each lot of sealant primer material furnished to each project and furnish a certified report that each lot of primer material furnished to a project meets his Company's Specifications for that product and the primer is suitable for its intended use. • Sealant primer material shall be delivered in containers plainly marked with the manufacturer's name or trademark and product name, lot number and date of expiration. E. Backer Rod and Tape Bond Breakers: • For new construction projects or general use where the joints to be sealed have uniform width, a closed cell, expanded polyethylene foam backer rod bond breaker shall be required. For rehabilitation projects and similar joint seals where the joints to be sealed have irregular width, an open cell, expanded polyethylene foam backer rod bond breaker with an impervious skin shall be required. • The backer rod shall be compatible with the joint sealant. No bond or reaction shall occur between the rod and the sealant. • Tape bond breaker approved by the sealant manufacturer may be used in lieu of backer rod bond breaker when sealing joints and/or random cracks, as required. • All installed bond breakers shall be covered by sealant at the end of each workday. 2.04 CURING MATERIALS A. Burlap: Burlap for curing concrete shall consist either of two layers, each weighing 10 to 18 ounces/10 sf[0.30 to 0.55 kg/m2], or of four layers,each weighing 6 to 7 ounces/10 sf[0.18 to 0.21 kg/m']. Burlap which has been used as a container for sugar shall not be used. 02512-7 Stantec Job No,: 215613871 City of Miami Beach Project Manual W 42N0 ST Improvements February 2018 Burlap that is being used for the first time shall be thoroughly washed in order to remove starches used in sizing the material. Burlap shall be furnished in strips of at least 3 feet [1.0 m] wide and shall be at least 3 feet [1.0 m] longer than the width of surface to be covered. B. Membrane Curing Compound: • • • General: • Membrane curing compound shall conform to requirements of AASHTO M148 (Type 1 for clear compound and Type 2 for white-pigmented compound), and the following additional requirements: • The membrane curing compound shall be of a consistency suitable for spraying at temperatures prevalent at the time of construction operations, and which forms a continuous, uniform film. It shall be free from precipitated matter caused by conditions of storage or temperature. The compound shall be relatively nontoxic. Thorough agitation shall be performed prior to shipment from manufacturer's plant and prior to use at job site. • Curing compound delivered to the job in drums shall be in the manufacturer's original container, labeled with the manufacturer's name, plant location, grade designation of compound, lot number, and quantity. • Curing compound delivered in bulk shall be supplied from and delivered to storage tanks designed to provide thorough agitation by means of compressed air. • Sampling: Samples shall be obtained as specified in AASHTO M148 with the following exception. Take one sample for each lot, batch, or other unit of production representing each 2,200 gallons [8,300 liters] or fraction thereof. Filled containers, represented by the sample(s) shall be sealed and marked by the sampling agency for later identification and correlation. Each sample shall be at least 1 quart [1 liter]. Allow fourteen days for completion of the tests after arrival of the sample in the laboratory. • Storage: Curing compound that has been tested and stored for longer than six months but less than one year shall be retested prior to use. Compound that has been stored longer than one year shall not be incorporated into the Work. 02512-8 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 C. Sheet Materials. • General: Waterproof paper, polyethylene film and white burlap-polyethylene sheet, for curing concrete shall meet the requirements of AASHTO M171, with the additional requirements for waterproof paper and for polyethylene film as shown below. • Additional Requirements for Waterproof Paper: • The paper as prepared for use shall be in such dimensions that each unit as laid will extend at least 18 inches [450 mm] beyond the edges of the slab. If laid longitudinally, paper not manufactured in sizes which will provide this width shall be securely sewed or cemented together; the joints being sealed in such manner that they do not open up or separate during the curing period. • At the option of the CONTRACTOR, instead of the single longitudinal strip specified above, the blanket may be furnished in three strips; one strip being the neat width of the pavement, with two side strips. • Additional Requirements for Polyethylene Sheeting: • The sheets, as prepared for use, shall be of such dimensions that each unit as laid will extend beyond the edges of the slab by at least twice the thickness dimension of the pavement edge, and the sheets shall overlap by at least 18 inches [450 mm]. • No sheet may be reused except after individual inspection and approval by the CONSULTANT. Any sheets determined by the CONSULTANT to be so damaged as to not afford the protection to the concrete in preventing moisture loss during the curing period will be rejected. D. Certification: For burlap or white burlap-polyethylene, the CONTRACTOR shall provide the CONSULTANT a certcation conforming to the requirements of FDOT from the manufacturer confirming that the requirements of this Section are met. Each certification shall cover only one type of burlap or white burlap-polyethylene sheeting. PART 3- EXECUTION 3.01 PLACING A. CONTRACTOR shall ensure sufficient planting depth for palms and trees located above existing utility lines prior to installation of sidewalk / planters. CONTRACTOR shall verify rootball depths and planting details for all trees and palms located above existing utility lines. Should conflict arise, CONTRACTOR shall immediately contact PROGRAM MANAGER for resolution and cease with work in this area until the conflict is resolved. B. Foundation: Compact fill areas, including cut areas under the sidewalk that have been excavated more than 6 inches [150 mm] below the bottom of sidewalk, to a minimum of 90% of AASHTO T180 density. The area to be compacted is defined as that area directly 02512-9 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 under the sidewalk and 1 foot[300 mm] beyond each side of the sidewalk when right-of-way allows. C. Place the concrete in the forms, and tamp and spade it to prevent honeycombing, and until the top of the structure can be floated smooth and the edges rounded to the radius shown in the plans. 3.02 JOINTS A. Sidewalk: • Expansion Joints: Form 1/2 inch [13 mm] expansion joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections with a preformed joint filler meeting the requirements specified in 932-1.1. • Contraction Joints: • Types: The CONTRACTOR may use open type or sawed contraction joints. • Open-Type Joints: Form open type contraction joints by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, remove the bulkhead. After finishing the sidewalk over the joint, edge the slot with a tool having a 1/2 inch [13 mm] radius. • Sawed Joints: If electing to saw the contraction joints, cut a slot approximately 3/16 inch [5 mm] wide and not less than 1 1/2 inches[40 mm]deep with a concrete saw after the concrete has set, and within the following periods of time: • Joints at not more than 30 feet [9 m] intervals: Within 12 hours after finishing. • Remaining joints: Within 96 hours after finishing. B. Curb and Gutter: • Contraction Joints: • Except for machine placed items, the CONTRACTOR may form joints by using dummy joints (either formed or sawed) or by using sheet metal templates. If using sheet metal templates, ensure that they are of the dimensions, and are set to the lines, shown in the plans. Hold templates firmly while placing the concrete. Leave templates in place until the concrete has set sufficiently to hold its shape, but remove them while the forms are still in place. • Saw contraction joints, for machine placed items, unless the CONSULTANT approves an alternate method. Saw the joints as soon as the concrete has 02512-10 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42"D ST Improvements February 2018 hardened to the degree that excessive raveling will not occur and before uncontrolled shrinkage cracking begins. • Space contraction joints at intervals of 10 feet [3 m] except where closure requires a lesser interval, but do not allow any section to be less than 4 feet [1.2 m] in length. • Expansion Joints: Construct expansion joints at all inlets, at all radius points, and at other locations indicated in the plans. Locate them at intervals of 500 feet [150 m] between other expansion joints or ends of a run. Ensure that the joint is 1/2 inch [13 mm] in width. 3.03 FINISHING A. Sidewalk: Miami Beach Red • Screeding: Strike-off the concrete by• means of a wood or metal screed, used perpendicular to the forms, to obtain the required grade and remove surplus water and laitance. • Surface Requirements: • Provide the concrete with a broom finish. Ensure that the surface variations are not more than 1/4 inch [6 mm] under a 10 foot [3.048 m] straightedge, or more than 1/8 inch [3 mml on a 5 foot [1.5 m] transverse section. Finish the edge of the sidewalk with an edging tool having a radius of 1/2 inch [13 mm]. • Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom. • Ensure that the tine finish consists of transverse grooves which are 0.03 to 0.12 inch [0.8 to 3.0 mm] in width and 0.10 to 0.15 inch [2.5 to 3.8 mm] in depth, spaced at approximately 1/2 inch [13 mm] center to center. B. Curb and Gutter: Natural • Repair of Minor Defects: Remove the forms within 24 hours after placing the concrete, and then fill minor defects with mortar composed of one part portland cement and two parts fine aggregate. The CONSULTANT will not allow plastering on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter without additional compensation. • Final Finish: Finish all exposed surfaces while the concrete is still green. In general, the CONSULTANT will only require a brush finish. For any surface areas, however, which are too rough or where other surface defects make additional finishing necessary, the CONSULTANT may require the CONTRACTOR to rub the curb to a smooth surface with a soft brick or wood block, using water liberally. Also, if 02512-11 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42No ST Improvements February 2018 necessary to provide a suitable surface, the CONSULTANT may require the CONTRACTOR to rub further, using thin grout or mortar. 3.04 CURING A. General: • Continuously cure the concrete for a period of at least 72 hours. Commence curing after completely finishing and as soon as the concrete has hardened sufficiently to permit application of the curing material without marring the surface. Immediately replace any curing material removed or damaged during the 72 hour period. • After removing the forms, cure the surfaces exposed by placing a berm of moist earth against them or by any of the methods described below, for the remainder of the 72 hour curing period. B. Wet Burlap Method: Place burlap over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches [150 mm]. Hold the burlap securely in place such that it will be in continuous contact with the concrete at all times, and do not allow any earth between the burlap surfaces at laps or between the burlap and the concrete. Saturate the burlap with water before placing it, and keep it thoroughly wet throughout the curing period. C. Membrane Curing Compound Method: Apply clear membrane curing compound or white pigmented curing compound by a hand sprayer in a single coat continuous film at a uniform coverage of at least 200 square feet per gallon [0.2 Llm2]. Immediately recoat any cracks, checks, or other defects appearing in the coating. Thoroughly agitate the curing compound in the drum prior to application, and during application as necessary to prevent settlement of the pigment. D. Polyethylene Sheeting Method: Place polyethylene sheeting over the entire exposed surface of the concrete, with sufficient extension beyond each side to ensure complete coverage. Overlap adjacent strips a minimum of 6 inches [150 mm]. Hold the sheeting securely in place and in continuous contact with the concrete at all times. 3.05 BACKFILLING AND COMPACTION A. After the concrete has set sufficiently, but not later than three days after pouring, refill the spaces in front and back of the curb to the required elevation with suitable material. Place and thoroughly compact the material in layers not thicker than 6 inches [150 mm]. 3.06 SURFACE REQUIREMENTS A. Test the gutter section of curb and gutter with a 10 foot [3.048 m] straightedge laid parallel to the centerline of the roadway and while the concrete is still plastic. Perform straightedging along the edge of the gutter adjacent to the pavement or along other lines on the gutter cross-section, as directed by the CONSULTANT. Immediately correct irregularities in excess of 1/4 inch [6 mm]. 02512-12 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N0 ST Improvements February 2018 - END OF SECTION - 02512-13 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02513 PORTLAND CEMENT CONCRETE PAVING PART 1 GENERAL 1.1 SUMMARY A. Related Sections: 02529- Concrete Sidewalk, Straight Curb, Curbs, Gutters, and Wheel Stops. 1.2 REFERENCES A. American Concrete Institute (ACI)-316. B. American Association of State Highway and Transportation Officials (AASHTO) Standard. 1. T-180 Moisture-Density Relations of Soils Using a 10 lb. Rammer and an 18 inch Drop. 2. T-181 In-Place Density of Compacted Base Courses Containing Large Sizes of Coarse Aggregates. C. American Society for Testing and Materials (ASTM). 1. C78-94 Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). 2. C192/C-95 Practice for Making and Curing Concrete Test Specimens in the Laboratory. 3. D1751-83(91) Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 1.3 SUBMITTALS A. Submit the following for review before starting work: 1. Concrete design mix and proving flexural strength (modulus of rupture) tests. 2. Expansion joint filler data. 3. Joint sealer data. 4. Proposed finish procedure and technique for placing the concrete. 5. Results of concrete tests as specified. 6. Results of field tests of compaction of base course. 02513-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 B. Records: Maintain the following records for review for at least three years: • Approved concrete mix designs. • Materials source (delivery tickets, certifications, certified mill test reports). • A copy of the scale company or testing agency report showing the observed deviations from quantities checked during calibration of the scales and meters. • A copy of the documentation certifying the admixture weighing/measuring devices. • Recent NRMCA (National Ready Mix Concrete Association) or CITY inspection records certifying plant can produce concrete and documentation showing that action has been taken to correct deficiencies noted during the inspections. C. Certification and Acceptance: • Furnish a delivery ticket with each batch of concrete before unloading at the placement site. Record material quantities incorporated into the mix on the delivery ticket. Ensure that the batcher responsible for production of the concrete, certifying that the batch was produced in accordance with specification requirements, signs the delivery ticket. Sign the Delivery Ticket certifying that the maximum specified water to cementitious materials ratio was not exceeded due to any jobsite adjustments to the batch, and that the batch was delivered and placed in accordance with Specification requirements. • The CITY will hold the contractor responsible for rejecting loads of concrete that do not meet specification requirements, or exceeds the allowable slump or water to cementitious materials ratio. Replace, at no cost to the CITY, all concrete that does not meet the 28-day compressive strength requirements. 1.4 QUALITY ASSURANCE A. Comply with ACI Standard "Recommended Practices for Construction of Concrete Pavements and Concrete Bases" (ACI 316 latest edition) and applicable requirements of Section 03300-Cast-In-Place Concrete, except as specified. PART 2 PRODUCTS 2.1 MATERIALS A. Base Course: Provide 12 inch stabilized subgrade compacted to a maximum density of 95 percent as determined by AASHTO T-180. B. Concrete for concrete pavement shall have a 28-day modulus or rupture of 650 psi as determined by the requirements as specified. 1. Minimum compressive strength shall be 3000 psi at 28 days. C. Joint sealing: Conform to Fed. Spec. SS-51401 or SS-S-200d (cold applied). 02513-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 D. Premolded expansion joint filler: Conform to ASTM D1751-83 (1991). E. Integral Color Concrete: The following Miami Beach Red mix designs have been approved for color conformity for the Miami Beach red integral color concrete being used in sidewalks, in the City of Miami Beach. north of 5th Street. 1. FDOT347 Class 1 Sidewalk, Curb 8 Gutter with Integral Color(Miami Beach Red Concrete Approval No. MB 01) 2. FDOT347 Class 1 Vibrated Curb Machine Mix with Integral Color (Miami Beach Red Concrete Approval No. MB 02) 3. CSR Rinker Mix Code No. 1259078 (Miami Beach Red Concrete Approval No. MB 03) 4. CSR Rinker Mix Code No. 1259079 (Miami Beach Red Concrete Approval No. MB 04) 5. Rinker Materials Mix Code No. 1300248 (Miami Beach Red Concrete Approval No. MB 05) 6. Continental Heidelberg Cement Group Mix Code No. 709 (Miami Beach Red Concrete Approval No. MB 06) F. Integral Color Concrete: Sailor's Sea Blue by Scofield with a light sandblast finish. PART 3 EXECUTION D.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. D.2 PREPARATION A. Surface Requirements: 1. The finished test standard pavement surface in both transverse and longitudinal directions shall have a maximum deviation from the specified plane of+ 1/8". 2. Corrections shall be by grinding with the ground finish to match the specified finish. 3. Exterior paving shall have a maximum deviation from the specified grade of 1/8" in 10 feet. D.3 APPLICATION A. The surface finish, a medium broom finish after troweling, requires acceptance by the NE. B. Joints: 02513-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 1. Contraction Joints: 1. Place as indicated and to be perpendicular to the finish grade of the concrete. 2. Joints shall be cut to a depth of 1/4 of the slab thickness by cutting with an edging tool having a 1/4" radius or by sawing with a blade producing a cut not less than 1/8" in width. 3. Saw joints within 24 hours of concrete placement. 2. Expansion Joints: 1. Place where indicated on the drawings, using 1/2" thick preformed expansion joint material. 2. Anchor with accepted devices to prevent displacement during pouring and finishing. 3. Edges shall be rounded with an edging tool. 4. Joints shall be full depth of concrete except that top edges shall be 1/2" below the finish concrete surface. 5. Seal expansion joints by filling with joint sealing compound. Joints shall be clean and dry before sealing compound is put in place. 3. Construction joints are to be used at indicated locations to stop concrete pours. C. Curing: Methods of curing shall be accepted by the NE. D.4 TESTING A. Laboratory and field testing shall be made by the Board contracted testing laboratory. B. Testing requirements for concrete as specified shall be according to the requirements of Cast-In-Place Concrete -Section 03300 of these specifications, and as specified herein. C. Design mixes and testing requirements for the concrete pavement shall be flexural strength tests of concrete as basis for design. D. Where the flexural strength of the concrete is specified, make 1 strength test and one flexural test following (ASTM C192 and ASTM C78) for each 100 cubic yards or fraction thereof placed per day. Number of cylinders shall be 3 for strength test and 3 for flexural test. Test one at 3 days, one at 7 days and one at 28 days. E. Base Course: Provide 1 field density test at each location of the concrete paving according to Section 02200-Earthwork. END OF SECTION 02513-4 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42N° ST Improvements February 2018 SECTION 02529 CONCRETE SIDEWALKS, STRAIGHT CURBS, CURBS, GUTTERS, AND WHEEL STOPS PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 02511 -Asphaltic Concrete Pavement. 1.02 REFERENCE STANDARDS A. Miami-Dade County Public Works Manual (M-DCPW), latest edition. B. Florida Department of Transportation (FDOT), latest edition, Standard Specifications for Road and Bridge Construction. 1. Delete the basis of payment and other pay measurement requirements from FDOT specifications. 2. Payment for work specified in this section will be included as part of lump sum bid for entire project according to Construction Documents. 1.03 SUBMITTALS A. Submit properly identified manufacturer's literature and installation instructions before starting work. B. Shop Drawings: Submit precast wheel stop shop drawings. C. Concrete Tests: Submit for review. 1.04 QUALITY ASSURANCE A. Perform tests according to the specified standards. B. Provide reinforcing at extruded curbing. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete: 1. Provide concrete for sidewalks,straight curbs,curbs,gutters, and wheel stops. 2. For work on Public Right of Way:Comply with Section 145"Concrete Sidewalk" of M-DCPW and FDOT Section 520 "Concrete Gutter, Curb Elements". 02529-1 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 PART 3 EXECUTION 3.01 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. 3.02 INSTALLATION A. Concrete Sidewalks: Provide as indicated on drawings and specified in Section 145 of M-DCPW. B. Straight Curbs: Provide as indicated on drawings and specified in Section 520 of FDOT. C. Curbs and Gutters: Provide as indicated on drawings and specified in Section 520 of FDOT. D. Wheel Stops: Approximately 6 inches x 8 inches x 6 feet. long, reinforced precast concrete, anchored with at least two 5/8"round reinforcing bars driven 18 inches into ground as indicated on drawings. Units as made by Denmark Cast Stone Co. or Precast Corp. 3.03 FINISHING A. Sidewalk: Miami Beach Red • Screeding: Strike-off the concrete by means of a wood or metal screed, used perpendicular to the forms,to obtain the required grade and remove surplus water and laitance. • Surface Requirements: • Provide the concrete with a broom finish. Ensure that the surface variations are not more than 1/4 inch[6 mm]under a 10 foot[3.048 m]straightedge,or more than 1/8 inch [3 mm]on a 5 foot[1.5 m]transverse section. Finish the edge of the sidewalk with an edging tool having a radius of 1/2 inch [13 mm]. • Apply a tine finish by an approved hand method to curb cut ramps in lieu of a broom. • Ensure that the tine finish consists of transverse grooves which are 0.03 to 0.12 inch [0.8 to 3.0 mml in width and 0.10 to 0.15 inch [2.5 to 3.8 mm] in depth, spaced at approximately 1/2 inch [13 mm] center to center. B. Curb and Gutter: Natural 02529-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 • Repair of Minor Defects: Remove the forms within 24 hours after placing the concrete, and then fill minor defects with mortar composed of one part portland cement and two parts fine aggregate. The CONSULTANT will not allow plastering on the face of the curb. Remove and replace any rejected curb, curb and gutter, or valley gutter without additional compensation. • Final Finish: Finish all exposed surfaces while the concrete is still green.In general,the CONSULTANT will only require a brush finish. For any surface areas, however,which are too rough or where other surface defects make additional finishing necessary, the CONSULTANT may require the CONTRACTOR to rub the curb to a smooth surface with a soft brick or wood block, using water liberally. Also, if necessary to provide a suitable surface, the CONSULTANT may require the CONTRACTOR to rub further, using thin grout or mortar. 3.04 TESTING A. Provide tests as specified in Section 03300, Sections 145 of M-DCPW and Section 520 of FDOT. END OF SECTION 02529-3 Stantec Job No.: 215613871 City of Miami Beach Project Manual W 42ND ST Improvements February 2018 SECTION 02576 PAVING AND RESURFACING PART 1 GENERAL 1.1 DESCRIPTION A. The work of this section includes, but is not limited to: 1. Temporary Paving 2. Permanent Paving B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. Florida Department of Transportation Standard Specifications for Road and Bridge Construction Latest Edition, including Supplements. 1.3 SUBMITTALS A. Certificates: 1. Submit certification from bituminous and aggregate suppliers attesting that materials conform to the Controlling Agency Specifications. 1.4 JOB CONDITIONS A. Control of Traffic: 1. Take measures to control traffic during repaving operations. Do not allow traffic on repaved areas until authorized by the Engineer. 2. Employ traffic control measures necessary to maintain and to protect traffic, to protect the work in progress,to protect adjacent property from excess dust resulting from the construction area and to maintain traffic through, around, or adjacent to the construction area. The work shall include the furnishing and maintaining of all traffic control devices, flaggers, construction of temporary structures when required, labor, equipment and materials to keep the traveled road smooth and the furnishing and application of dust palliatives. B. Restore existing paving outside the limits of the work that is damaged by the contractor's operations to its original condition at the expense of the Contractor. PART 2 PRODUCTS 2.1 FLEXIBLE PAVEMENT MATERIALS AND AGGREGATES A. Bituminous Treatments, surface courses and concrete pavements shall conform to Florida Department of Transportation Standard Specifications for Road and Bridge 02576-1 Stantec Job No.: 215613871 City of Miami BeachFebruary 2018 W 42ND ST Project Manual Improvements Construction, Latest Edition. Thickness shall be a minimum of 1 inch of Type S-3 Asphaltic Concrete Pavement, unless otherwise noted on plans. B. Refer to Section 300, Florida Department of Transportation Specifications, Latest Edition. All bituminous materials and aggregates used in paving and resurfacing are designated in these specifications and shall conform to the applicable portions of the State specifications. PART 3 EXECUTION 3.1 TEMPORARY PAVING A. Place teporary Unpaved trenches shall not remainately oupavedlonger completionthann oe orking day after back- filling. B. Shape and compact subgrade material,then place and compact crushed stone base course to the required thickness. o requird minimum C Place trencht ollerorary havingming um 300 pounds perinch-width of compaction roll, with D. Continuously maintain temporary paving to the satisfaction of the Engineer and the state and local road departments. E. Remove and dispose of temporary pavement prior to the placement of permanent pavement. 3.2 PERMANENT PAVING eceive anent avement, A. Excavate to the lines and including the d sposal of surplus excavated materrades on plans ial.Remo eeall muck and organic materials. B. Remove temporary paving material. Construct permanent base and surface courses to the ans Departmented of Tr nsportation Standaacted hikness rds for Road own on the and Bridge accordance with Flrida Construction. C. Trim existing paving to remove damaged areas. Cut straight joint lines and right angle offsets. D. Maintain permanent paving to the satisfaction of the Engineer and the local and state road departments throughout the contract maintenance period. 3.3 BITUMINOUS OVERLAY A. Where indicated on the drawings, standard details, or directed by the engineer, place a bituminous overlay. B. Construct in accordance with Florida Department of Transportation Standards for Road and Bridge Construction. 02576-2 Stantec Job No.: 215613871 City of MiamiProject Manual Beach February 2018 W 42N° ST Improvements 3.4 DRIVEWAYS A. Trim concrete and bituminous driveway surfaces to remove damaged areas. Saw cut straight joint lines parallel to the centerline of the trench. Cut offsets at right angles to the trench centerline. B. Restore existing concrete driveways trenched through with a 6" layer of concrete reinforced with 6 x 6 10/10 wire mesh. C. Restore existing asphalt driveways trenched through in kind or with minimum 1"layer wearing course over 12" layer of D.O.T. road rock. D. Restore earth driveways with a 6"layer of 3/4"stone backfill. Florida DOT 901-6 No. 14. E. Restore brick driveways with like brick placed on a 4" thick wet sand bed. Place bricks in like pattern and spacing. 3.5 CONCRETE CURB AND SIDEWALK REPAIRS A. Replace curbs and sidewalks damaged by construction to match existing. B. Reconstruct curbs and sidewalks to the first expansion joint on either side of the damaged portion. Install preformed expansion joint material. C. Sidewalks shall be new construction for the full width of the existing slabs. D. Reconstruct sidewalks to 4 inch thickness of Class I concrete placed on a 4 inch base of compacted material. d E Sections 522 and ks and b 520 s materials thereferenced construction Department lof Transportation Specifications. END OF SECTION 02576-3 Stantec Job No.: 215613871 Project Manual WCi42N° ST Improvements of Miami Beach February 2018 W 4 SECTION 02580 PAVEMENT MARKING PART 1 GENERAL 1.01 SUMMARY A. Related Sections: 1. 02511 -Asphaltic Concrete Pavement. 1.02 REFERENCE OT) 1986 ns for d A. Florandda Deprtment of Bridgea )Construction, exceptbasison D of paymentandStandard payameasur measurement requirements. B. Manual on Uniform Traffic Control Devices for Streets and Highways published by the U.S. Department of Transportation, Federal Highway Administration, 1978. C. Miami-Dade County Highway Department, Signalization and Traffic Section. D. Florida Building Code (FBC) for accessibility requirements. 1.03 SUBMITTALS A FDOTtfor Spec Specifications ons aore nd as applicable to specifiedrting work, lspecified in Section 971 of material. 1.04 QUALITY ASSURANCE A. Perform work in a neat and accurate manner. B. All equipment shall be of a type and design that will readily obtain the required uniformity of application of the pavement markings both as to thickness of coating and alignment. 1.05 MAINTENANCE A. Spare Paint: Provide the Board with a minimum of 5 gallons of traffic paint from the same batch used in application of pavement markings. Also provide paint specifications and the manufacturer's identification number of the paint used. PART 2 PRODUCTS 2.01 MATERIALS A. Traffic Paint: According to requirements as specified in Section 971-12 of the FDOT Specifications and colors indicated on Drawings. 02580-1 Stantec Job No: 215613871 Project Manual WCi42N° ST Improvements of Miami Beach February 2018 W 4 B. Court Paint: By Caribbean or accepted equivalent. 1. #260-0307 Yellow. 2. #260-0315 White. PART 3 EXECUTION 3.01 INSPECTION the proper A. anot timely completionh of thee workthis of until conditions detrimental have been corrected in anc acceptable to l ndmanner. 3.02 APPLICATION A. Time of Application: Painting shall be done only during daylight hours and, as far as practical, shall be terminated in time to allow sufficient drying by sunset. B. Weather Limitations: No paint shall be applied when any moisture is present on the surface to be painted or when the air temperature is below 40 degrees F. Painting shall not be done when winds are sufficient to cause spray dust. C. Preparation of Surface to be Painted: The surface to be painted shall be cleaned by compressed air or other effective means immediately before the start of painting. Surface shall be clean and dry when the paint is applied. Any vegetation or loose soil shall be removed from the pavement before striping is begun. D. Mixing Paint:The paint shall be thoroughly mixed before it is poured into the painting machine and no thinning of the paint in the machine will be allowed. Before the start of each day's work the paint container, the connections and the spray nozzles on the machine shall be thoroughly cleaned with a suitable cleaner. E. Paint Application:The traffic markings shall be of the specified dimensions with clean, true edges and without sharp breaks in the alignment.A uniform coating of paint shall be obtained and the finished markings shall contain no light spots or paint skips. Any stripes not having a uniform, satisfactory appearance, both day and night, shall be corrected. F. Rate of Paint Application:The minimum rate of application for paint shall be as follows: 1. Four inch solid parking stall strips: 18.5 gallons per mile. 2. Any other width stripe or markings: A direct proportion of the above. G. Required Film Thickness: The minimum wet film thickness for all painted areas shall be 15 mils. H. Court Paint: Lay out yellow basketball lines over white volleyball lines. I. Alignment of Strips: Where a stripe deviates from the correct alignment, as indicated by the string line, by more than one inch in any 20-foot length, it shall be obliterated and the stripe corrected as specified in paragraph "Corrective Measures". 02580-2 Stantec Job No.: 215613871 City of Miami Beach Project Manual February 2018 W 42N° ST Improvements 3.03 PROTECTION A. Protection of Stripes: All newly painted stripes, or other markings, shall be protected until the paint is sufficiently dry to allow vehicles to cross the marking without damage from the tires. B. Repair of Damaged Areas: Any portions of the stripes damaged by passing traffic or from and other cause shall be repainted at the Contractor's expense. 3.04 DIMENSION AND ALIGNMENT TOLERANCE the specified h. A. exceedlthe specified width bybmore than nl 2. Algnmentlolerano Noshall markings h be as specified in paragraph 3-01 H. B. Correction Rates:Any corrections of variation in the width of in the alignment of stripes shall not be made abruptly but the stripes shall be returned to the design width at the rate of at least 10 feet for each 1/2" of correction. 3.05 CORRECTIVE MEASURES A. Painted markings aprng to meet tthe uirements, or arsons, including the permissible e marred, damaged by traffic, or tolerances Cher and the appearance9 from other causes,shall be corrected at the Contractor's expense. Drip and spattered paint shall be removed. Whenever it is necessary to remove paint it shall be done by means that will not damage the underlying surface of the pavement.When necessary to correct a deviation that exceeds the perthissible tolerance of the stripe affected shall be removed and repainted according to these specfi ations. B. Corrective Devices: Misalignment, defective surfaces, etc., shall be corrected by chemical agents,or by any other type of mechanical device that will effectively remove the paint without damage to the pavement surface. or prevent the reapplication of markings. END OF SECTION 02580-3 Stantec Job No.: 215613871 PART II SECTION 5. SITE AND ROAD WORK 1.General The work specifies in this Section consists of clearing and grubbing. within the areas of the roadway right of way and of borrow pits, sand-clay base material pits. lateral ditches, and any other areas shown in the plans to be cleared and grubbed. Included in the work under this Section is the removal and disposal of all trees, stumps, roots and other such protruding objects, and buildings, structures, appurtenances, existing pavement, and other facilities necessary to prepare the area for the proposed construction, and the removal and disposal of all product and debris which are not required to be salvaged or not required to complete the construction. Included also in the work under this Division is certain miscellaneous work considered as necessary for the complete preparation of the overall project site. as follow: a) The work of plugging any water wells which are encountered within the right of way and which are to be abandoned. b) The leveling of the terrain outside the limits of construction. for purpose of facilitating maintenance and other post-construction operations. c) The trimming of certain trees and shrubs within the project right of way, for utilization in subsequent landscaping of the project. 2. Demolition, Standard Clearing and Grubbing. Work Included: Standard Clearing and Grubbing shall consist of the complete removal and disposal of all buildings, timber, brush, stumps, roots, rubbish and debris and all other obstructions resting on or protruding through the surface of the existing ground and the surface of excavated areas, and of all other structures and obstructions necessary to be removed. Unless otherwise shown in the plans. Standard Clearing and Grubbing shall be done within the following areas: a) All areas where excavation is to be done, including borrow pits, lateral ditches, right of way ditches, etc. b) All areas where roadway embankments will be constructed. c) ng d) All areas where ructures will ny other reas specifi ally calllled fore s on the plans totructed, t be cleared andipe grubbed and otr pipe lines. 3. Depths of Removal of Roots,Stumps and Other Debris. In all areas where excavation is to be done and where the excavated material is to be used in the rin all areas where l oadway embankment wwill be constructed; roots and other debrisase or rishallt belremoved to a depth of at least one foot below the ground surface. The surface shall then be plowed to a depth of at least six inches and all roots thereby exposed shall be removed to a depth of at least one foot. All stumps within the roadway right of way shall be completely removed and disposed of by the Contractor. Where excavation is done within the roadway area and where excavation for structures is done.. all roots, etc., protruding trough or appearing on the surface of the completed excavation shall be removed to a depth of at least one foot below the excavation surface. In borrow pits. material pits and lateral ditches, all stumps, roots, etc., protruding through or appearing on the surface of the completed exaction shall be removed or cut off below the finished excavation surface. In borrow and material pits no clearing or grubbing shall be done to within three feet inside the right of way line. Within all other areas where Standard Clearing and Grubbing is to be done, roots and other debris, projecting through or appearing on the surface of the original ground. shall be removed to a depth of one foot below the surface, but no plowing and harrowing will be required in these areas. 4.Trees to Remain As an exception to the above provisions, where so directed by the Engineer, desirable trees within the roadway area shall be trimmed., protected and left standing. Branches of trees extending over the area occupied by the roadway shall be trimmed as directed, to give a clear height of 16 feet above the roadway. 5. Boulders Any boulders encountered in the roadway excavation, or found on the surface of the ground, shall be removed and placed in neat piles inside the right of way and adjacent to the right of way line. 6. Selective Clearing and Grubbing. Selective Clearing and Grubbing shall consist of removing and disposing of all vegetation, obstructions. etc., as provided above except that , where the Contractor so elects roots. etc., may be cut off flush with the ground surface. Stumps shall be completely removed and disposed of by the Contractor. Undergrowth shall be entirely removed except in specific areas designated by the Engineer to remain for aesthetic purposes. Desirable trees shall be trimmed, protected and left standing, with the exception of such trees as the Engineer may designate to be removed in order to facilitate right of way maintenance. Undesirable or damage trees (as so designated by the Engineer), shall be removed. Selective Clearing and Grubbing shall be done only in areas so designated in the plans. 7. Protection of Property Remaining in Place. Property obstructions which are to remain in place, such as buildings, sewers, drains, water or gas pipes, conduits, poles, walls, posts, bridges, etc., are to be carefully protected from injury and are not to be displaced. 8. Removal of Existing Structures. Structures to be Removed: The work specifically covered under this Article consists of the removal and disposal of the material from existing structures. The structures to be removed shall be: (1) those structures, or portions of structures. shown in the plans to be removed; (2) those found with in the limits of the area to be cleared and grubbed, and directed by the Engineer to be removed; (3) those structures, or portion of structures, which it is necessary to remove in order to construct new structures, utilities and other appurtenances or obstructions which may be designated in the plans. Method of Removal: The structures shall be removed in such a way as to leave no obstructions to any proposed new structures or to any waterways. Pilings shall be pulled, or shall be cut off, or broken off, at least two feet below the finish ground line. (In the event that the plans indicate channel exaction to be done by others, the finish ground line shall be considered as the limits of such excavation.) For material which are to remain the properly of the Department or are to be salvaged for utilization in temporary structures, the removal shall be in such way as to avoid damage to such materials, and all bolts, nails, etc.. shall be entirely removed from timbers to be so salvaged; also such salvaged structural steel members shall be marked for identification, as directed. Removal of Existing Pavement. The work specified in this Article consists of removing and disposing of existing concrete pavement, concrete sidewalk, slope pavement, ditch pavement, curb and curb and gutter, where shown in the plans or directed by the Engineer to be removed or where required to be removed because of the construction operations. Retaining walls and drainage structures are specifically not included in the work covered under this Division. 9. Excavation: Regular Excavation: A. Regular Excavation shall include roadway excavation and borrow excavation, as defined for each. 1. Roadway Excavation: Roadway Excavation shall consist of the excavation and the utilization or satisfactory disposal, of all materials necessary for the construction of the roadway, side ditches, etc., within the limits of the roadway right of way as show in the plans. 2. Borrow Excavation shall consist of the excavation and satisfactory utilization of material from authorized borrow pits. It shall include only material that is suitable for the construction of roadway embankments or of other work of constructing embankment covered by the contract and unsuitable material in borrow areas furnished by the Department, which must be excavated as determined by the Engineer, in order to obtain the suitable material. 3. Lateral Ditch Excavation: Lateral ditches shall include inlet and outlet ditches to structures and roadway, changes in channels of streams, and ditches parallel to the roadway right of way, as shown in the plans. Unless otherwise shown in the plans all excavation in that portion of lateral ditches beyond the limits of the roadway right of way, including the sections where dressing is required as provided in 120-11.1, shall be classified as Lateral Ditch Excavation. 4. Subsoil Excavation: Where muck, rock, clay or other material within the limits of the roadway is unsuitable in its original position, the Contractor shall excavate such material to the cross sections shown in the plans or indicated by the Engineer, and shall backfill with suitable material, which shall be shaped to conform to the required cross sections. Where the removal of plastic soils below the finished earthwork grade is required, a construction tolerance from the lines shown in the plans as the removal limits, of plus or minus 0.2 foot in depth and plus or minus six inches (each side) in width will be allowed. 5. Trench Excavation: 5.1 General A. Design, Provide, and maintain shoring, sheeting and bracing as necessary to support the side of excavations and to prevent detrimental settlement and lateral movement of existing facilities, adjacent property, and completed Work. 5.2 Trench Excavation Plan A. Prepare Trench Excavation Plan Addressing Following Topics: 1. Details or shoring, sloping, or other provisions for worker protection from hazards of caving ground. 2. Design assumptions and calculations. 3. Methods and sequencing of installing excavation support. 4. Proposed locations of stockpiled excavated material. 5. Minimum lateral distance from the crest of slopes for vehicles and stockpiled excavated materials. 6. Anticipated difficulties and proposed resolutions. B. Excavation Support and Protection. Provide excavation support as necessary to support sides of excavations and prevent detrimental settlement and lateral movement of existing facilities, adjacent property, and completed work. 5.3 Removal of Excavation Support A. Remove excavation support in a manner that will maintain support as excavation is backfilled or leave voids of backfill. B. Do not begin to remove excavation support until support can be removed without damage to existing facilities,completed work, or adjacent property. 5.4 Trenches A. For trench exceeding 5 feet in depth, provide adequate safety system meeting requirements of applicable state and local construction safety order, and federal requirements. 6.0 Dewatering Systems A. Provide, operate, and maintain dewatering system of sufficient size and capacity to permit excavation and subsequent construction in dry and to lower and maintain groundwater level a minimum of 5 feet below the lowest point of excavation. Continuously maintain excavation free of water regardless of source, and until backfilled to final grade. B. Design and Operate Dewatering Systems: 1. To prevent loss of grounds as water is removed. 2. To avoid inducing settlement or damage to existing facilities completed work, or adjacent property. 3. To relieve artesian pressure and resultant uplift of excavation bottom. C. Provide supplemental ditches and sump only as necessary to collect water from local seeps. Do not use ditches and stumps as primary means of dewatering. 6.1 Settlement A. Monitoring Dewatering— Induced Settlement: Established monuments for monitoring settlement at locations selected by ENGINEER. Monitor vertical movement of each settlement monument, relative to remote benchmark selected by the ENGINEER, at frequency CONTRACTOR's Dewatering Plan. 6.2 Disposal of Water A. Obtain discharge permit for water disposal from authorities having jurisdiction. B. Treat water collected by dewatering operations, as required by regulatory agencies, prior to discharge. C. Discharge water as required by discharge permit and in manner that will not cause erosion or flooding. or otherwise damage existing facilities, completed work, or adjacent property. D. Remove solid from treatment facilities and perform other maintenance of treatment facilities as necessary to maintain their efficiency. 6.3 Protection of Property A. Make assessment of potential for dewatering induced settlement. Provide and operate devices or systems, including but not limited to re-injection wells, infiltration trenches and cutoff walls, necessary to prevent damage to existing facilities, completed work, and adjacent property. B. Securely support existing facilities, completed work, and adjacent property vulnerable to settlement due to dewatering operations. Support shall include, but not be limited to, bracing, underpinning, or compacting grouting. 7.0 Stockpiling Excavated Material A. Stockpile excavated material that is suitable for use as fill or backfill until material is needed. B. Post signs indicating proposed use of material stockpiled. Post signs that are readable from all directions of approach to each stockpile. Signs should be clearly worded and readable by equipment operators from their normal seated position. C. Confine stockpiles to within easements, right-of-way, and approved work areas. Do not obstruct road or streets. D. Do not stockpile excavated material adjacent to trenches and other excavations unless excavation side-slopes and excavation support systems are designed, constructed, and maintained for stockpile loads. E. Do not stockpile excavated materials near or over existing facilities, adjacent property, or completed work, if weight of stockpiled material could induce excessive settlement. 7.1 Disposal of Spoil 10. Disposal of Surplus and Unsuitable Material. A. Ownership of Excavated Materials: Owner of all suitable excavated material shall remain in the Department until the final job requirements for fill or backfill materials have been fulfilled. Unless otherwise provided by the plans or special provisions, any surplus materials then remaining and not needed for job requirements shall become the property of the Contractor and are to be disposed of by him, outside the right of way, to the satisfaction of the Engineer. In urban or other areas where temporary storage of apparent excess suitable materials within the right of way may be impracticable, the Contractor may stockpile the materials outside the right of way in areas provided by him. Until suck materials are needed in the job or are declared surplus. With the written approval of the Engineer, the Contractor may dispose of such apparent excess material with the stipulation that he shall replace any portion of the disposed material required to fulfill the actual job requirements, with equally suitable material, at his own expenses. No extra compensation will be allowed for any re-handling involved under the provisions of this Sub-article. B. General Requirements for Disposal: Excavated muck or other materials unsuitable for the roadway construction shall be disposed of as shown in the plans or, if the plans do not indicated the disposal, the materials shall become the property of the Contractor and shall be disposed of by him outside the right of way. C. Disposal of Muck on Side Slopes: As an exception to the provisions of 120-5.2 when approved by the Engineer, in rural undeveloped areas muck (A-8 material) may be placed on the slopes. or may be stored alongside the roadway, provided there shall be a clear distance of at least six feet between the roadway grading limits and the muck, and the muck shall be so dressed as to present a reasonably neat appearance. In addition, disposal of this material by placing on the slopes may also be permitted in developed areas where, in the opinion of the Engineer, this will result in an esthetically pleasing appearance and will have no detrimental effect on the adjacent developments. Where muck or other unsuitable material is permitted to be disposed of inside the right of way limits, such material shall not be placed such as to impede the inflow or outfall of any channel or of side ditches. The Engineer shall determine the limits adjacent to channels within which such materials shall no be placed. D. Disposal of Paving Materials: Unless otherwise indicated in the plans, paving materials excavated in the removal of existing pavements, such as paving brick, asphalt block, concrete slab, lime-rock, sidewalk, curb and gutter, etc., shall become the property of the Contractor and shall be disposed of by him outside the right of way. If the materials are to remain the property of the Department, they shall be placed in neat piles as directed. E. Disposal Areas: Where the plans or specifications require the Contractor to dispose of excavated materials outside the right of way, and the disposal area is not indicated in the contract documents, the Contractor shall furnish the disposal area without additional compensation. Areas provided by the Contractor for disposal of removed paving materials shall be out of sight of the project and at least 300 feet from the nearest roadway right of way line of any State- maintained road. The 300-foot limitation will not apply, however, if the materials are buried. 11. Environmental Considerations: A. Excavation of affected soil shall be accomplished as described in the excavation Specification. The soil is contaminated with petroleum product which may be partly or entirely die fuel or gasoline. B. Classification of affected soil for disposal purposes will be made by the OWNER using an Organic Vapor Analyzer (OVA) with flame ionization detector. Soils with vapor readings higher than 10 parts per million (ppm) for diesel as defined in Section 62-770 of the Florida Administrative Code, are excessively contaminated and will be identified by the OWNER for treatment and disposal. Affected soil must be placed on an impermeable barrier when temporarily stockpiled. All stockpile leachate or runoff must be collected for disposal in accordance with applicable federal, state. and local regulations. Soils designated for removal and disposal shall be prepared for shipment. transported, and disposed of in accordance with the requirements of this Section. C. Affected soils shall be processed by incineration at a state licensed facility. These soils shall be transported and disposed of in accordance with federal, state, and local regulations. The OWNER shall be responsible for all soil analyses required for transportation and disposal. D. The OWNER shall be responsible for testing soil which has been incinerated to certify the treated soil meets applicable federal, state, and local regulations for final disposal. FREE PETROLEUM PRODUCT A. Some free petroleum products which may be partly or entirely diesel fuel or gasoline may be encountered during excavation or removal of affected soil. The CONTRACTOR shall remove free petroleum product, if necessary, when a separate floating phase greater than 0.10-inch thick is present as required by health and safety considerations. The free petroleum product shall be removed by skimming, pumping to an oil/water separator, or other approved methods. The CONTRACTOR shall take reasonable precautions to ensure that solids are not entrained in the pumping process. B. Free petroleum products shall be transported and disposed by the OWNER in accordance with federal, state. and local regulations. The OWNER is responsible for any laboratory analyses required for disposal of the free petroleum products. TRANSPORT AND DISPOSAL A. Transport Regulations: The OWNER shall be responsible for the loading, labeling, placarding, marking, weighing, and transport of all waste materials in accordance with the Florida Department of Transportation Regulations. and U.S. Department of Transportation Regulations. The OWNER shall use only transporters that are licensed and competent to haul these wastes. 12. Utility Trench Restoration(with flowable fill option) Second Cut: Existing pavement shall be saw cut along a neat straight line to the farthest point broken or disturbed asphalt. Compacted Lime Rock base course twice in thickness of adjoining base or 12" Min. Compacted to a density of 98% (contractor must provide density test results prior to paving) modified proctor T180. Clean back fill no rock greater than 2"or course sand. 12"lift mechanically hydraulically 900/0 compacted. Clean course sand hydraulically compacted to 90 degree density modified proctor T180 or flowable fill as approved by City Engineer. Where unstable soils are encountered, including peat, muck or other organic soils, elastic silt or clays bellows the water table, a foundation is required. Foundation material shall be 6"course sant. Asphaltic concrete type S-III minimum 2 inch thick. Apply tack coat to base and along existing asphalt edges. Mill and resurface min. 1"to a full lane or as directed by the Public Works Department prior to placing pavement, City Public Works inspection is required. Stage#1: Place flowable fill midway up on both sides of the utility. Allow to harden before placing stage #2. Stage#2: Place Plowable fill to be bottom of the existing base course. Do not allow the utility being installed to float. If a method is provided to prevent floatation from occurring, Stage #1 and #2 can be combined if approved by the Engineer. If pipe is DIP place at least 6"of compacted sand above pipe or rap with plastic. Compacted lime rock base course to match thickness of adjoining base or 12" min. compacted in 6"thick lifts to a density of 98%. 9contractor must provide density test results prior to paving) modified proctor T180. Asphaltic Concrete Type S-Ill minimum 2 inches thick. Apply tack-coat to base and along existing asphalt edges. Mill and resurface min. 1"to a full lane or as directed by the Public Works Department. Prior to placing pavement, City Public Works inspection is required. Second Cut: Existing pavement shall be saw cut along a neat straight line to the farthest point of broken or disturbed asphalt. 13. Erosion and Sedimentation Control All work defined by this section. including work less than one(1)acre in size, that has the potential to impact the City's Municipal Separate Storm Water System (MS4), and/or adjacent properties. is required to employ sediment and erosion control measures that are in accordance with Florida Storm Water Erosion and Sedimentation Control Inspector's Manual, latest revision, and in accordance with Miami-Dade County Department of Environmental Resources Management. All construction activity that results in the disturbance of equal to or greater than one (1) acre is required to obtain coverage under the Florida Department of Environmental Protection's Generic Permit for Storm Water Discharge from Large and Small Construction Activities (CGP). -'work ALL1 URLIC WORKS MANUAL 9omon5Pag11Sao P.Pond Workdoc PART II SECTION 8. STORM WATER DRAINAGE SYSTEM I. MATERIALS Shop drawings for all materials to be used on the job shall be submitted to the City's Public Works Department for review and approval prior to fabrication and/or delivery. A. Pipe and Fittings: 1. Polyvinyl Chloride (PVC) Pipe and Fittings: The PVC pipe shall be push-on type, with bells, spigots and elastomeric gaskets, in accordance with ASTM Standard D 3034, and in accordance with ASTM Standard D 3212, latest revisions. Joints using solvent cement will not be permitted. Nominal laid length of pipes shall be 20 feet for C-900 and 13 feet for SDR-35. Type PSM SDR-35 PVC sewer pipe shall be impregnated with green pigment and be double labeled (180 degrees apart) as follows at intervals of five (5) feet or less: Date of manufacture - Manufacturer's name 8 Code - Nominal size - Cell classification -"Type PSM SDR-35 PVC Sewer Pipe'- "Specification D 3034" 2. Concrete Pipe: Reinforced concrete pipes to conform to ASTM Specification C-76. 3. High density polyethylene corrugated pipe: shall be either AASHTO Type 'S' or Type 'D' as follows. Sizes 100 - 1500 mm (4 - 60 inch) designated as AASHTO Type 'S (N-12) shall have a full circular cross-section, with an outer corrugated pipe wall and an essentially smooth inner wall (waterway). Corrugations for Type 'S' sizes 100 - 1500 mm (4 - 60 inch) shall be annular (N-12). Sizes 1050 -1500 mm (42 thru 60 inch) designated as AASHTO Type 'D' (N-12HC) shall consist of an essentially smooth waterway braced circumferentially with circular ribs which are formed simultaneously with an essentially smooth outer wall. The 1050- 1500 mm (42 thru 60 inch) (N-12HC) sizes shall conform to AASHTO Type 'D' (which describes dual wall pipe with a smooth waterway). Pipe manufactured for this specification shall comply with the requirements for test methods, dimensions and markings found in AASHTO Designations M252. and M294. Pipe and fittings shall be made from virgin PE compounds which conform to the latest revision of the AASHTO Material Specifications for cell classification as defined and described in ASTM D3350. B. Pipe Joints: 1. PVC Pipe and Fittings: Elastomeric gasket joints providing a watertight seal, conforming to ASTM D3212 and F477. 2. Concrete Pipes: Rubber gaskets,joint rings, castings and plates for fittings shall meet the requirements of ASTM C-361, with the additional requirement that the gasket used shall be of such cross sectional area and perimeter as to properly fit the space provided in the pipe joint in which it is to be used. Prior to use, the gasket shall be stored in as cool a place as practicable. C. Drainage Structures: 1. (including but not limited to: Manholes, Catch Basins, Retention Boxes, Well Boxes, Pump Stations etc.) shall be of precast, reinforced concrete unless otherwise approved. All precast concrete structures shall meet the requirements of ASTM Standard No. C478, with Type II acid resistant cement. Concrete shall maintain a minimum compressive strength of 4000 psi in 28 days, and all reinforcing bars shall be ASTM A615 grade 60 Last Revision Date:06-27-2013 steel with minimum of 3 inch cover. Walls shall be not less than 6"thick and top &bottom slabs shall be not less than 8" thick. Walls and floor slabs shall be fully doweled together and top slabs shall have an approved anchorage to prevent displacement. Walls shall extend a minimum of 6" above top of the highest pipe hole, 3' minimum each side of each opening and, for inlets, 12" minimum below the invert of the lowest pipe, unless otherwise approved. All concrete structures shall be delivered to the job site bearing the stamp of an independent Florida certified engineering testing laboratory. signed and dated by the laboratory's inspector unless certified by the manufacturer as meeting F.D.O.T. standards. These structures shall be unpatched and uncoated and shall remain so until approved by the Engineering Division inspector. Manholes shall have a minimum dimension of 4'-0'between opposing walls. 2. Manhole built-in sections shall be joined with a mastic compound or a round compression ring of neoprene material set in annular spaces cast into the spigot end of a bell and spigot type joint. The mastic compound or ring shall be uniformly compressed between the positioned sections so as to form a watertight joint. After the sections are assembled, the remaining space in the joint shall be pointed up and filled with dense cement mortar and finished so as to make a smooth, continuous surface inside and outside the wall sections. D. Mortar: Standard premixed mortar conforming to ASTM C387, Type S, or proportion 1 part Portland cement to 2 parts clean, well graded sand which will pass a 1/8 inch screen. Admixtures may be used not exceeding the following percentages of weight of cement: Hydrated lime, 10 percent; diatomaceous earth or other inert materials, 5 percent. Consistency of mortar shall be such that it will readily adhere to concrete. E. Conflict Structures shall have not less than 2'-0' clearance between penetrating pipes & parallel concrete walls and shall measure not less than 4'-0'between other opposing walls.They shall have a minimum wall thickness of 6' unless otherwise approved. Where a semi-cylindrical baffle is to be installed in a drainage structure, the minimum distance between the baffle and the opposing wall shall be two feet, and the minimum distance between the baffle and the adjacent wall shall be a minimum of one foot or three-fourths of the radius of the baffles whichever is greater. F. Top frames, grates & covers for all drainage structures shall be of traffic bearing design and shall be cast of close-ground grey iron conforming to ASTM Standard A-48, Class 30 with a minimum lid weight of 165 lbs. and a minimum combined weight of 410 lbs., unless otherwise approved by the Engineering Division. G. Castings shall be the following types. as manufactured by United States Foundry&Manufacturing Corp..or approved equal. H. Brick for Manholes: Clay Brick: Bricks for manhole construction shall be dense, hard burned, common clay brick conforming to ASTM Standard C62, "Building Brick (Solid Masonry Units made from Clay or Shale)". All bricks shall have true edges and sharp corners and shall have been cured for at least 14 days before being placed. I. Manhole covers shall be cast iron and shall have "Sanitary Sewer" and City of Miami Beach cast into the cover casting. All lids shall be provided with a polyethylene watertight manhole Insert. as manufactured by Southwestern packing & Seals, "Rainstopper" model, or approved equal to reduce storm water inflow. J. Headwalls and Revetments: Unless otherwise approved, where embankment slopes at culvert ends and outfalls are steeper than 1:3. approved concrete end walls shall be installed. Where embankment slopes are 1:3 or flatter, approved revetments shall be installed. This preferred type Last Revision Date: 06-27-2013 of revetment is the poured concrete-in-fabric form type.with a quilted appearance. 2 INSTALLATION A. Proper and suitable tools and appliances for the safe convenient handling and laying of pipe shall be used and, in general, conform to manufacturer's recommendations. At the time of laying, the pipe shall be examined carefully for defects, and should any pipe be discovered to be defective after being laid, it shall be removed and replaced with sound pipe by the Contractor at his expense. B. Excavation and backfill for trenches and manholes shall be as specified in Section 5, Site and Road work. C. Where location of sewer is not clearly defined, install the sewer so it shall not be closer horizontally than 6 feet (10ft. preferable) to a water supply main or service line. When the bottom of the water pipe will be at least 18 inches above the top of the sewer pipe, the horizontal spacing may be a minimum of 6 feet. D. Where gravity-flow sewers cross above waterlines, the sewer pipe for a distance of 10 feet on each side of the crossing shall be fully encased in concrete or shall be acceptable pressure pipe with no joint closer horizontally than 3 feet to the crossing. E. Bedding and initial backfill (12 inches) over sewer mains and services shall be sand with no rock larger than 1 " in diameter. Pea rock or 3/4" washed rock will be used in water or where unsuitable bedding exists at the discretion of the City Engineer or his designee. All other fill shall not have rock larger than 6" in diameter F. Shape the bottom of the trench by hand to give substantially uniform circumferential support to the lower fourth of each pipe. When applicable, pipe laying shall proceed upgrade with the tongue or spigot ends pointing in the direction of the flow. G. Each pipe to be laid true to line and grade indicated on the drawings and in such manner as to form a close concentric joint with the adjoining pipe and to prevent sudden offsets of the flow line. As the work progresses, clean the interior of the sewer of all dirt and superfluous materials. Where cleaning after laying is difficult because of small pipe size, a suitable swab or drag shall be kept in the pipe and pulled forward past each joint immediately after the joining had been completed H. Do not lay pipe when the condition of the trench or the weather is unsuitable for such work. When work is not in progress, keep open ends of pipes and fittings securely closed. Provide adequate support to retain pipe against uplift due to water in trench. When other conditions are such that the pipe cannot be adequately supported on undisturbed earth or tamped backfill, encase the pipe in concrete or support it on a concrete cradle I. Upon satisfactory completion of the pipe bedding, a continuous trough for the pipe barrel and recesses for the pipe bells, or couplings, shall be excavated by hand digging. When the pipe is laid in the prepared trench, true to line and grade, the pipe barrel shall receive continuous, uniform support with no pressure being exerted on the pipe joints from the trench bottom. J. Polyvinyl Chloride (PVC) Pipe: installation: Install joints in accordance with ASTM D3212 and F477 recommendations and approved manufacturer's installation recommendations. K. Manholes shall be constructed as indicated on drawings or according to the City of Miami Beach Standard Detail. Manhole openings are to be sealed with anti-hydro cement or approved equal. No molding plaster will be allowed. L. Frames and Covers: Set the cast iron frames and covers in a bed of mortar and carefully adjust to elevation shown on the drawings. Provide a minimum of 3 and maximum of 5 courses of brick under frames for adjusting manhole cover elevations. 3. TESTING AND CERTIFICATION All drainage installations shall be tested for leakage prior to backfilling.Tests shall be conducted by contractor in the presence of the engineer or his representative and a representative of the Engineering Last Revision Date: 06-27-2013 Division.Any portion with leakage exceeding the allowable shall be corrected at the contractors expense and retested.This shall be repeated until all portions of the installation meet the leakage requirements. A. Leakage Tests 1. Prior to testing for leakage, the trench shall be completely backfilled and compacted properly. Test shall be performed just prior to final paving over trench. 2. Test lines for leakage by exfiltration tests. In areas where pipe is laid below groundwater level, assure that there is no infiltration prior to performing the exfiltration tests. 3. Visible leaks into the system shall be corrected regardless of the amount of leakage. 4. The infiltration test procedure shall be used when the water table is 2 feet or more above the top of the pipe at the upper end of the pipe line section to be tested. Infiltration shall be measured using a suitable weir or other acceptable device. 5. An exfiltration test shall be performed, when an infiltration test cannot be properly performed. Exfiltration test shall be performed during low tide. 6. The exfiltration test procedure shall be performed by filling the manhole, line and laterals with clean water. The filled lines shall be allowed to stand until the pipe has reached its maximum absorption, but not less than 4 hours. After absorption, the head shall be re-established. The allowable limits of infiltration or exfiltration for the entire system, or any portion thereof, shall not exceed a rate of 100 gallons per inch of inside pipe diameter per mile of pipe per 24 hours. When leakage exceeds the maximum amount specified, satisfactory correction shall be made and system retested. Correction and retesting shall be made at Contractor's expense. 7. Manhole exfiltration leakage shall not exceed 4 gallons per day per manhole tested. 8. An air test may be substituted for the water exfiltration test, upon approval of the City Engineer Prior to scheduling final inspection for acceptance of drainage systems. the Engineer shall provide to the Engineering Division one (1) set of certified as-built drawings signed and sealed by a Professional Land Surveyor registered in the State of Florida together with the Engineer's certification. In every case, when the design drawings have been produced using a CAD system, the 'as-built or 'record' drawings shall also be produced on the CAD system and the Engineer shall also submit a copy of the magnetic medium containing the information from which the as-built drawings were produced. 4 SPECIAL CONSIDERATIONS A. All existing and proposed utilities in the public right-of-way shall be shown on the paving, grading and drainage plans. All utilities shall be identified and located by dimension, horizontally and by elevation, and their materials of construction shall be noted to the extent determinable without excavation. B. Cross-section(s) and/or typical section(s) of proposed road and drainage construction, shall show dimensions, materials and purposes of all existing (to remain) facilities as well as all proposed facilities within the right-of-way. C. Work shall be performed in accordance with contract documents, drawings and/or City of Miami Beach Standard Details, in a neat and accurate manner. It is the intent of the City to obtain a complete and working installation according to these Specifications, and any Items of labor, equipment or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the project plans or stated herein. Properly identified product data for review including data on pipe and all other materials used shall be submitted to the City for review and approval. Last Revision Date:06-27-2013 D. The Contractor shall be in compliance with all applicable provisions of the Occupational Safety and Health Act of 1970, in general. and any subsequent amendments and revisions thereto and specifically to the provisions concerning confined space entry. E. The Contractor shall conduct his operations in such a manner, utilizing warning devices such as traffic cones,barricades and warning lights, and personnel such as flagmen and uniformed police officers, that the public is given adequate warning of hazards of the work site as may be deemed necessary by the City Engineer. F. Storm sewer flows shall be controlled through the pipeline sections and pump stations where work is being performed. Under no circumstances, can portions of the system be removed from service for periods of time in excess of that approved by the City. The CONTRACTOR shall be responsible to assess conditions and capacities of the existing sewer lines and pump stations, in coordination with the City of Miami Beach Public Works Department and accommodate it in the project work-plan in order to implement an acceptable bypass plan at no additional cost to the City. Bypass pumping will be required for all sewers and pump station reconstruction that would result in shutdown of existing facilities. The CONTRACTOR shall supply the necessary pumps, conduits, and other equipment to not only divert flow around the pump station, manhole or pipe section in which work is to be performed, but also to transmit the flow in downstream sewer lines and/or pump stations without surcharge. The bypass systems shall be of sufficient capacity to handle existing flows plus additional flows that may occur during periods of high tide or rainfall. Emergency backup pumping capability must be available in addition to the primary bypass system. The CONTRACTOR will be responsible for furnishing the necessary labor, power, and supervision to set up and operate the pumping and bypass systems. When pumping is in operation, all engines shall be equipped in a manner to keep the pump noise to a minimum and comply with the City noise ordinances. F:;work\$ALL':PUBLIC WORKS MANUAL\Seotionspartll_Storm Water Drainage System.doc Last Revision Date: 06-27-2013 PART II SECTION 9 ROADWAYS 1. Materials: All roadways are to be demucked or stabilized with geotextile material in accordance with the geotechnical report and City requirements. Laboratory analysis shall be complete, and the material approved by the Engineer prior to placement. A. Geotextile material: Woven fabric to be structurally prepared and placed as per manufactures written specification. B. Sub-grade: limited to maximum six (6") diameter clean non deleterious material Sub grade to be proof-rolled. Subgrade material supporting the roadway and shoulders shall have a minimum limerock bearing (LBR) of 40. The stabilized subgrade shall be twelve (12)inches compacted to 98%of maximum dry density as per AASHTO-T-180. C. Limerock: The material used in limerock base courses shall be material classified as either Miami Oolite Formation or Ocala Formation at the Contractor's option having a minimum percentage of calcium or magnesium of 60; however, only one formation may be used on any contract. Limerock base course shall have a minimum bearing ratio (LBR) of 100 and shall be minimum of eight (8) inches thick. Base material shall be compacted to a density of not less than 98% of maximum dry density as determined by AASHTO-T180 under all paved areas. 1. Composition: a. The limerock material shall contain not more that 0.5 percent of organic material or objectionable matter and shall show no significant tendency to air slake or undergo any chemical under exposure to weather. b. Limerock material shall contain not less than 70 percent of carbonates of calcium and magnesium. The maximum percentage of water sensitive clay material shall be three(3). 2. Gradation: At least 97 percent (by weight) of the material shall pass a 3 1/2-inch sieve and the material shall be graded uniformly down to dust. The fine material shall consist entirely of dust of fracture. All crushing or breaking up which might be necessary in order to meet such size requirements shall be done before the material is placed on the road. 3. Quality: a. The limerock material shall be uniform in quality and shall not contain cherty or other extremely hard pieces or lumps, balls or pockets of sand or clay size material in sufficient as to be detrimental to prevent proper bonding, finishing or strength of the limerock base. Limerock material shall be nonplastic, and the liquid limit shall not exceed 35. b. Limerock material shall have an average LBR value of not less than 100. D. Asphaltic Concrete: 1. Bituminous Material: Asphalt cement, Viscosity Grade AC-20 or AC-30, shall conform with the requirements of FOOT Specifications, Section 916-1. 2. Coarse Aggregate: Coarse aggregate, stone or slag shall conform to the requirements of the FDOT Specifications, Section 901. 3. Fine aggregate: Fine aggregate shall conform to the requirements of FDOT Specifications, Section 902.3. 4. Mineral Filler: Mineral filler shall conform to the requirements of FOOT Specifications, Section 917-1 and 917-2. 5. Prime Coat: Unless otherwise indicated, the material used for the prime coat shall be cutback asphalt, Grade RC-70 or RC-250 and shall conform with the requirements specified in AASHTO Destination M 81-75(1983). Unless otherwise indicated, the use of wither RC-70 or RC-250 shall be at the Contractor's option. 6. Tack Coat: The material used for the tack coat shall be emulsified asphalt, Grade RS-2 and shall conform with the requirements specified in AASHTO Designation M 140-82 7. Asphalt Pavement: Use type S-III for roadway leveling course, Type Sill for driveways E. Concrete: Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this section suitable to the specific conditions of placement. 1. Cement: a. Cement for all concrete shall be domestic Portland cement that conforms to the requirements of ASTM Designation C 150, 3000 psi compressive strength. Type Ill cement for high early strength concrete shall be used only for special locations and only with the approval of Engineer. 4000 psi cement shall be used in the construction of sanitary sewer manholes, wet wells and pump stations. b. Only one brand of cement shall be used in any individual structure unless approved by the Engineer. Cement which has become damaged, partially set, and lumpy or caked shall not be used the entire contents of the sack or container which contains such cement will be rejected. No salvage or reclaimed cement shall be used. c. Slump shall not exceed six inches (6") d. Concrete for underground work shall be acid resistant cement and shall maintain a minimum compressive strength of 4000 psi in 28 days. 2. Fine Aggregate: Fine Aggregate shall conform to the requirements of Section 902, Article 902-1 of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction"dated 1982. 3. Coarse Aggregate: Coarse aggregate shall conform to the requirements of Section 901 of the Florida Department of Transportation "Standard Specifications for Road and Bridge Construction', dated 2003. 4. Water: Water shall be taken from a potable water supply and shall be fresh, clean and free from injurious amounts of oil, acid, alkali or organic matter. 5. Admixtures: No admixtures shall be used except by specific approval of the Engineer. When approved, admixtures shall meet the following minimum standards. a. Air entraining agent:ASTM C 260. OFE CE OF THE OTY MANAGER NC. LTC a LETTER TO COMMISSION 364-2018 TO: Mayor Dan Gelber and Members of t City Co. .ssion FROM: Jimmy L. Morales, City Manager 1 DATE. June 25, 2018 SUBJECT: Correction of the City of Miami Beach Affordable Housing Program Waitlist Website The purpose of this Letter to Commission is to advise you that the City will extend the submission deadline of its affordable housing waitlist for studio apartments and one-bedroom units. The weblink provided for online registration to the City's affordable housing waitlist is encountering errors when accessed by outside servers. As a result.we have worked with the City's Information Technology Department (IT)to create an alternate site that can be accessed by all. Applications will be accepted June 25. 2018 at 9:00 am until July 6, 2018 at 5'.00 pm to ensure this information is widely spread. On Thursday. June 28, the new link' https//secure.miamibeacbfl.godihousincii will be advertised in The Miami Herald and El Nuevo Herald. HCS will assist all households interested in applying including those households requesting special accommodations. Because we have extended the application time period,we have moved the date for the public lottery drawing to August 1, 2018 at 11.00 am in the Commission Chambers and I1will assist with the public lottery draWing. If you have any questions, please see me or Maria Ruiz Department Director for the Office of Housing and Community Services. JLMIKGB/MLR b. Water Reducing and Retarding Admixture: ASTM C 494, Type D and free of chlorides. 6. Membrane Curing Compound: Membrane curing compound shall conform to the requirements of AASHTO Designation M 148, Type 1-clear, or type 2-white pigmented. 7. Expansion Joint Filler: a. Preformed expansion joint filler shall be of the nonextruding and resilient bituminous type and conform to the requirements of AASHTO Designation M 213. b. Expansion joint filler shall be gray neoprene sponge rubber that conforms to AASHTO Designation M 153,Type I. 8. Reinforcing and Welded Wire Fabric: Reinforcing and welded wire fabric shall be 6"X6"—10/10 steel bars to be used in curb &gutter and wire mesh in sidewalk. F. Concrete Pavers Product name(s)/shape(s), color(s), overall dimension, thickness and pattern as shown on the drawing: Color and Textures: Miami Beach red approved equal. Designer can recommend for Public Works approval other colors to complement project design theme and/or match existing pavers' configuration. All concrete pavers shall have a skid resistant finish. 1. Provide products supplied by a member of the Interlocking Concrete Pavement Institute (ICPI) as called for in the Drawings and/or as specified herein: a) Meet the following requirements set forth in ASTM C936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8000 psi (55 Mpa) with no individual unit under 7, 200 psi (50MPa). 2. Average absorption of 5% with no unit grater than 7% when tested in accordance with ASTM C140. G. Textured Pavement: 1. "StreetBond SP150E Coating Material" refers to a high performance premium coating material consisting of epoxy modified acrylic polymers blended with sand and aggregate, and specially formulated by Intergrated Paving Concept, Inc. (Tel. 800- 688-5652), for application on asphalt surfaces to provide a durable, long lasting color and texture to the asphalt surface. 2. "StreetBond Colorant" is a highly concentrated, high quality, UV stable pigment blend designated to be added to StreetBond SP150E coating system to provide color to the coating. The colors to be used shall be shown on the drawings. The same StreetBond Colorant shall be used in each SP150E coating layer to the asphalt surface. One pint of colorant shall be used with one pail of StreetBond coating material. 3. Use only patterned/textures pavement products listed on the Qualified Products List. Meet manufacturer's specifications for all pattern/texture templates, coating and coloring material. Use only material that is delivered to the job site in sealed containers bearing the manufacture's original labels. Material coating used to achieve the pattern/texture and/or color shall produce an adherent, weather resistant, skid resistant surface capable of resisting deformation to traffic. Paint and thermoplastic material must meet the requirements of this Specification and Section 971, except that the requirements for Color and Retroreflectivity do not apply. Manufacturers seeking approval for inclusion on the QPL must submit application and certifications in accordance with Section 6 along with the following documentation: 1.) Manufacturer's specifications and procedures for materials and installation. 2.) Manufacturer's certification with supporting test data and results that the patterned/textured pavement installed in accordance with the manufacturer's specifications and procedures has been tested in accordance with the ASTM E-274, Skid Resistance of Paved Surfaces using a standard ribbed full scale tire at a speed of 40 mph (FN40R), and has a minimum FN40R value of 35. 2. Installation of Roadways Material: A. Subgrade: The work shall consist of bringing the bottom of the excavations and the top of the embankments of the roadways between the outer limits of the roadway to a surface conforming to the lines, grades, and cross sections shown on the plans, of uniform required density, ready to receive the base or paving course. The final elevation of the subgrade shall be within 0.1 foot of the required elevation. 1. All submerged stumps, roots, and other unsuitable matter encountered in the preparation of the subgrade shall be removed and replaced with a suitable material. 2. The material in the top 12" of subgrade shall have a minimum CBR of 25 when compacted to 95% of maximum density as determined by AASHTO Specification T 180-74. In areas such a condition does not exist, the top 12" of subgrade shall be stabilized as described below: 3. Stabilizing Material: Where stabilized subgrade and shoulders are required, the subgrade and shoulder material shall have a minimum California Bearing Ratio Material Value not less than 25. If the in place subgrade or shoulder material has a CBR value less than 25, a suitable stabilizing material shall be added. Such stabilizing material shall be crushed limerock, coarse limerock screenings, or any other stabilizing material approved by the engineer. 4. Suitable stabilizing materials obtained from an existing base or pavement which is to be replaced or abandoned may be used providing that such material contain no fragments larger that 3%inches in diameter. 5. The entire subgrade, including 2 feet beyond the edge of the proposed pavement, shall be thoroughly plowed, scarified, and mixed to a depth of not less than 6 inches below grade. All pot holes and other irregularities shall be filled with suitable material or trimmed down as th case may be, prior to compacting. If the area is cut to grade in natural limerock, the top 6 inches shall be thoroughly plowed, scarified, and mixed. This plowed, scarified, and mixed layer shall be compacted to not less than 95 percent of the maximum density as determined by AASHTO Specifications T 180-74 prior to the placement of the base course. 6. After the subgrade has been prepared as specified above, the Contractor shall maintain it free from ruts, depressions, and damage resulting from the hauling and handling of any material, equipment, tools, etc. Ditches or drains shall be constructed and maintained along the completed subgrade section. Just before the base course is laid, the subgrade shall be tested as to, elevation and density. B. Transporting Limerock: The limerock shall be transported to the point where it is to be used, over rock previously placed if practicable, and dumped on the end of the preceding spread. No hauling over the subgrade or dumping on the subgrade shall be done C. Spreading Limerock: 1. When using new material, the limerock shall be spread uniformly, and all segregated areas of fine or coarse rock shall be removed and replaced with well-grade rock. 2. When the specified compacted thickness of the base is greater than 6-inches, the base shall be constructed in two courses. The thickness of the first course shall be approximately one-half the total thickness of the finished base, or enough additional to bear the weight of the construction equipment without disturbing the subgrade. 3. When using the existing base material, the Contractor shall expose the existing base material to the final base grade shown on the drawings. He shall then proceed with scarifying the top 6 inches of the base and reworking and compacting the material to achieve the required cross-section. 4. Minimum longitudinal slope shall be 0.3% for all roadways. For roadways with gutters, the longitudinal slope may be reduced upon approval by the Public Works Department. D. Compacting and Finishing Base: 1. General: a. For single course base, after spreading is completed, the entire surface shall be scarified and then shaped so as to produce the required grade and cross section after compacting. b. For multi lift base course, the first course shall be four(4) inches thick compacted cleaned of foreign material, bladed and brought to a surface cross section approximately parallel to that of the finished base. Prior to the spreading of any material for the upper course, the density test for the lower course shall be made and the Engineer shall have determined that the required compacting has been obtained. After the spreading of material for the second course is completed, its surface shall be finished and shaped so as to produce the required grade and cross section after compacting and free of scab and laminations. 2. Moisture Content: When the material does not have the proper moisture content to insure the required density, wetting or drying will be required. If the material is deficient in moisture,water shall be added and uniformly mixed in by discing the base course to its full depth. If the material contains an excess of moisture, such excess shall be reduced or removed until the required moisture content is attained before being compacted. Welling or drying operations shall involved manipulation of the entire width and depth of the base as a unit. 3. Density Requirements: As soon as proper conditions of moisture are attained, the material shall be compacted to a density of not less than 98 percent of the maximum density as determined by AASHTO Designation T-180 as described below: a. During final compacting operations, if blading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density determinations on the finished base. b. At least three density determinations shall be made at the completion of each course, also the density determinations shall be made at new/replaced every utility crossings and also at every 7,000 square feet of roadways or at more frequent intervals if deemed necessary by the Engineer. 4. Correction of Defects: a. If at any time the subgrade material should become mixed with the base course material, the Contractor shall dig out and remove the mixture, reshape and compact the subgrade and replace the materials removed with clean base material, which shall be shaped and compacted as specified above. b. If cracks or checks appear in the base, either before or after priming,which in the opinion of the Engineer would impair the structural efficiency of the base course, the Contractor shall remove such cracks or check by rescarifying, reshaping, adding base material where necessary and recompacting. E. Testing Surface: The finished surface of the base course shall be checked with a templet cut to required crown and cross section and with a 10-foot straightedge laid parallel to the centerline of the road. All irregularities greater than 1/4-inch shall be corrected by scarifying and removing or adding limerock as may be required, after which the entire area shall be recompacted as specified herein before. F. Thickness Determinations: 1. The thickness of the compacted limerock base shall be measured at intervals of not more than 200-feet. Measurements shall be taken at various points on the cross sections prior to the application of the prime coat. 2. The measurements shall be taken in holes through the base of not less than 3-inches in diameter. Where the compacted base is deficient by more than 1/2-inch from the thickness called for on the drawings, the Contractor shall correct such areas by scarifying and adding limerock. The base shall be scarified and rock added for a distance of 100-feet in each direction from the edge of the deficient area. The affected areas shall then be brought to the required state of compaction and to the required thickness and cross section. G. Priming and Maintaining: 1. The prime coat shall be applied only when the base meets the specified density requirements and the moisture content in the top half of the base does not exceed 90 percent of the optimum moisture content of the base material. At the time of priming, the base shall be firm and unyielding. 2. The contractor will be responsible for assuring that the true crown and grade are maintained with no rutting or other distortion and that the base meets all the requirements at the time the surface course is applied. 3. Installation of Concrete: 1. The concrete shall be placed on stabilizing or compacted subgrade to such depth that, when it is consolidated and finished, the slab thickness required by the Drawings will be obtained at all points and surface will at no point be below the grade specified for the finished surface, after application of the allowable tolerance. The concrete shall be deposited on the stabilized subgrade in a manner which will require as little rehandling as possible. Placing of the concrete shall be continuous between transverse joints, without the use of intermediate bulkheads. 2. Steel reinforcement is called for on the drawings shall be placed at mid slab depth and the fabric shall be maintained at this location during the placing and finishing operations. 3. Concrete shall be thoroughly consolidated against and along the faces of all forms, and along the full length and on both sides of all joint assemblies, by means of hand- operated, vibrators. Vibrators shall not be permitted to come in contact with joint assembly, the subgrade or a side form. Vibration at any one location shall not continue so long as to produce puddling or the accumulation of excessive grout on the surface. In no case shall the vibrator be operated longer than 15 seconds in any one location. 4. Coloring of concrete shall be done by dry-mixing the compound and broadcasting over the fresh-poured concrete after it has been struck off. A. Striking off, Consolidating and Finishing Concrete: 1. Immediately after the placing, the concrete shall be struck off, consolidated and finished, to produce a finished pavement conforming to the cross section, width and surface finish required by the Drawings and Specifications. The sequence of operations shall be as follows: strike-off; vibratory consolidation; screeding; floating; removal of laitance; straightedging; and final surface finish. Strike-off, consolidation and finishing shall be accomplished in a manner such as to avoid damage to, or misalignment of,joint assemblies,dowels and other embedded items. B. Straightedging and Surface Correction: 1. After floating has been completed and the excess water removed, but while the concrete is still in a plastic state, the surface of the concrete shall be tested for trueness with an accurate 10-foot straightedge. The straightedge shall be furnished by the Contractor. The straightedge shall be held in successive positions parallel to the road center line, in contact with the surface, and the whole area tested from one side of the slab to the other as necessary. The advance along the road shall be in successive stages of not more than one-half the length of the straightedge. Any depressions shall be immediately filled with freshly mixed concrete and struck-off, consolidated and refinished. High areas shall be cut down and refinished. Straightedge testing and surface correction shall continue until the entire surface appears to conform to the required grade and cross section. 2. As soon as the concrete has hardened sufficiently to be walked on, straightedging shall again be done. All surface irregularities exceeding ''/-inch in a 10-foot shall be corrected by grinding as directed by the Engineer. C. Final Finish: As soon as the water sheen has disappeared from the surface of the pavement and just before the concrete becomes nonplastic, a light broom finish shall be given to the surface. D. Edging: 1. After the final finish has been applied, but before the concrete has become nonplastic, the edge of the pavement along each side of the strip being placed, on each side of transverse and longitudinal contraction joints and construction joints and along structure extending into the pavement, shall be carefully rounded to a ''/-inch radius except as otherwise indicated. A well-defined and continuous radius shall be produced and a smooth, dense mortar finish obtained. All concrete shall be completely removed from the top of the joint filler. 2. All joints shall be checked with a straightedge before the concrete has become nonplastic and, if one side of the joint is higher that the other or the entire joints is higher or lower than the adjacent slabs, corrections shall be made as necessary. E. Joints: 1. Transverse Construction Joints: Transverse construction joints shall be constructed at the end of all pours and at other locations where the paving operations are stopped for as long as 30 minutes. Construction joints, however, shall not be placed with in ten feet of any other transverse joint or of either end of a section of pavement. If sufficient concrete has not been placed to form a slab at least ten feet long, the excess concrete, back to the last preceding joint, shall be removed. The joints shall be formed by placing a wood or metal bulkhead accurately and securely in place, in a plane perpendicular to the profile and center line of the pavement. 2. Transverse & Longitudinal Contraction Joints: Construction joints shall be constructed at the interval indicated in the plans and shall consist of planes of weakness created by an edging tool. The cut in the fresh concrete shall be perpendicular to the surface of the pavement, shall extend to a depth of 1/3 of its thickness(1 %" for 4"pavement) and shall have tooled edges as described above. 3. Expansion Joints: '/i' Expansion Joints shall be formed by placing performed joint filler around all structures and foundations where pavement abuts curbs and gutters and at intervals not to exceed 100'. 4. Cleaning and Sealing Joints: Joints which are to be sealed, shall be filled with joint sealing material before the pavement is opened to traffic and as soon after completion of the curing period as is feasible. Just prior to sealing, each joint shall be thoroughly cleaned of al foreign material (including any membrane curing compound) and the joint faces shall be clean and surface-dry when the sealer is applied. a) The sealing material shall be applied to each joint to conform to the details shown on the Drawings and in accordance with the manufacture's recommendation. The pouring shall be done in such manner that the material will not be spilled on the exposed surfaces of the concrete. Any excess material on the surface of the concrete pavement shall be removed immediately and the pavement surface cleaned. b) All cracks occurring in the pavement prior to its acceptance shall be cleaned out and sealed as specified above, except that the cracks and fractures shall be completely filled with joints sealer and any excess filler material cut down level with the pavement surface. 4. Installation of Asphalt: A. The pressure distributor used for placing the tack or prime coat shall be equipped with pneumatic tires having sufficient width of rubber in contact with the road surface to avoid breaking the bond of or forming a rut in the surface. The distance between the centers of openings of the outside nozzles of the spray bar shall be equal to the width of the application required, within an allowable variation of 2-inches. The outside nozzle at each end of the spray bar shall have an area of opening of not less than 25 percent, nor more than 75 percent in excess of the other nozzles which shall have uniform openings. When the application covers less than the full width, the normal opening of the end nozzle at the conjunction line may remain the same as those of the interior nozzles. B. 310-9.2 Application Temperatures: For asphalt cement Viscosity Grade AC-5, the application temperature shall be between 300 degree and 350 degree F; for emulsified asphalt, between 100 degrees and 170 degrees F; and for cut-back asphalt, between 175 degree and 275 degree F.310-9.3 Uniformity of Distribution: Special precautions shall be observed to assure that an even and uniform distribution of bituminous material will be obtained, and the distributor shall be so adjusted and operated as to maintain uniform, even distribution of the type of material being applied. Excessive deposits of bituminous material upon the road surface caused by stopping or starting the distributor, by leakage or otherwise, shall be immediately removed. C. When the prime or tack coat is applied adjacent to curb and gutter, or any other concrete or special pavement surface (except where they are to be covered with a bituminous wearing course) such concrete surfaces shall be protected by heavy paper or other protective material while the prime or tack coat is being applied. Any bituminous material deposited on such concrete surfaces shall be removed immediately. D. Prime coat shall be applied at a rate of 0.25 gallons per square yard. Prime and tack coat for base shall conform to the requirements and specifications of Sections 300-1 through 300-7 of FDOT standards specifications. E. No bituminous material shall be applied when the air temperature is less than 50 degree in the shade, or when the weather conditions or the condition of the existing surface is unsuitable. In no case shall bituminous material be applied while rain is falling or when there is water on the surface to be covered. F. After the base has been finished, the full width of surface shall be swept with a power broom supplemented with hand brooms and mechanical blowers prior to the application of the prime coat. Care shall be taken to remove ail loose dust, dirt and objectionable matter. If deemed necessary, the base shall be lightly sprinkled with water immediately in advance of the prime coat. The prim coat shall be applied to the full width of the base. G. The temperature of the prime material shall be such as to insure uniform distribution. The material shall be applied with a pressure distributor as specified above. The amount to be applied shall be sufficient to coat the surface thoroughly and uniformly without any excess to form pools or to flow off the base. For limerock base, the rate of application shall not be less than 0.10 gallons per square yard: H. The roadway may be opened for use following the application of the prime material, and a light uniform application of clean sand shall be applied and rolled. The sand shall be nonplastic, shall be free from silt rock particles and shall not contain any sticks, vegetation, grass, roots or organic matter. After the sand covering has been applied, the surface will be opened to traffic. Asphalt Densities: The inplace density of each course of asphalt mix construction, with the exceptions of patching courses, leveling and intermediate course less than one-inch thick or a specified spread rate less than 100 pounds per square yard, overbuild courses where the minimum thickness is less than one-inch, and open-graded friction course, shall be determined by the use of the Nuclear Density Backscatter Methods as specified by FM 1-T238 (method B). The required density of a completed course shall be at least 98 percent of the average density of the control strip. 5. Installation of Concrete Pavers: A. Install paver blocks as manufactured by licensee of Paver Systems, Inc., as indicated on the drawings, per manufacture's recommendations. For paver block construction shall conform to the requirements of Interlocking Concrete Pavers Institute(ICPI). B. The finished sub-grade shall be approved before placement of limerock base. C. The limerock base shall be spread which when compacted will not exceed (4"). D. The base course shall be composed with suitable compaction equipment that will ensure a minimum 95%of PASHTO Designation T180. E. The finished base course shall be approved by the Engineer prior to placement of the sand leveling course. F. For sidewalk areas, the uncompacted sand leveling base shall be screened over the compacted limerock base to an uncompacted thickness of 1 Y" inches. G. For crosswalk areas, the uncompacted sand leveling base shall be screened over the concrete base to an uncompacted thickness of 1 1/2" inches. H. The paver blocks shall be laid in the pattern approved by the City of Miami Beach Public Works as illustrated on the drawings. Where necessary to cut blocks, cutting shall be done so as leave tight joint along all adjacent edges and surfaces. Smoothly split or sawn blocks only will be accepted. J. After final vibrating/compaction there shall be no more than 14 inch deviation from proposed grades. K. The installation of concrete pavers on roadways shall include the following: 1. Replacement of all underground city utilities 2. The concrete pavers on the roadway shall be installed on 6"concrete base reinforced with galvanized steel wire mesh 6"X6" #10 on one and a half (1.5) inch bedding between the concrete base and the concrete pavers. 3. Treat bedding course with soil sterilizers to prohibit growth of grass and weeds. 4. Construct 12"X12'concrete band with reinforcing, see Standard Detail RS26. 6. Installation of Textured Pavement: Applying a patterned and/or textured treatment to asphalt or concrete, in accordance with manufacturer's recommendations. Applications include the following: 1.) Imprinting patterns into existing or new pavement and covering with a surface coating(s) of paint or thermoplastic. 2.) Imprinting patterns into existing or new pavement and inlaying the imprint with performed thermoplastic material. 3.) Colored, preprinted, preformed texturized thermoplastic material that is applied over existing pavement. 4.) Colored thermoplastic material that can be imprinted and texturized during or after application to existing pavement. For application requiring removal and replacement of existing pavement, meet the requirements of Section 350 for cement concrete pavement; the requirements of Section 334 for Superpave asphalt or Section 337 for FC 9.5 and FC 12.5 asphalt. For the purpose of this Specification, patterns are defined as visible surface markings; imprinted textures are defined as palpable surface markings. Use the location, pattern/texture type (brick, stone, etc.) and coating color as specified in the plans. Joint openings shall not exceed % inch [13 mm]in width. Protect treated surfaces from traffic and environmental effect until the area is completely coated / imprinted and any coating have dried or cured according to the manufacturer's instructions. Complete all utility, traffic loop detector, and other items requiring a cut and installation under the finished surface, prior to pattern installation. For asphalt roadways, apply patterned/textured pavement a minimum of 14 days after placement of the adjacent pavement. Upon completion of the installation, the Engineer will check the area at random location for geometric accuracy, as specified in the plans. If any of the chosen areas have an imprint width and depth that is less than the manufacturer's specifications, correct the entire textured area, at no additional cost to the Department. Supply the specified pattern and color sample for the Engineer's use to visually determine that the material matches the color specified in the plans. For any continuous or abutting areas, i.e. all treated areas of an intersection, color material must be from the same lot/batch. Provide certification that the textured pavement was installed in accordance with the manufacturer's requirements 7. Installation of Sidewalk: Sidewalks at intersections shall be six (6) inches; others are to be four (4) inches except that the driveways flush with the new and old sidewalk with a maximum slope of 1:12. The concrete for sidewalk shall be 2500 psi, with Integral Miami Beach Red color and to be City of Miami Beach approved design mix. 8. Installation of Curb Ramps: Policy: It is the policy of the City of Miami Beach Public Works Department to install truncated dome detectable warnings on the curb ramps, in compliance with Americans with Disabilities Act Accessibility Guidelines (ADAAG) requirements for detectable warnings on walking surfaces and with Florida Department of Transportation (FDOT) standards. Procedure: The following standards shall be followed when detectable warnings are being installed on curb ramps: 1). All curb ramps installed in the public right of way or on City of Miami Beach property shall have detectable warnings in the form of truncated domes. 2). The installation of truncated domes on curb ramp shall be in compliance with the FDOT ADA/Accessibility design standard for Curb Ramp/Detectable Warning, found at: http://www.dot.state.tl.us/rddesign/DS/12/IDx/00304.pdf See also Specification 527 (Detectable Warning on Walking Surfaces) on FDOT's Qualified Products List Index: haps://fdotwp 1.dot.state.fl.us/ApprovedProductList/ProductTypes/Index/117 This specification excludes stamped concrete detectable warnings due to poor performance. 3). The detectable warnings are required to have a dark-on-light or light-on-dark contrast with the surrounding concrete. Dark gray shall be the color used on the detectable warning portion of the curb ramp when applied to a curb ramp that is Miami Beach Red in color. The color of the detectable warnings shall be integral with the device material. On curb ramps constructed of material other than "standards" concrete or from colors other than Miami Beach Red, coordinate with the Public Works Department for appropriate color and contrast. 4). Provide certification from an independent testing laboratory that the applied detectable warning device meets the above minimum requirements. Submit this certification for review and approval by the Public Works Department at least 10 days before the planned installation of any Applied Detectable Warning Device. 5).At least 10 days before the first installation of any Applied Detectable Warning Device, submit manufactures installation recommendations and instructions for review and approval by the Public Works Department. 6). Special Considerations: Two curb ramps per corner should always be used unless technically infeasible. US Access Board Public Rights-of-Way Access Advisory Committee strongly discourages single installations where possible because single ramps can: A. Misdirect blind pedestrians who use the slope of curb ramps as a cue. B. Increase crossing times for persons who use wheeled mobility aids and can place users into oncoming traffic at small radius corners where it is difficult to provide landing space at the bottom that is wholly within marked crossings. C. Drivers may not be as alert to persons crossing at the apex of a corner. D. If a single diagonal curb ramp is installed because of technical infeasibility, a 48 inch clear space wholly contained within the crosswalk must be provided at the bottom of the curb ramp to allow wheelchair users enough room to maneuver off of the ramp and into the crosswalk. 9. Bicycle Facilities: The work of this section consists of design standards for the development of bicycle facilities, including bike lanes, bike routes (shared use roadways), shared use paths, and bike racks. Standards will include minimum widths, roadway conditions, and traffic control signals such as pavement markings, signage, and signalizations. 1.0 General: Bicyclists shall be considered in all phases of transportation planning, design, construction and capacity improvement projects, and transit projects. All projects shall be designed to accommodate bicyclists. Florida Statues require that all needs of bicyclists and pedestrians be addressed in all local and state transportation plans and programs. 316.065(1)(a)- Bicycle and pedestrian ways shall be given full consideration in the planning and development of transportation facilities, including the incorporation of such ways into state and local transportation plans and programs. Bicycle and pedestrian ways shall be established in conjunction with the construction, reconstruction and other change of any state transportation facility. 1.01 Roadway Conditions: A. Pavement Surface Quality: Pavement surfaces shall be smooth, and the pavement shall be uniform in width.Wide cracks,joints, holes, bumps or drop-offs at the edge of the traveled way shall be repaired. Other obstacles, barriers, and specific hazards to bicyclists shall be eliminated as well. Roadways shall be provided with adequate drainage to prevent ponding and washouts. B. Drainage Inlet Grates: Bicycle-safe grates shall be used, and grates shall be located in a manner which will minimize severe and/or frequent maneuvering by the bicyclist. Drainage inlet grates shall be placed or adjusted to be flush with the adjacent pavement surface. C. Utility Covers: Bicycle-safe utility covers shall be used, and utility covers shall be located in a manner which will minimize severe and/or frequent maneuvering by the bicyclist. Utility covers shall be placed or adjusted to be flush with the adjacent pavement surface. D. Railroad Crossings: Railroad-highway grade crossings shall be at a right angle to the rails. If the crossing angle is less than approximately 45 degrees, an additional paved shoulder of sufficient width shall be provided to permit the bicyclist to cross the track at a safer angle, preferably perpendicularly. Where this is not possible, and where train speeds are low, commercially available compressible flangeway fillers may enhance bicyclist operation. Roadway approaches shall be at the same elevation as the rails. Rubber or concrete crossing materials are longer lasting than wood or asphalt and requires less maintenance. Warning signs and pavement markings shall be installed in accordance with the MUTCD. 2.0 Bike Lanes. Bike lanes shall be one-way facilities and carry bike traffic in the same direction as the adjacent motor vehicle lane. In most cases, bike lanes shall be through lanes and shall be located to the right of the right most through lane. A. Width: For roadways with no curb and gutter, the minimum width of a bike lane shall be four (4) feet. For roadways with curb and gutter, the minimum width of a bike lane shall be five (5) feet, including the gutter. If parking is permitted, the bike lane shall be placed between the parking area and the travel lane and have a minimum width of five (5) feet. Where parking is permitted but a parking stripe or stalls are not utilized, the shared area shall be a minimum of eleven (11)feet without a curb face and twelve (12) feet adjacent to a curb face. If the parking volume is substantial or turnover is high, an additional one to two (1-2) feet pf width is desirable. (See details RS5, RS6, & RS7 in Section 15). B. Pavement Marking: Bike lane markings shall be installed in accordance to the MUTCD, Chapter 9C. C- Signage: Bike lane signage shall be installed in accordance to the MUTCD, Chapter 913. D. Signalizalion: Bike lane signalizalion shall be installed in accordance to the MUTCD, Chapter 9D. 3.0 Bike Route: Bike routes are signed shared roadways and responsible agencies shall ensure these routes are suitable as shared routes and will also ensure that they be maintained. Bike routes shall meet the following conditions: 1. The route provides continuity to other bicycle faculties such as bike lanes or bike paths. 2. The road is a common route for bicyclists through a high demand corridor. 3. The route extends along local neighborhood streets and collectors that lead to an internal neighborhood destination such as a park, school, or commercial district. 4. An effort has been made to adjust traffic control devices to give greater priority to bicyclists on the route, as opposed to alternative streets. 5. Street parking has been removed or restricted in areas of critical width to provide improved safety. 6. Wider curb lanes are provided compared to parallel roads. A. Bike Route Signage: Bike route signage shall be installed in accordance to the MUTCD, Chapter 9B. B. Signalization: Bike route signalizalion shall be installed in accordance to the MUTCD, Chapter 9D. 4.0 Shared Use: Shared use paths are facilities that are usually on exclusive right of way, with minimal cross flow by motor vehicles. Users are non-motorized and may include, but are not limited to, bicyclists, in-line skaters, roller skaters, skateboarders, wheelchair users, and pedestrians. Shared use paths shall be separated from the roadway. A.Width: The minimum recommended width for a paved two-way path is ten(10)feet. B. Horizontal Clearance: A minimum two (2)feet wide graded area with a maximum 1:6 slope shall be maintained adjacent to both sides of the path; however three (3) feet or more is desirable to provide clearance from trees, poles, walls, fences, guardrails, or other lateral obstructions. Where the path is adjacent to canals, ditches, or slopes steeper than 1:3, a wider separation should be considered. A minimum five (5) feet separation from the edge of t he path pavement to the top of the slope is desirable. Depending on the height of embankment and condition at the bottom, a physical barrier, such as dense shrubbery, railing or chain link fence, may need to be provided. C. Vertical Clearance: Vertical clearance to obstructions shall be a minimum of eight (8) feet. However, vertical clearance may need to be greater to permit passage of maintenance and emergency vehicles. In under-crossings and tunnels, ten (10) feet is desirable. D. Design Speed: A design speed of 20 mph shall be used for shared use paths. E. Structures: The minimum clear width on structures should be the same as the approach shared use path, plus the minimum two (2) feet wide clear areas. Grades on structures to be used by pedestrians shall comply with the requirements of the ADA Accessibility Guidelines (as described in the Federal Register) and the Florida Accessibility Code For Building Construction as given in CHAPTER 3- GEOMETRIC DESIGN. F. Ramp Widths: Ramps for curbs at intersections shall be at least the same width as the shared use path. Curb cuts and ramps should provide a smooth transition between the shared use path and the roadway. A five (5) feet radius or flare may be considered to facilitate right turns for bicyclists. G. Pavement Marking: Bike path markings shall be installed in accordance to the MUTCD, Chapter 9C. (See Bicycle Details BK2 and BK5 in Part 3, Section 15D) H. Bike Path Signage: Bike path signage shall be installed in accordance to the MUTCD, Chapter 98. (See Bicycle Details BK1, BK4, BK6 and BK7 in Part 3, Section 15D) I. Signalization: Bike path signalization shall be installed in accordance to the MUTCD, Chapter 9D. 5.0 Bike Racks: A. Style: See standard detail BK3 in Part 3, Section 15D B. Installation: 1. The bike rack should be a minimum of 24 inches from the curb when oriented in a parallel direction or a minimum of 54 inches to the centerline of the rack when oriented perpendicular to the curb. 2.The bike rack should be located to preserve at least 36 inches to 48 inches of pedestrian walkway clearance to meet ADA requirements. 3. At least(4)four feet clearance from any street utility vaults or utility poles. 4. At least 30 inches from any street encroachments, i.e.: ground level planters, garbage cans. 5. At least 8 feet from any fire hydrant. 6. At least 10 feet from the point of curvature of the curb adjacent to any intersection. 7. Do not block building entrances, driveways, handicap parking spaces, and stairs. 8. 2.2 feet width x 7 feet length required for a single rack. 9. Spacing between multiple bike racks mounted adjacent to each other should be a minimum of 30 inches on center. F'.\work\BALL\PUBLIC WORKS MANUAL\Section9Partll_Roadways_bike doc PART II SECTION 12 LANDSCAPE WORK The following are the minimum requirements that any contractor/developer has to consider in order to design, construct and/or install landscape work within public rights-of-way: 1.0 GENERAL 1.01 THE REQUIREMENT A. The work included in this section consists of furnishing all labor, supplies equipment and materials necessary to complete the installation of all landscaping as shown on the Plans, including the installation of sod and seeding as shown, as well as all other related responsibilities as specified herein. B.All plant materials included shall be of the specific size and quality indicated on the plans and in these specifications and shall be installed in strict accordance with sound nursery practices, and shall include maintenance and watering for all work outlined on the plans and specifications until final acceptance. C. The ENGINEER reserves the right to adjust the number and locations of the designated types and species to be used at any of the locations shown in order to provide for any modifications which might become necessary. D. Investigation of Subsurface Conditions: The Contractor shall be responsible for making site subsurface investigations and examinations as he or she chooses in order to become familiar with the character of the existing material and the construction conditions under which he or she will be working. These subsurface investigations and examinations shall be included in the bid. The Contractor shall not receive separate, additional compensation for such investigation. E. Excavation Related to Inadequate Drainage: Some or all work areas may contain existing materials such as but not limited to, limerock, and it may even be compacted. This material and any compacted material may interfere with adequate vertical drainage and/or proper plant survival and growth. Removal of this material, in order to have adequate vertical drainage, is part of the scope of work for the project. Therefore, the sub surface investigations and examinations are necessary in order to determine the extent of removal and excavation required above and beyond the minimum requirements indicated in these Specifications, under the heading of "Excavation of Plant Holes", which is in PART 3. Compensation for any excavation and removal required, above and beyond the minimum requirements indicated, including any additional planting soil needed to fill the larger excavated area, shall be included in the bid.The Contractor shall not receive separate, additional compensation for this. F. No separate, additional compensation will be granted because of any unusual difficulties which may be encountered in the execution of any portion of the work. G. The Plans are not complete unless accompanied by these Specifications. 1.02 QUALITY ASSURANCE A. The CONTRACTOR'S Superintendent shall be well versed in Florida plant material, planting operations, blue print reading. and coordination with other performing contracts or services in the job area. All CONTRACTOR employees shall be competent and highly skilled in their particular job in order to properly perform the work assigned to them. The CONTRACTOR shall be responsible for maintaining the quality of the material on the job throughout the duration of its responsibility. B. Acceptance of any proposed individual, company, or corporation shall not relieve the Contractor of his responsibility to supervise the work and to coordinate the activities of his sub- contractor with work of all other trades. 1. Sub-Contractor Qualification-No individual, company or corporation will be permitted to perform any work under this Section by Contract of sub-Contract unless such individual, company or corporation is fully qualified to perform the work. The Contractor, if requested shall provide the following evidence that he or any of his proposed contractors or sub-contractors is qualified. a. State or local license, where license is required by law. b. Membership in trade or professional organizations: 1. Associated Landscape Contractors of America, 2. American Association of Nurserymen, or 3. Florida Nurserymen and Growers Association, c. List of three(3) similar projects which the individual, company or corporations performed under contract or subcontract to a general contractor or Owner. C. In the event that it becomes apparent that any nursery supplying plants for this work has knowingly and consistently represented the grade of plants as being higher than their actual grades as determined under these provisions, all plants already delivered from such sources shall be removed from the job at the CONTRACTOR'S expense, and no further plants will be accepted from such nursery until written evidence is submitted and confirmed that all material for delivery has been inspected and approved by inspectors of the State Plant Board as being of the grade as represented. D. All plant material shall conform to the names given in Hortus Third, 1976 edition. Names of varieties not included therein conform generally with names accepted in the nursery trade. E. Correct Grade of Plants: Any supplier of materials misrepresenting the grade or quality of their materials(i.e. a higher grade than they are).As determined by the Engineer through the application of the Plans and Specifications, shall not be allowed to supply any material for this project.All material already supplied and received from such a supplier,which is below specified grade, shall be removed and replaced at no additional cost to the City. This requirement for removal and replacement shall also include any installed materials. No further materials will be accepted from such supplier until written evidence is submitted and confirmed that all material for delivery is of the grade or quality represented. 1. Grade and Quality: a. All plant material shall be nursery grown, and comply with all required inspections. Grading and quality standards and plant regulations as set forth in the Florida Department of Agriculture's"Grades and Standards for Nursery Plants, 1998 Edition. Part I and Part r, or with any superseding specifications that may be called for on the Plans or in the Specifications and as established by the Turfgrass Producers Association of Florida. Inc.,ALL PLANTS NOT LISTED IN THE GRADES AND STANDARDS FOR NURSERY PLANTS, shall conform to a Florida No. I as to. (I)health and vitality, (2)condition of foliage, (3) root system, (4)freedom from pest or mechanical damage and (5) heavily branched and densely foliated according to the accepted normal shape of the species or sport. b. Exception to"Grades and Standards": Any section of Florida Department of Agriculture's"Grades and Standards'which allows nails or spikes in the trunks of trees or palms shall be EXCLUDED from these Specifications. THESE SPECIFICATIONS PROHIBIT NAILS AND SPIKES IN TRUNKS. 2. Requirements for Various Plant Designations: a. Balled and Burlapped (B&B) Plants: 1. Burlap and other wrapping materials made of natural, biodegradable materials shall be used. b. Growing site inspections shall be requested in writing with 48 hours advance notice by the Contractor. c. The fact that the Engineer has not made an early inspection and discovery of faulty work or of work omitted, or of work performed which is not in accordance with the contract requirements, shall not bar the Landscape Architect from subsequently rejecting such work. d. The Landscape Architects on site inspections shall be for the purpose of verifying that the Plans and Specifications are being implemented properly only. The Landscape Architect's on-site inspections are not for safety on or off the job site. Job site safety is the sole responsibility of the Contractor. F. All plant materials shall be nursery grown except where specified as collected material, and shall comply with all required inspections, grading standards and plant regulations as set forth by the Florida Department of Agriculture's"Grades and Standards for Nursery Plants" revised 1973, or with any superseding specifications that may be called for on the Plans or in the Specifications. ALL PLANTS NOT LISTED IN THE GRADES AND STANDARDS FOR NURSERY PLANTS, shall conform to a Florida No. 1 as to: (1) Health and Vitality, (2)Condition of Foliage, (3) Root System, (4) Freedom from Pest or Mechanical Damage, (5) Heavily Branched and Densely Foliated according to the accepted normal shape of the species, or sport, (6) Form and branching habit. G. Balled and Burlapped (B&B) and Wire Balled and Burlapped(WB&B) plants shall be properly protected until they are planted. These plants shall be handled only by the earth ball and not be the plant itself. H.Any(B&B)or(WB&B) plant which shows evidence of having handled by method other than the method outlined above, and resulting in a cracked or broken ball or of the roots being loosened within the ball shall be rejected. I. For plants grown in soil of loose texture,which does not readily adhere to the root system, (especially in the case of large plant material), WB&B plants may be specified. For WB&B plants, before plant is removed from the hole. sound hog wire shall be placed around the burlapped ball and looped and tensioned until the burlapped ball is substantially packaged by the tightened wire netting. such as to prevent disturbing of the loose soil around the roots during handling.Any wire, synthetic material or chemically treated material will be removed from the rootball at planting time; all ties shall be removed from the rootball and around the trunk at planting. J. Any Container Grown (CG) plants,which have became"pot bound"or for which the top system is out of proportion (larger)to the size of the container,will not be acceptable. K. With metal containers, unless the root-ball system slips easily and unbroken from the can, a nursery can-cutter shall be used to slit the can in such a way that the can may be opened fully. L. CG plants shall not be removed from the can until immediately before planting, and with all due care to prevent damage to the root system. M. Submit to the ENGINEER the names and locations of nurseries proposed as sources of acceptable plant material.The ENGINEER reserves the right to visit the nursery to inspect and/or select any and all specified material. N. The Engineer shall have the right, during any phase of the work operations, to reject any and all work and materials which do not meet the requirements of the Plans or Specifications. Rejected work and materials shall be immediately removed from the project area and replaced with acceptable work and material within seven (7) calendar days or as approved by the City's Representative. 1.03 DELIVERY, STORAGE AND HANDLING A. Movement of nursery stock shall comply with all Federal, State, and local laws and regulations. Therefore, required inspection certificates shall accompany each shipment, and shall be filed with the City's Representative. Wire wrap burlap if root ball is not sufficiently compacted. Palms will not require burlap wrapping if the following requirements are met: 1. Dug from marl or heavy soil that adheres to roots and retains shape without shattering. 2. Moistened material used to cover ball and roots not exposed to wind and sun. 3. Transport material on vehicles large enough to allow plants not to be crowded. Plants shall be covered to prevent wind damage during transit and shall be kept moist, fresh and protected at all times. Such protection shall encompass the entire period that the plants are in transit, being handled, or are in temporary storage. B.All plant material shall not remain on the work site longer than two (2)days prior to being installed. 1.04. SUBMITTALS A. Written requests for approval, to substitute a materials plant designation (B&B. WB&B. and CG. etc.), type. Grade, quality, size, quantity, etc., due to the non-availability of the material specified, shall be submitted within 14 calendar days after the preconstruction conference. Approval shall be given by the Engineer before the material is delivered and installed on the project. B. Any request for the approval of an equal shall be in writing. Requests shall be submitted within 14 calendar days after the preconstruction conference.Approval shall be given by the Engineer before the material is delivered and installed on the project. C. Submit prints of shop drawings for any special conditions not covered in the details indicated. This shall be for approval by the Engineer before they are installed on the project. D. If requested by the Engineer, submit a written schedule of sources or suppliers of all materials for inspection and approval by the Engineer before they are delivered and installed on the project. To color photographs of each different item requested by the Engineer, showing different side views of the item shall be submitted with the schedule.Additional color photographs shall be submitted, if requested. E. If requested by the Engineer, submit a letter indicating the sources or suppliers of all sod and the grade to be supplied for approval by the Engineer before it is delivered and installed on the project. F. Submit a sample and analysis of all planting soil types for approval by the Landscape Architect before the material is delivered and installed on the project. G. Submit a sample and analysis of mulch for approval by the Engineer before the material is delivered and installed on the project. H. If requested by the Engineer, submit copies of the manufacturer's specifications or analysis for all fertilizer including data substantiating that proposed materials comply with specified requirements. This shall be for approval by the Engineer before the material is delivered and installed on the project. I. The Engineer must review and approve shop drawings of all staking and guying, methods, before they are implemented on the project. J. Submit, on an as needed basis. a schedule for spraying and dusting of materials to be used to control pests and disease infestation, the reason for their use and the method to be used to apply the materials and the method of application before it is delivered and used on the project. Also, if requested by the CITY, furnish documentation that the implementation of these control measures for pests and disease infestation is in strict compliance with all federal and local regulations. 1.05 SUBSTITUTIONS A. Substitutions of plant types or change in the size of plant material will only be permitted upon submission of documented proof that the particular plant type and size specified is not obtainable. B. Where B&B or WB&B plants are specified, CG plants of the same species, etc..will not be accepted. Where a B&B or WB&B is not specified on a particular plant material, B&B, WB&B or CG plants may be used provided they meet all specifications. 1.06 GUARANTEE A.All trees and palms shall be guaranteed for a minimum of one(1)calendar year from the time of final acceptance of the project. All shrubs and groundcover and sod shall be guaranteed for a minimum of 180 calendar days from the time of final acceptance. 1.07 REPLACEMENT A. The guaranteeing of plant material shall be construed to mean the complete and immediate replacement of plant material if it is: 1. Not in a healthy growing condition. 2 There is a question to its survival ability at the end of the guarantee period 3. It is dead. 1.07 SIZE, QUALITY AND GRADE OF REPLACEMENT A. Replacement plant material shall be of the same species, quality and grade as that of the plant to be replaced. The size of the replacement shall not necessarily be the same size as the original specified plant at its initial planting but shall closely match specimens of the same species. Replacements shall be guaranteed for a period equal to the originally specified guarantee. This guarantee period shall begin at time of plant replacement. 1.08 GUARANTEE NULL AND VOID A. The guarantee shall be null and void for plant material which is damaged or dies as a result of "Act of God" limited to hail, freeze, lightning, winds which exceed hurricane force, and lethal yellowing, providing the plant was in a healthy growing condition prior to these"Acts of God". 2.0 MATERIALS 2.01 PLANT MATERIAL A. Except where another grade is specifically called for in the Plans, all plant material shall be not less than Florida No. 1. or better, at the time of installation and final acceptance. B. Containerized material shall be well established with at least one(1)full growing season in its container. Field grown material shall be well established with at least two (2)full growing seasons in its existing location. C. Habit of Growth:All plant material shall have a habit of growth that is normal for that species and shall be sound, healthy, vigorous and free from insects, plant diseases and injuries. D. Measurement of Trees. Palms, Shrubs&Ground Cover: 1. Trees, Shrubs and Ground Cover: a. Rootball: Requirements for the measurement of rootball diameter and depth shall comply with requirements as set forth in the latest edition of the Florida Department of Agriculture's"Grades and Standards for Nursery Plants. Part I and Part 2. b. Height: The height of plant material shall be measured from finish grade and continue up to where the main mass of the plant uniformly ends. The height shall not include any singular or isolated parts of the plant, such as leaves, shoots, branches, limbs or fronds, which extend out beyond the main mass of the plant. c. Width: The width of plant material shall be measured from one side of where the main mass uniformly ends and continue to the other side of where the main mass of the plant uniformly ends. The width shall not include any singular or isolated parts of the plant, such as leaves, shoots, branches, limbs or fronds, which extend out beyond the main mass of the plant. d. Caliper: The caliper of tree trunks shall be measured 3' above the ground unless: (1)The landscape regulations, ordinances and code requirements from the appropriate local jurisdiction the project is located in indicate another method of measurement, (2)Another method of measurement is indicated otherwise on the Plans. 2. Palms: Requirements for the measurement of clear trunk, clear wood, graywood, rootball diameter and depth shall comply with requirements as set forth in the latest edition of the Florida Department of Agriculture's"Grades and Standards for Nursery Plants, Part T. E.All sizes shown for plant material on the Plans are to be CONSIDERED AS MINIMUMS. All plant material must meet or exceed these minimum requirements for height, spread, etc. as indicated on the Plans. When plant sizes are specified as a range of size, installed material shall average the mean of the range specified. Plant materials which exceed the minimum dimensions shall not constitute a means for additional compensation to the Contractor or dispensation from other portions of the work. F. Die-Back and Leaf-Drop: Plant material showing signs of die-back or leaf-drop will not be accepted and must be removed from the project immediately, if so directed by the Landscape Architect. Therefore, any plant material with tendencies toward leaf-drop or die-back must be root pruned early enough to provide a sound network of hair roots prior to relocation. G. Mechanical Destruction of Foliage: Mechanical destruction of foliage resulting from root pruning shall not affect mare than 10% of the total foliage prior to planting on the project. Loss of foliage caused by seasonal change will be accepted. H. Palms: 1. Before Transporting: See"Delivery and Handling"for requirements related to wrapping of root balls. 2. Remove a minimum of fronds from the crown of the palms to facilitate transporting and handling. 3. Palms with burn marks and frond boots on trunk will not be accepted. 4. Using biodegradable material, such as a burlap strip or untreated cotton twine,tie Sabal palmetto bud and leave in-place until palm is established. If by this time the bud has not opened naturally,then the Contractor shall remove the tie, including any bracing, even if the project has been completed, final acceptance has been given and the Contractor has left the job. There shall be no separate, additional compensation for this task. Tying shall be as set forth in the latest edition of the Florida Department of Agriculture's"Grades and Standards for Nursery Plants".Tying of other palms shall be at the option of the Contractor. 5. To reduce head volume. Palm fronds may be taper trimmed by not more than one- third. 6. Palms showing cable or chain marks and equipment scars shall be rejected. Chlorosis: The allowable level of Chlorosis in foliage shall be set forth in the latest edition of the Florida Department of Agriculture's"Grades and Standards for Nursery Plants". J. Plant material shall not be accepted when the ball of earth surrounding its roots has been cracked, broken or otherwise damaged. K. Root pruning of plant material, when necessary, shall be done a minimum of six(6)weeks or for a period as determined by the Landscape Architect, prior to planting at the project. Prior to root pruning,the Contractor shall give 48 hour advance notice to the Engineer advising of the date to root prune any plant material. This shall allow for any inspections during or after the root pruning, if necessary. 2.02 SOD A. Sod shall be Paspalum'Supreme'or'Aloha Seashore' as supplied by Emerald Island Turf (contact Michael Vanatta(@ 1-722-473-7671)or approved qual (i.e. 'Sea Isle 2000'). The quality grade shall be PREMIUM. NOTE: Quality grade shall be based on the standards of sod quality grades of Premium, Standard or Commercial as established by the TURFGRASS PRODUCERS ASSOCIATION OF FLORIDA, INC.The sod shall be well matted with roots and of firm,tough texture having a compact top growth and heavy root development. The allowable weed content shall he as follows: -Premium -no weeds or any other grass allowed. Only the species of sod specified. -Standard-no casually visible broadleaf weeds, no obvious patches of weeds and no more than 2% of any other grass or weed in the total canopy. -Commercial-any sod which does not meet the weed restrictions or Premium or Standard. Sod sections shall be strong enough to support their own weight and retain their size and shape when suspended vertically from a firm grasp on the upper 10% of the section. Sod shall be moist and relatively free of thatch, up to one half inch allowable (uncompressed). The soil embedded in the sod shall be a clean earth free of stones and debris. B. Mowing: The sod shall have been mowed at least three times with a lawn mower with final mowing not more than seven days prior to the sod being cut for placement. C. Cutting: Sod shall not be harvested when moisture content(excessively dry or wet) may adversely affect its survival and shall be live,fresh and uninjured at the time of placement. AL ter approval of source, mow and rake as necessary to remove excessive top growth and debris. Cut sod with mechanical sod cutters, retaining native soil mat of sufficient thickness to withstand handling. The sod shah he provided in commercial pad sizes measuring not less than 12" by 24" with a uniform thickness of 1 inch to 3/4 inches at time of cutting. Measurement for thickness shall exclude top growth and thatch. D. Delivery: Deliver sod on pallets with root system protected from exposure to wind and sun, in quantities not greater than what the Contractor is capable of installing within 48 hours of cutting. It shall be planted within 48 hours after being cut and shall be shaded and kept moist from the time it is cut until it is planted. E. Handling: Handle sod in a manner to prevent dislodging native soil mat. Pitchforks, dumping of pallets from vehicles and tearing of sod are prohibited. 2.03 PLANTING SOIL for TREES, PALMS. SHRUBS & GROUNDCOVER A. PLANTING SOIL shall he natural, friable, and free from rocks larger than 1/2"diameter, weeds, stumps, plant tissue, litter, toxic substances, or any other deleterious materials.The Planting Soil shall consist of 70%clean, sharp, Silica Sand and 30% Everglades muck, mixed with the native, excavated soil in a 1:1 ratio (50/50). Soil must be taken from ground that has never been stripped,with a slight acid reaction (5.5 to 6.5 ph)and without an excess of calcium or carbonate. Soil shall be delivered in a loose friable condition. B. Proof of soil characteristics shall be the Contractor's responsibility and shall be supplied by independent and certified testing laboratories, independently mailed to the Owner/Owner's Representative prior to the delivery and/or use of the soil. C. General Type: All plant material shall be planted with a backfill material comprised of 50% existing native material and 50% planting soil. - D. Submit soil analysis and sample at no additional cost to the Engineer. 2.04 SOD SOIL BLANKET A. Shall be natural, friable, and free from rocks larger than 1/2"diameter, weeds, stumps. plant tissue, liner, toxic substances, or any other deleterious materials. The SOD SOIL BLANKET shall consist of 80%clean, sharp. Silica Sand and 20% Everglades muck, mixed with the native, excavated soil in a 1:1 ratio(50/50). 2.05 WATER A. The Landscape Contractor is responsible to ascertain the location and accessibility of a potable water source.The Landscape Contractor is responsible for distribution of water to the areas of planting. If there is no source of potable water available at the job site approved for use, then the Landscape Contractor shall be responsible for bringing in a water truck or tank for hand watering. If water volumes accessibility and distribution are not satisfactory to the Contractor, it is his responsibility to negotiate acceptable terms with the CITY prior to signing of a contract, If during the planting, water availability previously agreed to, is curtailed. The Contractor shall notify', in writing within 24 hours, the City's Representative of the condition and, if the Landscape Contractor deems necessary, his intent to cease work until water is restored. For plants already installed prior to cut-off of water availability, the Landscape Contractor shall continue to be responsible for providing water as required by specifications. 2.06 MULCH A. Mulch shall be processed entirely from the Melaleuca tree and composed of 97% hard inner wood and 3%outer bark. It shall be uniformly shredded and free from foreign matter, large pieces of bark,tree stump material, burrowing nematodes and ants. (Melaleuca mulch must have a written guarantee that there will not be any germination of Melaleuca seed which ma be present in the mulch. If germination occurs, the Contractor shall be responsible for removal of the mulch and seedlings to the satisfaction of the Landscape Architect. The mulch shall be replaced with another acceptable mulch approved by the Landscape Architect). 2.07 FERTILIZER A. Submit copies of the manufacturer's specifications or analysis of all fertilizer for approval. B. Trees and Palms(Container): Fertilize per City's requirements during Maintenance Period. Shall be an "8-4-12" 'Palm Special'formulation, with a minimum of 50% nitrogen in the slow- release(preferably sulfur-coated)and a complete line of micro-nutrients, or approved equal. C. Shrubs and Ground Cover: Fertilize per City's requirements during Maintenance Period. Shall be a"8-4-12" 'Palm Special' formulation, with a minimum of 50% nitrogen in the slow-release (preferably sulfur-coated)and a complete line of micro-nutrients. Release(preferably sulfur- coated) and a complete line of micro-nutrients, or approved equal D. Fertilizer for sod shall be a granular fertilizer having an analysis of 12-6-8, to be approved by the City. E. Rates of Application: Sod- 12 lbs per 1000 sq ft, or as recommended by the City's Representative. F. Submit manufacturer's specification sheet(s)for approval of product. Submit tags from bags of fertilizer used on site to the City. G. Composition and Quality:All fertilizer shall be uniform in composition and dry. Granular fertilizer shall be free flowing and delivered in unopened bags. Tabletized fertilizer shall be delivered in unopened containers or boxes.All bags, containers or boxes shall be fully labeled with the manufacturer's analysis. H.All shall comply with the State of Florida fertilizer laws. 3.0 EXECUTION 3.01 INSPECTION A. Prior to the work, carefully inspect the installed work of other trades and the site conditions and verify that all such work and site conditions are complete to the point where this installation may properly commence. B. Start of work shall imply acceptance of the site conditions. C. Utilities (Overhead and Underground) 1. The work area may have existing utilities, such as. but not limited to irrigation, phone, electrical and storm sewer. It shall be the responsibility of the Contractor to verify the location of all such utilities, structures, etc. by hand excavation or other appropriate measures before performing any work that could result in damage or injury to persons, utilities, structures or property.The Contractor shall make a thorough search of the site for utilities, structures, etc., before work is commenced in any particular location. 2.The Contractor shall take immediate steps to repair, replace, or restore all services to any utilities or other facilities which are disrupted due to his or her operations. Further,the Contractor shall engage any additional outside repairs on a continuous"around the clock' basis until services are restored. He or she shall also provide and operate any supplemental temporary services to maintain uninterrupted use of the facilities.All costs involved in the repairs and restoring of disrupted service resulting from negligence on the part of the Contractor shall be borne by the Contractor and he or she shall be fully responsible for any and all claims resulting from the damage. 3. Should utilities, structures, etc.. be encountered which interfere with the work the Engineer shall be consulted immediately in order for a decision to be made on the relocation of the work so it will clear the obstruction, if the obstruction cannot be relocated. 4. The Contractor shall not purposefully disrupt or disconnect any type of utility whatsoever without first obtaining the written permission of the Landscape Architect, Requests for disconnection must be in writing and received by the Engineer at least 72 hours prior to the time of the requested interruption. 3.02 GRADES A. Rough Grades: Grading for drainage, swales, etc. shall be provided by the Contractor. B. It shall be the responsibility of the Contractor to provide the final grading so the final level for planting areas conforms to surrounding grades and is at the proper elevation with relation to walks, paving, drain structures and other site conditions, unless indicated otherwise on the Plans. C. Plant Areas Next to Pavement:All planting areas next to pavement areas such as. but not limited to, curbs, roads, drives, walks,terraces, decks and slabs shall be set so that the TOP OF THE MULCH IS(one) 1" BELOW THE TOP OF THE PAVEMENT AREA or as indicated otherwise on the Plans, and the top of sod is level with the top of pavement area, measured from the top of pavement to the top of grass blades after mowing. 3.03 HERBICIDE TREATMENT A. In all areas infected with weed and/or grass growth, a herbicide as approved by the Engineer shall be applied per manufacturers rates. When it has been established where work will be done, the herbicide shall be applied in accordance with manufacturer's labeling to kill all noxious growth. Landscape Contractor shall schedule his work to allow more than one application to obtain at least 95% kill of undesirable growth. Landscape Contractor shall exercise extreme care to prevent damage to desirable existing growth. If necessary, Landscape Contractor shall conduct a test to establish suitability of product and applicator to be used on this project prior to execution of the full application. 3.04 PREPARATION A.All areas proposed for planting not covered by more than 12"of new fill shall be scarified by an approved means to a depth of not less than 36, and shall be treated with two separate applications of appropriate herbicide as recommended by the manufacturer and approved by the City's Representative. B. Staking Plant Locations: Stake or mark plant material locations prior to plant hole excavation, based on information from the Plans. C. Spacing of Ground Cover and Shrubs: The location of a planting bed (shrub or groundcover) next to another bed, walkway, structure, etc., shall have the plants along the perimeter spaced so that the plants can mature properly without growing into the other bed, walkway. structure etc. D. The rootballs of B&B plants which cannot be planted immediately shall be covered with moist soil or mulch to insure protection from drying winds and sun. All plants shall be maintained as necessary until planting. Refer to the section entitled"DELIVERY, HANDLING AND STORAGE" for additional requirements. E. Subsurface Conditions: Some or all work areas may be compacted and/or contain existing material such as limerock which may interfere with adequate vertical drainage and/or proper plant survival and growth and therefore removal of this material is part of the scope of work for the project. The Contractor shall be responsible for ensuring adequate drainage in these areas and shall remove this existing material, as required by such means as augering, drilling or rototilling. F. The Contractor shall remove all existing concrete, asphaltic concrete and rocks, above and below grade,from areas to be landscaped unless indicated otherwise on the Plans. G. Excavation of Plant Holes: 1. General: a. Excavation of plant holes shall he roughly cylindrical in shape with the sides approximately vertical. The Engineer reserves the right to adjust the size and shape of the plant hole and the location of the plant in the hole to compensate for unanticipated structures or unanticipated factors which are a conflict. b. The excavated material from the plant holes shall not be used to backfill around the plant material. Such material shall be disposed of either on the project site or off the site, as directed by the Landscape Architect. 2. Trees and Palms: a. Depth of hole shall be equal to the rootball depth plus 6 inches. unless further depth is required to provide adequate drainage as per 3.04 D. b. Diameter of hole shall be as follows: ROOTBALL DIAMETER HOLE DIAMETER 12" or less ball diameter: + 12" 13"to 24" ball diameter: -f 18" 25"to 60" ball diameter: + 36" 61" or greater ball diameter: +48" 3. Shrubs. a. Single Plants: 1. Depth of hole shall be equal to the rootball depth plus 4 inches. 2. Diameter of hole shall be 50% grader than the rootball width. b. Mass Planting (2 or more together) Planted 24 Inches on Center or Less: 1. Depth shall be equal to the rootball depth plus 4 inches 2. Diameter: Shrub material in mass shall not be planted in individual holes but rather in one continuous hole or excavation for the entire mass. 4. Groundcover Beds: a. Container Material: 1. Depth shall be equal to the rootball depth plus 4 inches 2. Diameter: Groundcover material in mass shall not be planted in individual holes but rather in one continuous hole or excavation for the entire mass, all at a depth of 4 inches more than the depth of the rootball. 5. Sod: a. Excavation, Backfilling, and Final Grading: AREAS WHERE SOD IS TO BE PLANTED SHALL HAVE THE TOP THREE (3) INCHES OF MATERIAL REMOVED AND REPLACED BY A TWO (2) INCH BLANKET OF PLANTING SOIL PRIOR TO PLANTING. Remove stones, sticks, rubbish, and other extraneous matter. All rough areas and voids shall be eliminated during final grading in order to have a smooth and even grade. 3.05 INSTALLATION A. Container Plant Material: After container grown plant material is removed from its container, the sides of the root ball shall be given six(6)vertical cuts full length. These cuts shall he about 1/4 inch deep. The bottom of the root ball shall also receive an"X" shaped cut that is 1/4 inch deep. B. Setting of Plants. 1. PLANT MATERIAL SHALL BE PLANTED AT THEIR NATURAL AND ORIGINAL PLANTING LEVEL PRIOR TO THEIR PLACEMENT ON THIS PROJECT OR JOB. WHEN LOWERED INTO THE HOLE, THE PLANTS SHALL REST ON THE PREPARED HOLE BOTTOM SUCH THAT THE SURFACE ROOTS AT THE TOP OF THE ROOTBALL ARE LEVEL OR SLIGHTLY ABOVE THE LEVEL OF THE SURROUNDING FINAL GRADE AFTER SETTLEMENT(I.E.THE FINAL LEVEL OF THE TOP OF THE PLANT'S ROOTBALL SHALL BE THE SAME AS THE SURROUNDING FINAL GRADE). THE PRACTICE OF PLUNGING, BURYING OR PLANTING ANY PLANT MATERIAL SUCH THAT THE SURFACE ROOTS AT THE TOP OF THE ROOTBALL ARE BELOW THE LEVEL OF THE SURROUNDING FINAL GRADE, WILL NOT BE PERMITTED UNLESS IT IS INDICATED OTHERWISE IN THESE SPECIFICATIONS OR IT IS APPROVED IN WRITING BY THE ENGINEERPRIOR TO SUCH ACTION BEING TAKEN. The plants shall be set straight or plumb or normal to the relationship of their growth prior to transplanting. The Engineer reserves the right to realign any plant material after it has been set. 2. Sabal palmetto and Cocos.Sp. may be set deeper than the depth of their original growing condition in order to lessen the necessity for support or bracing. For such deeper planting, however, it will be required that the underlying soil be friable. The clear trunk requirements set forth in the plant list shall be maintained from the finished grade and NOT from the previous grade of the palm tree before it was planted. • 3. Plant material of the shrub category and smaller must be handled by the ball only. Plant material too large for handling by hand, if moved by winch or crane, must be thoroughly protected from chain, rope or cable marks, girdling, bark slippage, limb breakage and any other damage that might occur by improper handling or negligence. 4.All trees and palms shall be handled by both the trunk and rootball at the same time and not by the trunk only. Trunks shall be thoroughly protected. 5. Container grown plant material shall be carefully removed from the container so as not to disturb the root system. 6.All palms and trees planted east of Coastal Construction Control Line (CCCL) shall be set with anchoring system as shown in the plans. C. Installation of Sod: 1. LAND FORMS: Contractor shall ensure that a uniform blanket of soil 12" in depth is placed on the Land Forms prior to sod installation. Contractor shall install sod on Land Forms no later than two(2) days after final grading. 2. SOD LAWNS: Contractor shall ensure that a uniform blanket of soil 2" in depth is placed on the SOD LAWNS prior to sod installation. Contractor shall install sod no later than two (2)days after final grading. 3. Placement of sod: Sod shall be carefully placed by hand, edge to edge in rows at right angles to slopes, commencing at the base of sloped areas to be sodded and working upward.The sod shall be immediately pressed firmly into contact with a 500 pound hand roller or any other equipment approved by the Engineer that will produce a 90 pound per square inch compression grading. The rolling operation shall provide a true and even surface and insure knitting without displacement of sod or deformation of the surfaces of the sodded area. Hand tamps those areas inaccessible to the roller.The edges of the sodded area shall he staggered in a corresponding manner providing the offset along the edge does not exceed 6 inches. All vertical edging adjacent to sodded areas shall be tamped so as to produce a feathered edge. 4. On slopes having a ratio greater than one in three, peg the installed sod into place with not less than two stakes per square yard. 5. Sanding: If, in the opinion of the Landscape Architect, the sod bed, after planting, is in need of an application of sandy top-dressing for reasons of irregularities or shrinking joints,the Contractor shall perform this task at no additional compensation. 6. Fertilizing: Spread fertilizer over sodded areas uniformly, as directed the City's representative by use of a device calibrated to distribute fertilizer at specific quantities. 7. Watering Fertilized Sod: Wash fertilizer off the grass blades, no later than 4 hours from time of spreading. D. Backfilling: Use planting soil indicated under PLANTING SOIL". Backfill the bottom to thirds of the planting hole and firmly tamp and settle by watering as backfilling progresses.After having tamped and settled the bottom two thirds of the hole, thoroughly puddle with water and fill remaining one third of the hole with planting soil, tamping and watering to eliminate air pockets. E.Application Rates of Fertilizer: Shall be as recommended by the fertilizer manufacturer, or as otherwise approved by the City. F. Mulch: Within 24 hours after planting. Planted areas must be mulched uniformly to a depth of approximately two inches, or as indicated on the Plans. Keep mulch approximately one inch away from trunks, stems or growing points of ground covers. G. Staking and Guying: 1. Staking and guying shall not be attached to the plant material with nails. Staking and guying shall be installed as indicated in the details or approved shop drawings. Refer to the heading"Setting of Plants", which is in PART 3 of these Specifications,for additional information. 2. Staking and guying shall be in accordance with all applicable regulations, ordinances and code requirements in effect at the time of award of the contract. 3. The decision of whether to stake or guy shall be left to the discretion of the Contractor, provided it is not required according to local regulations, ordinances and code requirements. However, a Contractor's decision not to stake or guy shall not relieve he or she of the responsibility of resetting plant material if it blows, falls or leans over. Also, it will not relieve him or her of the guarantee if the material dies as a result of blowing, falling or leaning over. a. Install in the manner indicated in the details. b. The contractor shall remove and dispose of materials when it is determined by the Engineer that sufficient time has elapsed for the plants roots to stabilize the plant. H. Watering. 1. Initially, water the plant material to develop uniform coverage and deep water penetration of at least six inches.Avoid erosion, puddling, and washing soil away from plant roots. 2. Provide continuous watering of plant material and sod, after planting. in order to achiee optimum growth conditions to establish plants. Water shall be applied as necessary and the amount of water and frequency of watering shall he based on the specific needs of each plant type,the time of year, amount of rainfall and other environmental conditions present at the time. This watering shall begin after the plant is planted and continue until final acceptance or for a minimum of sixty(60) consecutive calendar days,whichever is greater in time.ALL TREES AND PALMS SHALL BE HAND WATERED, ONLY. DURING THIS PERIOD DO NOT RELY ON THE IRRIGATION SYSTEM. IF THERE IS ONE. TO ACHIEVE THIS TASK. It cannot deliver the volume of water required, without flooding areas beyond where water is needed and/or over watering other landscape material. Shrubs and ground cover may be watered by using the irrigation system, if there is one, otherwise hands water during this period. 3. If there is no source for water available at the project, such as a hose bib(s)or fire hydrant(s)if approved for use then the Contractor shall be responsible for supplying water for hand watering by means of a truck or tank. 4. Canopy watering of transplanted existing trees, using misting heads on PVC risers to cover entire canopy, may be required at the discretion of the Landscape Architect. Operate by hand or on a time clock to spray as required to keep soil at root ball from getting too wet. I. Pruning and Thinning: 1. The amount of general pruning and thinning shall be limited to the minimum necessary to remove dead or injured twigs and branches and to compensate for the loss of roots as a result of transplanting operations. Pruning and thinning shall be done in such a manner as not to change the natural form or shape of a plant. The Engineer shall be contacted prior to performing any major pruning and thinning and may elect to be present during any pruning and thinning. 2.All broken or damaged branches or roots shall be cut off smoothly. 3. "Hat racking"shall only be allowed upon written approval and direction of the Landscape Architect. J. Weeding: 1. If weeds become prevalent to such an extent that they threaten the health of plant material, then they shall be removed. This condition shall apply during the construction, maintenance and guarantee periods if the weeds were introduced by the Contractor through the plant material, planting soil, sand or mulch used. 2. If necessary plant material, mulch, sand and/or planting soil shall be replaced as needed to eliminate weeds or undesirable vegetation at the expense of the Contractor. K. Removal of Plant Material: All plant material to be removed, shall be removed completely, including the rootball or as directed by the Landscape Architect,from the job site. The remaining hole shall be filled with suitable material or planting soil. 3.06 CLEANUP A. Disposal of Waste:All waste and other objectionable material created through planting operations and landscape construction shall be removed completely, on a daily basis, from the job site or as directed by the Landscape Architect. Any paved area, including curbs and sidewalks which contain soil, sod waste fertilizer or other waste shall be thoroughly swept. The City is not required to supply areas or facilities for storage or removal of waste on-site. B. Excess Fill:All excess fill which results from the installation of the project shall remain the property of the City and remain on the project at the option of the City. All excess fill which the City does not want shall be removed and disposed of from the project at no additional cost to the City. No excess fill shall be removed or disposed of from the site until approved by the City's Representative. Excess fill shall be disposed of as directed. 3.07 PROTECTION A. Responsibility for Protection and Restoration of Property: The Contractor shall be responsible for all damage or injury to person or property. B. Protection Against Mechanical Damage:The Contractor's responsibility for protection against mechanical damage shall include providing protection from vehicles and providing warning signs and barricades as might be necessary and he or she shall repair, restore and replace all property which becomes damaged as a result of any negligence of the Contractor or his or her employees in complying with these requirements. Coordination shall be with THE CITY'S REPRESENTATIVE and the Landscape Architect. 3.08 COMPLETION AND FINAL ACCEPTANCE A. Upon written notice from the Contractor of the presumptive completion, as defined below, of the entire project, the Landscape Architect, along with other appropriate parties, will make an inspection within 48 hours after the written notice. If all construction provided for and contemplated by the Plans and Specifications, is found to be completed in accordance with the Plans and Specifications, such inspection shall constitute the final inspection, The Contractor shall be notified in writing of final acceptance as of the date of the final inspection. B. If. however, the inspection mentioned in paragraph A, above discloses any work, in whole or in part, as being unsatisfactory, final acceptance shall not be given the Contractor. THE CITY'S REPRESENTATIVE will give to the Contractor the necessary instructions or"punch lists"for correction of same, and the Contractor shall have up to 20 calendar days from the date such instructions or"punch lists"to correct the work are received. If the instructions or"punch lists"to correct the work are not complete within the 20 calendar days, then THE CITY'S REPRESENTATIVE may correct the work and back- charge the Contractor for materials, labor and equipment. C. Upon correction of work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, THE CITY'S REPRESENTATIVE or their representative shall make the final acceptance and notify the contractor in writing of this final acceptance as of the date of this final inspection. D. Completion of the work shall mean the full and exact compliance and conformity with the provisions expressed or implied in the Plans and Specifications including any and all "punch lists"which may he issued outlining certain items of work which were found unsatisfactory)or require completion or correction action. E. Final acceptance shall not be given until all construction provided for and indicated in the Plans and Specifications is inspected by THE CITYS REPRESENTATIVE and found to be completed in accordance with the Plans and Specifications. F. Final acceptance shall not be official until acknowledged in writing by THE CITY'S REPRESENTATIVE. G. The guarantee shall not begin until the day final acceptance is given. 3.09 RESPONSIBILITY PRIOR TO FINAL ACCEPTANCE A. Certain responsibilities prior to final acceptance: The following is a partial list of certain responsibilities. It is not a complete list, but only a summary of certain responsibilities. There are other responsibilities indicated elsewhere in the Plans and Specifications. The lack of listing a responsibility on the following list does not relieve the Contractor of that responsibility if it is indicated elsewhere in the Plans and Specifications.Also,the listing of a responsibility on the following list does not necessarily make it any more important that one which is not listed: 1. The Contractor is responsible for the entire project prior to final acceptance. 2.The Contractor is responsible for safety on and off the job site. B. Maintenance Prior to Final Acceptance: 1. Maintenance shall begin immediately after each plant is planted and continue until final acceptance except for the watering indicated in the paragraph below. This watering shall begin as indicated and shall continue until completed. even if the indicated period goes beyond the time of final acceptance. 2. Plant maintenance shall include watering, pruning,weeding, cultivating, repair of erosion, mulching, tightening and repairing of guys, stakes, braces, etc., replacement of sick or dead plants, resetting plants to proper grades or upright position, maintenance of the watering saucer, litter removal, and all other care needed for proper growth of the plants. Mowing and edging shall be done at least every fourteen (14) days and the irrigation system shall be checked every fourteen (14)days and report and repairs required to responsible Contractor. 3. Immediately after planting, each plant shall be watered and the watering period shall continue until final acceptance or for a minimum of 42 consecutive calendar days, whichever is greater in time. Refer to the section entitled"Watering"for additional requirements. 4.All plant material shall be weeded once a week. In the event that weeds or other undesirable vegetation becomes prevalent to such an extent that they threaten plant material,the weeds shall be removed as directed by the Landscape Architect. If necessary, the plant material, mulch, sand and/or planting soil shall be replaced as needed to eliminate weeds or undesirable vegetation at the expense of the Contractor. 5. Insecticides: a. Contractor shall apply all insecticides as needed,for complete control of pests and diseases. The-materials and methods shall be in accordance with highest standard horticultural practices and as recommended by the County Agent, and approved by the Landscape Architect, prior to implementation. b. When a chemical is being applied, the person using it shall have in their possession all labeling associated with the chemical.Also the chemical shall be applied as indicated on the said labeling. c.The spraying of insecticides and other such chemicals are to be confined to the individual plant. Spraying techniques which may introduce the material being sprayed beyond the immediate area of the individual plant, is strictly prohibited. d.The implementation of control measures for pests and disease infestations shall be in strict compliance with all federal and local regulations. Upon request, the Contractor shall furnish documentation of such compliance. e.All insecticides shall be applied by a licensed/certified operator only. The operator shall have the license/certification in their possession when insecticides are being applied. 6. Sod: After the sod has been laid,tamped and top dressed, all areas and parts of areas which fail to show uniform growth and health, shall be resodded repeatedly if necessary, until all sodded areas are covered with a satisfactory lawn. Damage resulting from erosion, gullies, washouts, or other causes shall be repaired by filling with topsoil, tamping, re-fertilizing, and resodding by the Contractor at his or her expense. 7. Protection: Planted trees and plants shall be protected against trespassing and damage. If any plants become damaged or injured,they shall be treated or replaced as directed and in compliance with the Specifications at no additional cost to the City. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. 8. Keep sidewalks, curbs and gutters, drainage structures, driveways, parking areas, streets. terraces, decks and payers free of plant cuttings, debris and stains. 9. Material rejected during the course of construction shall be removed with ten(10) working days and replaced before an inspection for completion will be scheduled. 10. If the Contractor fails to perform maintenance consistent with these specifications. as determined by THE CITY'S REPRESENTATIVE, then the City may perform any necessary maintenance and backcharge the Contractor for labor and materials. C. Survival and Conditions: The Contractor shall be responsible for the proper maintenance and the survival and condition of all landscape items from the time a landscape item is installed until final acceptance. D. Replacement: Replacement of plant material shall be the responsibility of the Contractor including the possible replacement of plant material resulting from removal by theft or vandalism or acts of negligence on the part of others.All plant material shall be alive and in good growing condition for each specific kind of plant at the time of final acceptance. E. Rating: The rating of plant material according to Florida Grades and Standards shall be equal to or better than that called for on the Plans and in these Specifications at the time of final acceptance. APPENDIX G Plans BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 109 • MIAMIBEACH PUBLIC WORKS DEPARTMENT • W 42ND STREET IMPROVEMENTS 1 SHERIDAN AVE. TO PINE TREE DR. • MIAMI BEACH O LOCATION OF PROJECT •-.. �,- -�•- r'T.h': k MIAMI BEACH 7-` Fez oe. 8 1'� m or w 10 9 st ltd O .....&Mrs. -t.'41 I' t. i µ .. (� -'� ,; r PROJECT la LOCATION CITY OF MIAMI BEACH Pi I "" s� ', r 1 0 ` > Sheet List Table MAYOR: PHILIP LEVINE x1 E•Ij x�1 1 _ L `Q K.d" , . Sheet Numper Sheet Title MICKY STEINBERG r-•`► : 'lI - C-0 Cover Sheet&Index of Drawings + MICHAEL GRIECO ' L. _ .',7 C-I General Notes JOY MALAKOFF ..71 Y li 4,y� 1. G-2 Summary of 0uontlties KRISTEN ROSEN GONZALEZ - s"- T-I Typical Section RICKY ARRIOLA A"44 - ."'s""'C' 6,..—......,_ SU-1 Existing Conditions JOHN ELIZABETH ALEMAN rw _z. j!'r. ,.,- j D-I Demolition Pion Z. s- A.^ Ill GP-I GPI-GEOMETRY Plan 7 � ?.i .3 'ri � r C-1 Signage&Pavement Marking Plan CITY MANAGER: JIMMY L. MORALES t 4 .`ft er: C-2 General oetoils • '4 G I.' .T 'j ` z .4. I:y C-S SWPPP Notes CITY ATTORNEY: RAUL J. AGUILA C-4 MOT Notes TS-1 Sgn0112atlan Plan PUBLIC WORKS DIRECTOR: ERIC T. CARPENTER, P.O. TS-2 LOCATION MAP Mast Arm Dote Ts } Steel Most Arm Det CITY ENGINEER: BRUCE A. MOWRY, Ph.D., P.E. S TS-4 Signal eotlon Quantities SECTION. M. &.TO .AND RR. 523 15Rx2E&522 1535 S Rca ® Stantec "I ,ANUE(y. S a . \GEN$,..,4., No.47660 -�5 901 Ponce de Leon Blvd,Ste 90 -'-�y¢ Coral Gables,FL,33134 Ra D-26 1 r7• JJW��+++Q�����1R��`Q�, Snesl of Is dswYq CO /., yr Reale • • MM atww.cro.> r delis .P...... sc OK.Pt 0000E.a. .L CI All OO.KM aa.rs wV a 3.02....7,...run,or:a5 M--- , .o.,:.70 227 ..4..:.X44"". m.4...,..._ ..W OS Int.7..rKrr..K7 03 47.4...4.3 ...�,.. 040.792. St.5...wy.34.3.0.,.._e.w.,,wx_ OK Sr .,res x 3+4..4.,7Fa 03.3 Art 0_. 13..017 rt 00.,30t,0v>.M.a a.m ., �... . .-...�.•_ i• .......7. 024. . .003 427 .w�� �......ro r.3+v .�...... 1300030•000 cvr<C 0 til.Mr.G...N.o >i4iic 4W,>0SW..T,343.3 N r 4443 w w• 422.2.: r;. ro. ..4, A re afro,oar MR,,r...4m4�>ro.a.ro ,,....�a�..�,.�. _44•44_ ._.... .v a.r......e Y... ••s rote r/.v f.. ....0.mo 4�...not CM.t v.t 3+24...2.22,2.00 7 :.,>�....3o-7r n '�324.4.o vroa a 200.2 x ra'�:M y.. .,.4... w'°d"'�•_ rc0.`�..5 m.ia•0327.1 ro.m x>�nrmr a.a 423.x+o 'Maon°s.90`2.224.'n.`w�..o iiwa•ssecwoao 3+.2.00.'+:3+'534 4rorc ...- ,w.iuv oto.... .0.0.0•00••••••••010..'� w..2 702 K s.......f•.n..r.�.20007 7 K 702. If,,a5 m c400.47.>.3 707 7.020 x...1474.,443 ..r _ a.▪ c r 00720...7 O7'•2711.400rs..W 0244, 07.7022 07i 4K •.,rot . r.. ▪7y,K 0252 77 7 r arv....r m.ra..w.7.. sr ,.a0. s``rn>37rt:�••�•r r"mi.uro°r, a 1 K2.oaraff w'w.ww 3343+ ▪MEC'MO.N*A 00-00000000 I. 2.1.ra4..sow?07.52..220 w 7^ 3 n.ro EP.. .wars...+oto 3+.n 7..o..,. ro s0.....772...2.. .00.433+>r4.a.01,`.ate 0 ewc r Os.470.27.s. 52.3+005 n........owz GM....v^,..3.53+4 Cr,•••2 ..7.i s MOSSO vi...."o.s„,4.s.3 et M•r..we 7200 sot.a 4 >'`4.07,;27 x 200.2.32•22 r m.av..0 013 A.K.tu.0.m.7 v yr ...... Rcfeuis 2.7..7.w...c x Net 1,11 W 44-..3+2 ..f02 r 53+423++.uaa 7442 W... .0027....-f r m-r 2.--q r.c _ m� ,40I AV 2,,a,b. M cA%00 M1•0.40.90.000c5 0020 a. ''"o 43.40.of r. 0 00/6 W a.v20 4NO. ..4.024 4 3+.m 472002 W OrosW NI' .3.IS...53+.a..0V .r Me....u.m.sr u2.. SKS W4 CC..nor 001.0. 7.3 4 N▪I COSI a 0.202 COOK.717 0007 It 7.7:2' 4r.x..3.2. .01 11 C..4 nor dris au 7 70 Iv Of 1011111r*, �m,,,..4 a ...2423+w.r,...,.s,4,o 2,103715•res x3..m.. r4M.a4•.71 Ke�0100 r re. .o7,.K.27.2...+c.....u.rot>I.3+43+2 KM .a[aa4r.v Co../ ob.r x 11202.27.171.77 70.54Pf•..o2. .7 or.m.000 W ara 0..2440 22002 ...e71.2..e.womeOK n.. 224.0 W P.CO...x00$3.4.4,4• m.c>.0r•022.2 0 RI rb 7.7.2..0 .x.rr rsw 3+a rui`ro.cu.r:r,`•..�.�x x 5222 7 • mrlI.02 Mo wS 11..32'3+2.9740 41CGK 14 u •4,Kr ��it,,•• N`�[,I An,..f2 f.t rt.,Pulp, mm3243.7..7n ..220.c.V1 ..2,1,7,,12 WOE, 021,07 4b7 Iry 7277 O.0 anryrt.m.P.402, C.2Mt 7.0.222.7 NO nR3S _ 4S.p4./Rs arun..00.7007/RKVS.W ril.re.v....ma05 4a 003.4.3 Mews ... r 0394.0 Pe 22222.77.1.07.7022 02.!200,2.cnoa..4v(RCAIb/d a. „.,...,,,,,34',..,,,,,,,2.2.2 411 ......0 3+`43+4,.„.„.7 2024.0,0.,.24'.„. ..7,4 1.V.Cf rs w 41 OrSO7.as.i x7.81 mea,71..00 2.22. `s>w owui .5.8•:200 973.2.:.>•"wr.o n w+..400 11111 rent oman 11111 11 7.v.02,.� .a 474.a of 00 Cr 0..7200 240.3 473.5.003. sot a2. a.4 Ks .re 5.02 $4 Oases iOfro M .4.x2 rP W.W 2.00...20...x. .WSKIK .."0♦ K.3.w..700423..M.7 a 5..02,. r.roe 0 rC06.7207 2 iwL0 2222 ,a KO n[.104•x 0,000.10. [MngYr[005 nderds 4(rortt>C 77 E 0.21 ,3+ 5 q II Q "7•40• 72!4,10,,wr a.0•7...971 iti4. 4 x(7000.s.r�i-V0,W 4x.8002972`��30, 47.30•72720 r 4'usWV n eell I.7.[..r 4.c2m�L 1001...Na 2,1 7.7.2.Jrun K./00.1.70..0.GO N..(.003.[ bs W,d3 WOK.p..✓ A` .4TWKS.r "srds.,4� �,.T 7h .v..>4.4.3+W C0772.r um.a 7.7.20.....s wee r ..f...5 W x7..4..75.5..4 ware.90 O31•010 3.117.33C xuIIO )7722002.01...[0? rwr..YM•',,,,..r 22[7•,7.n.2 4utlK r..r..O. foe CC .Or.f cp..7 7 020.ars 0.70.K0.r3+q 0 CO27.7 172.2 MM. 7 7 ro4..an SS x.022 V^.002.000.3+233.3+..x ' MOO wo7.12.7.22. a✓1r,W r 22.7�nw ....or .22..400 497.5o.7..T 5442.0. vr�M... Aeree 70..2220....000`.ro WV.2222.7 Ix.sot. 22 vre.7 o.77 00..25 2r 0. 454,.2 W.so 3+..s 3.w.sot v x:.9702 72St.w.o'rm'Sr Mr t're r eamx.v...0 ....007 r..402f 5.� cAQs 3+r.m7rt7.,x7��avts.x3+37252 a,...97.0543. 27.072227 .i•2227 0.0.3..3+.4"40 2.s»`3+40±0 a 3+.+a r..4t7.,0r 04.27 n x mrrerp...t ear..er4ts 85022 ..,,..t..5 mm. f``.o.AfnKORL,10I`4rm'..�'t`7n.m..i.im.m re 004 w a®0. �` i 0.gy ncxmr.....cs.r.x 2+448W.rW7x.x.:r.42.29700 • '-a"o'...0.v s3.42 7 4 7,433S°R r 9...200 . IV 0437001•as r..., uu me 244..2144.2..48 v.r.,i•n..sx0x..5M a o•••.rr..0,.r..00,LIx4...v �w.00ot ..0 70 .544..!2 .w 43.04 err 47.00 r 0,010 2 .w.ION 2..... 00 0202 • NA.A 7..a.0..7 7..0.3.4n.....u4..+02..uc 0472004.t•3002. NA �4 y - \\\Wm \\\\\d111illlllry/////,fir trI N" 9 a C..,..f. :....•••••ti��p17 ��9 STATE OF p•.F�OR1q. 4, 111,01,00 CITY OF MIAMI BEACH sumac aarna "p4`sertg ~� MI AMI BEACH 44B W. 42 STREET REVITALIZATION PROJECT ,..R:a.06•000,1. :;7, •-=- � , .. - Wo'�- .,.i a..�..__, _... 574 We -. ayi.Jaid.•, 2.m,._LILA-. 4._t- • • • w.a.sa•rrArw.w.r mnwill. 0...1 f4044 To 1r� n... r • rr.•.+.r.rw..r+� YONMI r. ,, e,. >I..d • a u COLI_ Fowl o r.•.•a..•...•a...•e a •a {$ rmO-U-O0.�marml Y w��« .•a �Iwnrw w > r wS' w >t9s.W�n..+...w.w4 rd.rin d:.d�.>.•w.•n'a*lama.rw error w s« ' • A rz...w..s,..r.rr.... .i>�o.v>w•w. sYwm .dM s.Ywre M w.yr MO*.r no.rows.+.........'n _0.n,m A omen ma*Coon.*So.MT..,.....c • ..r...s�•s•..«/ FI M 4.0060•1 a...+.•e>wsi na• I •p�,A I..YYeGY.�...'1 I A ..-.,r.>..... 'r c.-r.....rr>.>a,s..• ......r•..rr::��.•«e. awl. 4.....">` se°..„. . a.+. �rn�na 20 a ff.ro I A Th.1 b�aw•`aw ... «r.�r r...p.w.s t...a an...�r*0 « M Coro-r�M•r* f o-G.rw~4 Sow.ra.a4 D.444.•Os.w M,.Sq G.w nein r..O./MT•q•0I novo s ono wa**r . 0 A Tow/Owe.r• a 'err d....a Grw.s.a.Yay4 zrvev. rm ti�n.�ral/Yens y e.+arN«..rr>.« •.•s•w msµ~ w.rsw.M M>•s04 *N rr`.1..ov AV w....w ler w.*r.+,......N w . so, ..*••• ..w«.rw0 a ao s rr.r .4..«.w. a • d.....+w Alr Ow owoos e**T.c...,....44..44 .. ,d,'v.e..« ,>,... ono swn.r.+w. I ia. rho..wao.r4...... w I I w+aa rwr`r..w®..c«...r r...>......rw •..••••►••ter w . r..0 w.. P.••••••••r e y> r . • Too. «r..ara.a awtr+.w .•MNno agog u AO OW. w M. �.. A a,inr.�Yrr•uv .. I I *000 Coe ir.AV*ea SI U0-141-2191 Y~ M V wawa r.w..r tiH w4.r:•••r'r 5..1 °r a... . drsir •...•.3-I►rrT•itl •ri..6r.• m V W « . sNoorn moor. 4.3-10-! r.• •a a :•ysNsIA•..Tm.0,300 M V .a•.a',ft.*,« ..04...r.«rw.a:...a. ...... w ".y. •.rr. Pomo wJ. ✓ a MO JO A..n.w n...*raw.r.-aa.w a ✓ .r..w.'"wwoa....i 3•••••••••• :...w u:� T='4444, rr.nu.a<. A nooase .r.Tr•.d•.•.....w.y St 1.2 1024 00.220 • .W.•.r...+..a4•••••••••e.•..{amok4<w.e....4...r. ..rr. I I .'•a..es d•....•T r.•• A. V 322,r....•r... .raN • .�..,..ra.•rw..•wy«warr...ronr rr•wr W•:.4e..«. A Ta....... .•.I.Tw«.•.•. Ta 0011111046. = P47 y s t!c:.j! =3 OF MOO—111— MIAMI BEACH CIT OF WA'BEACH CIO Maniac woo**r~r...w.. omm.� �^ "_ _s .V WC oVM,YeI. n• W. 12 STREET RENT,LL¢,,,,ON PROJECT 4444._ .e.m,wRs: . ., '� - a*OW° .tea.-A..C.u_ °.a.l+— { • r 't .- r - ,. sr ... 1r Zr r MOO I1.16..r..n r on..a.r... I +r ..a.....Oa*arm I -.r////*. ///1///f/Y.HJ/// ^'///i S.. /!rim//i MI IXISmVG,4 CK SFC1Kl 1 II a u •.. •.. I .�. ur-r >r r ...........A.................A.......................A....... n.+ • •'..r newt... .err n.r... rar•oversaw•. , 4 I n.•.... ` //// A'�/H/HHH/AOSS!///A/F'N/ - /HA'//HdTH4 — n rr, �iHH///// •� M....... u i \\\i11111i1111(fl//f/��. *:1 /VP .:*= lra.nsro nnC..c srclw �Cl� s 9OC STATE OF O '�2Rl i•%-c f' ` aid' 4 0 '0.0I6 CITY OF MIAMI BEACH ()Mantic mwrw.. .. . a.suw Jt. ..o••.o+.® , y��r r.saa PIOLIO HOMO OS*KTM!KT ^ac. W. 42 STREET REVITALIZATION PROJECT _.. +a. a 4..........-._ ` ............%..... q WI ..{are w..J.tli Dene 1J.-- sdttt 3' mal. t, ci y��D °.^ ,, u i i v .I✓ `...,T .� ...; �' 1... ♦ �.(-7f I �.�,..it .Sr u a ��.� .- A„r R:.. ;_ta �r .a craft• 2 sm., — a ,S {' IIs D o,a. .. — M ' I/ p �! .! .apa ” in , .e ` wS • u +� (' . f t -.0‘,....;::'C', -- rur,.,AAl _ = ' r I'.D4 , 4.) ,s,•;.. .j' r ta +x , f Yt , . u _ Cid .. t ' „�T .r` ��, - , � I i i -u a, ar RI 7/ & kar4•, a- r � k y -„,..:—...._ ,. . i .-.,...,:,,,-• .-- t-... Im, eye - • a'tt' -�I •/laftr < ' sn, EXISTING SITE cavenous j�� _ j` W ,_ �s+o ,•..w D e 6 i .. y' nuunwrgq orrrrws piawG , _ J` UCI �,v, Dg n vrr non.6u ,rxw rr w•fnn ww.wun fr.w rm.no (•1.4 /am 4Irrr�.•.. .,.w .w......r.,.....a...„,..,..,.‘„, .M r.,.M„, Y•�L! C 4-I, r...r..r..6s.r s..I 6,6,6,6!.r 6...••,w �'w ace near r rfu«.•.rer an,M.f.r.u�xw�.w.• �m.rt+ �.^+r nra:..6e".I..r yr a....64. r r. .. ... .« ..r ..... au alta uu \... F" a .r.r...r. on.. cr o.. cc •a•-r-rl. a..e---«...er o,..,^.e...6..w o... f MPS}.00.... s�.me.,,«a w....son.....l.w.Awn ..r...,..Inner r•.r ,..r.. _ :7;9 :1"'"r6.i..w`..•.-an c....i.r"w�`sr.... • .+. r w sae.. s...,6.m..-m •u pw,0.1 IQ - _ "a":' .ern 0«I .r.' 1 ,e.rr.I...r.nm. ...t.M N M h a... ti 0; M nano neon oM•w..�wl n wo.no ono mre,...o a'anone..Me rw.v Con MO ..r..•14.6...., w fl.....4466....,a 6,6.66 r«A.� ,am..r r..w 6 m.nnw wr.06a V.M n:r MAIM. 0......66 w',.4 s \-1 ORAS;: 1414 Y-4>oft,...e.....r..ee a. t f'D•mf,JIT•• ..vee .e'a•... .. w i..•re r s••ono In•K•.M n Inn 0•00.••••••••••,,,................6 w ewY.•r..w...+... M•ne.��•••••, • ...now . IM ww Mow., /.0 r...r I,6.. $.1......•,aC.r taM c.....466,-.4.46+a rtaMl pMwr rno.0!•.•I w M*ow.Ir.I rrl. ,6A 100!1.]IR n '�•4•r MIM S.N roe r.::**.. ws M,.,II,I,f i«I Ydt fW6....r fe.n... lefwf»K. a... r.wr.. NI.a..rrl wre...+.,«..,6,6 a.el r�...�r r r..e..w..rwr i....•.t...v r w.yr,n..N raan u r 4.6.110 A.,N -la qr Iryl14....,'F''''''' nI.••f -aro. a`..nA.°r w nan.vo,w.•4....,,w.r.w a r n,..c r w.-az v.r.w r rp r Kers+.rrs..ro e r..fr r.6w r a.i.....10.6.r...r: r.ra SO4.04 aro r.*of n.w..00*non wn...tonna mom•- -- MI arlom � lel , amu_ M IAMI BEACH Cary Cf REVITALIZATION BEACH �stant�c wr,6� am.esset*g � � �r4_ __ _ — max maim DpYTown •w W. 42 STREET REVITALIZATION PROJECT ,.6«6t...a. ..,...I nn .....r .4664. s WA., noam a+w�• ,. 6... .4444. SMTNAAE { • A 1 1 1 I 1 i► 'II r t:r '" RT�C.`BJ-"-7' ..-o„� 'm°'u''�'vn�' "S,41r ru•yi ' 1i1 � * y " ....Jul.—)�J N, I mb.: • 1• � eg ,�.. f4�T�g]�irt�t:+i+l .. illar Iiiii1-4E717116,. . lit .4 --. -- .NN, ,_____. ('''''''' \ i.r_Sto- w� moi4-ZiNhL Iliv_ _ ' ih, ' `` . t'i'' '' NAN_. —6..i ir.. - vil i 1,..,„-,.,.__, ligovv. .k. 'I 0 „ ,,,6 AIL . AL.Nfr. . . IkNX, w-4,-ibin± , , kiigh,". 4. . '0. N.._ , , , ..,y, _ - . ..-,_____. .. .,,,„,,,, ., , ...-, ,,„,,,.„....31,,, 4,,.. _--.-- , " , . . , . ,.,. _ ,.,..„, .-„,..... ,___. , . ....." ,,„- ,-..4, -..- 11Y4 NI-:, l f , .....ar I '''''' aar *"' *- e--:... "."''".".'"'..".111"...4.1 ,1 .11 ., rti.,,.14 ..4 N 1 I '''' "". -----''' 4,o,v -... 0 \IR , i j tiCii7,,x1 ,a 'Ng ,.1.1-\ \ pfM«,TIQH PLAfJi .1 au. .t „, J /� _ 4LFGINO "���u""illpsp \y — .M, ..a... I e...w..�w y�.- :vCENSF.'�. •y 1:000 b3fATF CF i,es.g. MIAMIBEACH ;°�°•°°° CRTOFMWABEACM _..._ -- �� _ tA�LIC1.,,,•EAI J IT w. 42 STREET RENTIW7ATION PROJECT ...... mr...,...w.......... .... an fns. o. lLlOa' ... .r r r.. /►\ , 'I 51 ' ?'# ' I ti j- ---- to 11• a�~1 a. I .� —----" - *- .:a.. to s �ti I--eirt• • '3�.. I ------ ' Wr711: 1 :ii ‘ 0 hya , 1` l • • ;, GEOMETRY PLAN ; '\:�,pUiliitRUryp", .e:cs'OUR ile',,, r AGE...... Ej 's*- * 10!26//;1 , STATE OF MIAMIBEACH •�°".� c""mweeAcH as... ,�•k f. _ — — �1�{ wOI"...A+RT.''TT •'c W. 42 ST`¢G 1 REVITALIZATION PROJECT '_ a.,,ora•..u.�...+.> n,an ..m. ..ow •'— • • • • /\ j ] .ro.•*t„ 1 1 \I r I 1 BACK-IN I r, MI/••••i 1 ONLY PARfi1N, �• I _ I • `^a,�' �► Ill,P.e!'f ar__� BACK-IN i Ir ` ; -����7 PARKING N..•... ONLY la s rr w w.Nor vans u••. �► nr. •r°"""_9�".'+ *• '\\�_ "a.. ' •SR 44.r,,. 1111^•=la '® •I • 410r7 ' IP ° - ._, J 5rOff, '.l. 1 �. r 11510r f1 , _-�' '"'°c w�••r+.r...__ 1111--_ 11 11 }J. _ i ® , �• : •f 1111 ff..w.�/!r! _ .i III i ._, : ���rr... * 1 1111 - BNINNYd = l 1 I i•1 I NI-11.Iye I 1111 a..".Tr•.•1111.. •-r 1 1111.•. 'gyp A.r..,r». ,y ; w 1111 ww min. ' ( . . • rrm SIGNAGE&PAV 4(NT MARKING PLAN A.m. •�,•,r....1 r s•..w•w..r \`�auuuIIUBR,, __ AIdUF! ,.,<.r....,M. I W26/201111 ;lir f lis. STATE OF t.� ..••••now....,...... II .`+ mss .o w 1111, .,....e=IC O•••.!;[p{LIO►; 4 $ •'...ter.=.:,.�.....11•=1 .....1111 --- 1111.--- 11.1...1.0 a MIAMI BEACH CRY OF MINA BEACH asbro.c ..• R. _- -,,. .�...... ..— ..wwa....ma s, 11'1A W. 42 STREET REVITALIZATION PROJECT ........_ .,...1...w. --'•..14 Mk 11,11.. m- 0. �� armee i q.arar M r�� eer VS-21Jt o.. amp MI.., • ••r.• •..r.. ! 2.1211 RIM r�r w S.ea...y le a./GAMMA ....M me n.o�xy 1 nor no.M1 ...rr 1��IparrWyrM.d� .v YiYrr.T At A.memote, ft so Cm H�``'o ? •GGENF•• • �y,<..,. *` •*'°"1O( 7 4 STATE OF ' ver MIAMI BEACH .`.a.�' CRY OF JawMI BEACH ()sar+ac .r.r..:. , . 00.1001,0,S— mem �.' " m — PIIKIC NORR�DlP11RTYOIT `"i W. 42 STREET REVRALWTION PROJECT Rry, ..an .a...o..wwa.rr.0 w - q My u. �1___ fetee h.ba a eaer lb Comeeespe a NI/....kora•••2110,..WM. r Mir _____,i ____.ii OfI 4 i 1 i (��y RAMI kr, i---- - . r• .. ea.. OP Pm ra..ww.A. 1111111 M it .....T , O. no...,.+.r•:.....w • •..r aurae atebt We.r..aM.:+.I...I....`.w.a 0 weir. ..w....aw Fe an. . ....,.....a.`.-..a w _Met. A...Wasp,w a..o......2 i 2....02 a as A.......•n...rr•a r.w. ...r....ar.r..•w arra Po PP �C .:� ar P.Po iep.Or --- Weer .�.N.ar _moi`` �1 ' I.ar mow a,Y Py...C•...s., k .. be n..µµ......p• ...8 ti....... wA wO ......••.n �I lla...a.. _wpma..•••.r.w Pr II...mew s�srw r+.I..••r• 4 be*we. e.. y Mw..•• rs.w w._._YMwaawrr• .8...rw.r..W•..rr M1•a PR Pew .../.rr•..r..`mow. ..w...s..r.r WI wry r•••M1n. wrr a.... iia w PI O.V.le le . .w.r..� y ear M.4... .. f.•..J a.ra \ NNUE ,..kpuyQ 4444 s*• "*AR F /*F fiON.19..T.13..t."-W Al • ,.......MIAMI BEACH . Cm OF MINA BEACH O awl= r.. ra w wk....=woo I ...C.-2 s.....«. W. 92 STREET REVITALIZATION PROJECT .......-111— M- -- FIINJC memBVARfM uMT av` ...1.011......P.•babe—s q wa ...o .r.o _o..yJy.s JILL_ i Or.ORM.0.n H 0•060,,.n.•0.006 CO r H n..m.ry 'or N.'a�°'lrv'/m/m 09).99 a...our 9 000 H rnrl)Nemo.r W.r.r.am.Off. Milall-00/.0.0 .91.7921.61171.9. I 11160 0.016 If.62•0•99(09.`0m fa. 4.4.r W.I.010u 11"10 V M •n wor...C.4..0 H 0•.0.Or 6.w..WM.r0•. 00 9OMATr..000T a0•.0990 uvu 4�.rma.,rum.w H N.nwr 10100. r.Oe1►.a OM.C0 MA Nrv..a H 04.99,.....0•,w Near r 0000 a he mra<r../..a r... 6.6.9...m. AO..la.MO Near Sc..O.,, .:`.�m+SI.Cr 0e. VI....ur 00 .......d lo-PO e...4.l r0•n am.o a.rNWr a em w/........ X Or n0•0•....m r.wr>v.n r+.H ...uw.wrui n.um orO OW COO a.u.....o...l..o fro..M.06 io'o"reA..m""n .d1mo'w,m`.� OMAar M.u.0•r:O.f 14.0.0.Ayr COO r.,Nero 4.....9.019.a0•. a 4. r H 0000.01.4.94.4.4...00 NV*SIAIf Oem .i sin.a°. aOfarw,ACC.MVPS n or lNeaOrl 6 No Air 000 00.•••••.air AO.r04.4..4. r CVO u.mm 00900.. 1 1010.1101 r 00 CO.TNM<rowel.4.0 VA.0 C......AR s.a..0 We s.m< a. NY OM 0.OR RR'mrH � COW MCP.H 000.00.ow.NO.O[Oh OOR..r Or,Cr r r rap. MO 4...9 M/O ..r*rm. 9,,tcc /RC n.f<r 94.44.4r10.00,0.99 H d4T 00 p0�I.ronrra aOu.Ka a wow M9 Oa.H.owo uK 4.94.9,R..i1Our9+i W O.P 44.1w10.w e[nYafO a IC 00 a..r r00,00.MA 000.0.WC.0.a9wfir mu.4.000IA 111.tem 000.0..m01,wt • K 0106.00 f0.mrur H On r r.r.r.4..rrr 0990 r,..r.r.Sc eat..a.a 4.r+ro.G A.H 4.0:.4.Mr 0100.Ora n tiOr.v an 019 n f row®. .•00.aerr r a w dr '.1..'10 0.610,04.064 a.md....n .nn 06001.4.4..a 9.Mt USW mea w.0101..,6. fr4.i 0•>•4.r �.asO . , In...` ff AIc....6 vu1...Ors.Oiri.6r0AA.n an NO 0.09.0100.00 mom+`,,SS Ptn. 0600..%air r.u.r4.atare0W O OOmv..m...nr 000•,9,14..,arum 9e.11dH 060 rrl 1.0.ACr.1.9.10.r r m r u0.OW 051 t 1e®3CrWa..a.n,akar.,wursnRNeax Or.CAP.4mr.rrl¢ a r 1+4.,)0•0•.,.....car.o.4.uw...c r.0rr..o 4.r. ..1A.S.. fnar. 901. O 11.aa�YrOa.0 r...A ..PS01.. VTr07.m tar.0 rarer waa'a�ra>.'e�`mma'O'+aim co ir"'K urinera S0000...910. • rs4..r..I .0 11606 001, wws 0n.or 0 O 4900 ors 9..a.0•r..rel�o w.r 1 0.00 6.0Im Mar.0•.n 4.4.94...e ' 0•091<r..:..6i0 nf•OC 000.0.or 01u WA COOL.�9 Or....r0•100....4.was„o r4.°00130vr..9"0MY .w Orr.awl.o�e/s704'm.•s 0•01.9).99..90.r te . Irr 5 0.mr0.m9.Carr MOW.roto M.O.4.0.WONT.AC at.®m 90161,0901..on H 0.000 a SC O.. .lar.m 600,000 0r H 09_99.e,1r ner...994 O.M.o.00 It ...r.Oto.Ola Al.Or AN 0090 Tea Ka CP newt at. H 00+.99.11u Mr WA) 1'p0.?m.1.Fa w w 'a'•u 9..4.9.9 c...4..0.•:..r nr0..aan Cr P0.Onrif int 4.+u r...4..m Oro 0•r s�.®9 A...0106..9 Pan f 116.00•00 r 4909.....arae,.V COO 1 .1 n0i .a ur 2010.a 0.,COO..xr-.r.o.ra1 O.Y-(n0 0 AA A a l!La 0,01.0.10 r x.960`ui..04 0•.P.S P 1 n 110 or. t N.wrt0'aa.Mwr 0 H 000 00 iRO.0 fhn r O`uYx s ....4...0 orr Ma0.9, 9.0 1601..166.ad..000 61000 .a M CR...9.AO./r..wrt. Of_l OOP C.A.'CIOWWV000 :a 1'..901 hrV/10.0 aur r.o9nm..Or.Y.SRI,r.1.r.'.VMC r 0r.v0• rem Ow .4.060,.a®001..0.v..Orlr...1..4.0,000M W H OfI vin..Dm 40r SS 0•a 4.r.¢ 1. sen...r Arr. aCO..rOV rwT.0 00.5 o.`9`rc.o0wl.v 19,0.ma..e tat 9010 r m9r...9.mar9 yr 4.9.10•0 ant e..v... .r..11 4. •R••0 oW..,m...O...�m i Vila Al".at o`�0r01O".0,fr or '1•'ac..0.0f 0�ra of..<.w r6' 10.0m,'""..fr.a60L.T 9..MO.OW r 46 mOr+v 0""O.aT fOr` .M r.M CO...aIV..c 10vow..0'4.''"`0 Ai 04.9.4.>.4.I,...1. 0. iner0e10ta MC.1.O 4.w.i..4..a....fall r"...a..a r.w0�0ir r av g LL Ira..O.0R<10r 0•904.99,60 m..Oa<r O.,a.. la fH Owl M. . > nnTr4. NWrj ..Tv Oval al. no a., .e•Von a'an 4.rMO 6r600 COWOO.. . 00.Dara enol...,W S....Imo F mr..u'.....4.901 r O. nl Ai Ow fm.M.1a'H OUO.I CORD Or H dial K 1.1.1ae 00 to 0 La<w ar9.060 00 06 r OM r H.Orr/. Oaa..r06029,.... CrTNM, Or 200•. 00.0 CO ri R� Oar.MO. 9.,t RC MS 4.W.IYnC NC r mr vv.94.16®..099 9.,Nr... .a.4,rw A.ad.V 0,0.60/Negr.Neo..1a..f.0.1 .rrm.nrlp...rrrdwrr 4.e.6C MO v.a.c.,4.,.)hum.r n0 am er HnarCratl n WC OOP W.rwu0e laT ANO...OE 9.0.O4..06.0wnn.6,. /O1 a.farar X000 of raf.ae Cr00 OR arr0,00.0.0 r.mm.90....0.l 36..0 F OY OCR 10099,0 a 460 f0 ONO••0 MOD=00r 6000 arm tin./.. 16 Or 06.090 4.w.,0110 6L 0000 ON Nr.nl A.m 00.NW n.4.0019 00 01 't A.09lm ..Or 4.W.0O0.A .4 i.'4. u[ 060.0..01..010 001 gOwa O[W64rrG.eOt N INOOnur 4. A0M.0.1109.4.4..9r0)00 Dfl1 arf.0.0.0r,9/V1M..IV1w TV'r 0 .01.01 0.6011 19.0.1['.9 0 00001•0 oar.6 AIC Imr.r AILS.o V.....II INP 94.09.Hwr01 NM 4007 _ A Or74.0. +..0. IRO.0.064 00 0.6.0 .190,1900•690•0,460/.HI n.wrt 0.4. , ❑❑®®®®❑❑ ❑®m®081®❑ /0�+�/ iv 4.o 4.W d.a.e.t.r®ran.. a m r r r,..art O❑®®®®❑0 ®®m®®m0D® 4.4....... R ........ 00000000 00000000 a T.9. r..a�«aw.Pr Larmr CL0000Oar.. CONSTRUCTION p 00077.14..0006 00 ariaH rx.aw LOO n'Re nr Wynn.).4. 1.0.On.G.CIAO CrK ours �r 4 INFO ro ! p 0.016.1 4.....n .0.. Cr.i MOM*owes a..N*m n,r n.Ms Par 4969..,r i.n0 V. 1M.urrar A . .n.1 .ro 4 aurA'rar a,r e.n man r..n4.rnoruan Ws 10 *0 100 W4.6S WORE eaamurnw XXX-XXX-XXXX ro a.Derr...... m�mvo9m.nmr�W .aMO.s ODE ❑IZJL (7®❑O VrrI.XXXXXX.C3 ��������WA�� A OW C.O.1090 MT m(0.094.10,r.9.001..c.AI.r.r,a...O.M..0.4..D r.910.0. _ . Srcoo.5..wawa tar.a:a....W.>,..a Nr.. .r.9a1.r_.on9./R.9r<r 0O®Ir®MOO ❑mm®mm❑O �aml.l� ..r lk rnc.�sroEsmEEram4ascrecc as ,armnr..laarl.K,NeM4a9 .. x ar.aarar9...r.rn4. a...reaam.O a ❑O®®m®®❑ m®�®®©mm lux 0 14 0.4.0.1........r t........f..19.m r.pg...., o�uanuiu Mals mow P 6 \o��pNUF(H�°`4.O . 10 MAD DUNG CCSS0M0C.O1. �,.. C. I*€ '*�28W 4404444444 - 9909...j4.. Li.. .�. • _ STATE of s .� ...•••• MIAMIBEACH CITY OFNUVRBEACII all SWIM ROM 0 of.0...r O. -al-.070 . _ 3$ ..�- .w W. 92 STREET RENTALIZATI5N PROJECT s..w.Rw.t 94�_ L�.l` :C(J�{R7l;S�O - +n- lII•07•11C 61...O....n o1f _�... 4..110•rrr.Mrr.a.utIVY e....9.. ---- .a s _,{i\,LY .„ f4. sg_ 4r11VALt a�� ••• 4.4.4.0•) �- -- 44411111111 5511\\* • TAI 0 . .,.; . 1 ., aI m , i nm Asa I ". --� i gl ❑2a BB , (' ''' . 0066© ®®® i IL' '1© _1 :,',11,c+,..,s;_ (•COMO001903 A Warm mo u0 C3 Lass a- `l-. . a.r.m mn.r `` - ,1 :`,' -, f 0090 100 WC . I _ \ . r3 0 9 0990 10 ROOM -- . 3 I !ZVI,1 _t,,, ®6® 00© dinall COMM VOW• O • 01--A ® I11 i. � ea<mrvrarr►•s 00 400001 10 o-1-,. f'"' 4 .v y,� ®, I 1 4 ,. : PINETREE DR 42 STREET 1 ©,� a i�+m �i' , ,........ :' 0PP:.u, meg w:ana r I Q # �►r. •a 0 ri CORM 10 4:1.4 MC na 1 .■f n 42 ST ®$ . ...m°"'.a�` ti All \'I����I�`` �s 4r1 AM Sa0 o No-1-0 ...... �talkr r \\fir RBBB al WES la el o-o-a AIN y----� '. 1 lent*" o , «m a w _-I ._. y� / ,\;I la Illry .,:.m_ s.q a •I mfr iR,.. a i l 1 Orti m...amp[a.x amm,a.w m,R mama manor 'a•` . 0 . I M'..n 0, W ,,i , n. w.oa+v7 wm,awr a.ua ,ma nar a naa m wee mm 1 .,n " 2d i ..o"a r euro,...fs tiw saw mama kW m f<a `•, , , *KW haus f... .a,OMAN f naRY ., a*rv... __ ,El •... ; ,rte ``\`�Q_1,IRAIIIIJI'I IIfI/lnt�4.. .n.ora mm��m..rf .rmn(A , aWaw�aao iw+.�,a 1i `\ `O�QS w�E�i7�q 4 , .........Irt.�.m oar. .Mame WPM* - - j B ip.24ENf,,�::�p�s� a otNw,Fiy:-V, }t (orn xrzCTa •syoaaf�o „9$', STATE OE :Z 8 •�I 1 1 -- i mmm W anew wean d N. s O••. e. 4. .a W mo.A ORIO „,` ., .2 Al .. .r PINETREEEE' 11. • SIGNAL OPERATION PLAN •NO me SIGNALIZAAON PLAN INT. ID/4154 . osaw melmiemeel. a..w ,•••...e.�..f m .•-el- pt....."pt....."OtlpARy y "Le W. 42 STREET REVITALIZATION PROJECT a,.m+ea..a.� . ............ r. ,..s. r~f+ _...., rf. 0 mn 000 ...40411, .W JLVJL ..+a_9_ • • POLE, STREET LIGHT LUMINAIRE AND MAST ARM DATA POLE cS UP11941 POLE DATA (01DENTADON OF nnwes) SMILIPADOUrrOf TUNIC MAST ARM DATA wonx PuT MN•44•199419 ECM E, PLAN P CLASS PU94 _ .PCO COITOCALER NDIIEULAR 1101 ow ow P9 "LI DUTTON SUM 996AL 991AL TYPE 01101na SPIICAD &°DORM Cti 11 II 42 sT AI S41-21-3 I 0S-I4 110. 4- 311 14 2471 III - Mt INCE Olt 0014111400,.. CoO.Y.E.I//47A. 1 2*.f LM406/1 •i*.; VW; STATE OF SCe. .14••••1...0..RK.1.1".,./.4"4" • AMBEACH CRY OF MIAMI BEACH Stantec MM.%4100,.... UM.MOM-111 swim wc tc.•••••••4 Powelam ...—.--. - max womig,mommaggir 444 W. 42 STREET REVITALIZATION PROJECT maw 4.4.4 444 4.44 • woo,. .4.2ae • • V .NEJM.fK<IUTON! Ski ANG IORR TTIIOETA� .74.%.' 1�r ' _- q_ .. .-. �.. r.,:....-,t=:÷-- IOW it 5=_ ^^" .- I TRAFFIC MAST ARM I ORIENTATION DETAII y�w�. =�- r""`^r I r- Ili.; C S w - -.a ... } NeerIllifaIRIRIP •••• 4 -ill,IYETAI-t ua t - : rJTl9 16) ......... . ,. - TRAFFIC MAST ARMS ORIENTATION OETA0. =Swat: •- • - ..-. - wTRAFFIC STEEL REINFORCING .. .•I BASE PLATE AND FOUNDATION DATA { •Mr �,- •�•— .,..—'^r RMaces . . MI= — �.- .r._ .._. ....,.......r. r_ - r ARAIARACH ENT DETAIL ... }-.- alkl Ian RAIZ CfiL:=31'''... ............................. .=...-...-::-..74.-r.=,....•••,-�•�•••+•-••••••sw AY -_ .c AAi w rc, w ` ' ...IT.+r d� we aalrl.�M eN.aaVNRlar STEEL NAST ARM DETAIL Isis r ..w.���. ll•� w..v•.....ot .uo.... ® an wnMta nyimewmo w�`asow-•M... M','V" BEACH DITYOFMNAIIBEACTI �- �—W. 42 STREET REVITALISATION PROJECT w— ►NEYGWORRfDE1ARfN iV •TA -.._ an ea....-u..w• r.� .a nrt a...o. wn o-Y'1m' r ✓'L Arr�L • -raw \.MN' 116 OWO TOLL • Pp mat Iq. Of3CPYl01 IMT I _RI FM. WIG PRIL OM MKCM. EWA -UO. frr71N ONa. rim. gam 90,4..O.aM 00 970.R 9.0.79.O.WI+r7 aw,NM..01.4 r 70J I 20 311 117 5/7747,3 4.7,..011 [•,r ' PMa 91.27 71,07C RC NK SM.f 5490 Z 4..Rf 77,0..9 14 (09,71,1 9WPw b i[ P 51170. p .304 WM 400 v)110.31 YI I w 10 71..0Or.7173 VW n4 R 70,72-. .70 40(..f I iw F,N M$I7)i0. M.70 0 IOC) l 4 1 ' • 44.0197NRto7.0.•031027LR [Y 70.4.017.17. 7011.00.9P 70 IC..SK 704¢4.R SII[AW ,07.4711.21,¢4 MIP;.MA 09.9-Kt...0 nes t as;Awn [ +.0404'10,711 4.4.4 ,OKI[MRO..f4R..�U7l.WIP.R 4 R!S�(qS SWu!O.1.'=.71..„71.4.41.1.= W▪ 0 .01 MAC.S4RR 401 702/7 4 fVolt i 1i[.yStM�iIP YN. 9.w MVO..4L MO ! AN ffit..qL RNf,R 0411 4 •. KM 07 KW 77/,1 7. /03-77711. 4.w SiK�MY,0 0. S,m 4..4[.,..177 M.07 107 72 174(RM 00▪273 SRLL.10..!¢[!r,70L!11.0901114'0. 411 ..73 4107711E R.7X.71 01 m[ .a 1004 70 K.9007•9Mt d - K [. Y[.P 41 731 ,.([NrK.W 9210 .1010 904,O.[9/s.4Y� 4 `.3 MO.77 0110 77.94... ��' ..01/7 O . Rs.r. 4 , 2 71 07.C.977 KK,I4 4.W, .At N'A 0.mNV Tm77 SO,R row.s. • Nm40ltf .K N 71.wK'd911.wna07 101.14.71. FO 7.1509a 7.14 rt 0 M ,VW 0.8.,7 037IOWrw S.r. a 1707,0 w COOP.kr, os SOF 013.0-a 4 , 1 . + ..11[9x,.+I { 1 \\\\\\ooll I IUiggpy,. .��� 1�-- %.�pNUFIywdy'„� 7..1 3)�, STATE O,2011 = 20RA�.` - �`PLANS BEACH CITY OF MIAMI BEACH Cligamic 477 7.[ .o..�� .a 7..7.7.97. T- -.� �+ `.�� � r' .4 :.'Via.. �. - fU7UC 99O7Rf MPA.i99l19f [ W. IZ STREET REVITALIZATION PROJECT --�- �...o1aa4 w. ..4 +--..„..., Imo Oa Nlm"r -..t_±!2,_ 1 TYPICAL VIDEO DETECTION CAMERA LOCATION DETAIL it I, 4Ji44 7X30'VIDEO CAMERA DETECTION ZONE SURAT).CAMERA-V 7 DETECTION 20NES rag' E'X4O VOEO CAMERA / DETECTION ZONES 7,_.. ,.,0j I •do;0///� —. ww STREET 1 %///Alt% 4 ° \ DETER�� 1 iiiAlf/r, o (TYPICAL) _ LIMN STREET �� ////147°. � I _� iii/A.VIJZ ©--• .-40.(N1Y)- U///. A 1 T 1 r :407 r4,0, --"'""z MPscAu S MAXRIUM L' j �C=GOCAMERA ES VIDEO DETECTION , I G. I (TYPE`) CAMERA(TYPICAL) i h tit o,r..EVI1C 9W O AMT 206 ar6ol �[' k k6 �"� 1R C IMINM VIDEO VEHICLE DETECTION DETAILS (N.T.S.) O 7 7. 5�3 ul- o..� TYPICAL MAST ARM VIDEO DETECTOR MOUNTING DETAILS GENERAL NOTES SEE DETAIL i I MEET TIE REQUIREMENTS OF MUMOAOE COUNTY TRAFFIC CONTROL E W IPNENT STANDARDS AHO VIDEO DETECTION CAMERA SPECIFICATIONS SECTION OBD DETECTION SYSTEMS) EACH INTERSECTION LAST BE NDMDUALLY MOUNTING ASSEMBLY ,_�y DES(WEDTO SIf1LAE SITEvrc"•""EQUIPMENT PLACELLENT REOUIREIENTS AND DETECTION ZONE (PELCO STELLAR SEWS CABLE MOUNT OR APPROVED T 2 REFER ID FOOTS APPROVED PRODUCT LIST APL AND THE I AN-DADE COUNTY TRAFFIC SIGNALS AND DONS EQUAL) COSIE ES QUALIFIED PRODUCT UST FOR VIDEO DETECTOR SYSTEMS AND MOUNTING HAROvARE APPROVED TRAFFIC SIGNAL MEAD RYPI FOR USE N FMIFOADE COUNTY SUBMIT SHOP DRAWINGS FOR APPROVAL BEFORE INSTALLATION. b 1 TYPICAL INSTALLATION YPLL REQUIRE ONE CAMERA PLACED ON THE LANE UNE BETWEEN THE INBOARD b THROUGH LANE AND LEFT TURIN LANE � 4.APPROACIES BETH MORE THAN FOUR LANES REQUIRE TWO CAMERAS PER APPROACH.COUNT BICYCLE LANES t t 1 E' C -_© STREET NINE AS HALF A LAN.OEFI ISIIOAND TAO CAMERAS.PLACE ONE BETWEEN THE LEFT LANES ATHE OTHER IN A POS TON THAT CENTERS THE CAMERA TO COVER ALL THE TOUGH LANES THE CAMERA LUST BE CRBRED I SO THAT THE STOP BAR IS PARALLEL MNTN THE BOTTOM OF THE MADE ( p S MIEN PROPOSED VIDEO DETECTION CAMERAS ARE LOCATED AT A HORIZONTAL DISTANCE FROM AD TO IX FEET FROM THE STOP BAR AND NUMBER OF APPROACH LANE EXCEED THREE(OR SS FEET TOTAL MOTH).INOMDLAL VIDEO CAMERAS MUST E INSTALLED FOR EACH CONTROLLER TIMING FUNCTION. MAST LUMINA =• 0.CHEM FOR AII'v11S110 THAT MIGHT BLOCK THE FIELD OF YEW OR*APACE VEHICLE TRACKING SUCH AS TREES, STREET ON OVER EAO MMES,NO COMMERCIAL LIGHT SOURCES T REVIEW THE PLACEBOS OF THE ADEO NAGE DETECTOR MID COORDINATE VATEI THE ENONEER OF RECORD TO CONRWA THE MOST OPTIMAL LOCATION FOR THE INSTAALLATION OF THE'HOED IMAGE DETECTION DEVICES IN ORDER TO MEET THE PERFORMANCE RECO ROBERTS OF THE TECHINCAL SPECIFICATIONS OF AM LvM/F3 ewes w APPROJED PRODUCT. 0.CONCEAL . EK3D CABLE(S)TIiAOLIONE THE WIRE TS COSSETED TIME AND NEATLY PLACE DRIP LOOP NTO THE MASTACCESS HOLE MOST NOT EXCEED ONEINCH IN DIAMETER AND JUST IIA LAZE A RIAMER GROMMET DRILL HOLE AS TO NOT DAMAGE CASTING SIGNAL CABLES I UTILIZE EXISTING STING ACCESS WHEREVER POSSLBLE OAO . .ILEO VIDEO CAR F B BEET ALL GROUNDING AMO SLIDE PROTECTIVE DEVICE(SPO)RCOOREBAE/ITS OF SECTION SE OF THE FOOT STANDARD SPECIFICATIONS. S. VIDEO DETECTION SC SHIELD ERA �'� f ` 10.MAKE THE VIDEO DETECTION SYSTEM OPERATIONAL IMMEDLATELY UPON INSTALLATION.REWOUND THE WARM SUN SHIELD NBNY 0 TUBE MEMASSOCIATED MEMMOVEMENTS FROM RECALL tt zoo/AMD FOCUS THE CAMERA TO INCLUDE ALL TRAVEL LANES REQUIRING DETECTION HORIZON MUST NOT VIDEO DETECTION CAMERAII NAGE WOKE IN TIE AGE MOUNTING ASSEMBLY Nu 12 ALL OEM CLEARANCE RECKAREAENTS FOR MANTA/ENO SAFE DISTANCES TO OVERHEAD ELECTRIC FACILITES WILE PERFORMING CAMERA MAINTENANCE SHALL BE ACHIEVED BY CORRECT CAMERA PLACEMENT LOCATE D ANUE CNERAS TAKING INTO CONSIDERATION ITS RELATION TO THE RISING AND SETTING SW TO BEST FIELD DRILL 40 MNAVOD9IT'AND YHITEOUT EFFECTS DEMONSTRATED ON WET ROADWAYS (SEE NOTE BI u AU Q1611p1 VDEO CABLE FRTINCS SMALL HAVE A LVATER AFD WEATMFRPROOF BOOT. CHANIC CONMEC DRIP LOOP DETAIL 1 TWBVDEMOMD MOUNTINGEIDETECTION / ' �- TgMINML LAGS MO TEL£ uCJAL RRE AE lETS MALL ALI FIELD II THE AWS A MEANSBE OOF TEE�B�NA7gN Toas • is SIGNAL CONTRACTORS RESPONSIBLE FOR INITIAL DETECTION ZONE SET-UP COORDIATE WITH MMILQADE ;A.'•!: COUNTY PRIOR TO SETUP. M VIDEO DETECTION SETUP WLL BE SUCH THAT IC FALSE OR DROPPED CALLS ARE OBSERVED. ..,:',:!:,:::.:- 17.DETECTION ZONE OUTPUT LUST BE PROGRAMMED TO CALL APPROPRIATE To NG PHASES ASSIGNED TO CAMERA AMMO/CIL ONE VIDEO PROCESSOR CARO PER CAMERA ONE DETECTION ZONE PER LANE ON APPROACH. IS MI OE7N REQ I SEMEN S LISTED ABOVE DEMONSTRATED BE DEMOSTRATED PRIOR TO FINAL ACCEPTANCE OF ANY MDEO RON STEM Ala �' 0`.•H)'WIC sIOMIs NC WAS IIrv601 _r'a� �• IUIOI z� F >ti,L,T�. i 111.Me�_ _� VIDEO VEHICLE DETECTION DETAILS (N.T.S.) 2 of I MATT 4 MIAMIBEACH PUBLIC WORKS DEPARTMENT NEIGHBORHOOD NO. 7 — NAUTILUS ON STREET PARKING — SHERIDAN AVE AT 42ND STREET March 02, 2018 :,,,,,„,,,, al jal0=, . CITY OF MIAMI BEACH O MAYOR: DAN GELBER � JCOMMISSIONERS: JOHN ELIZABETH ALEMAN $'':,)sriti/ ( ei MIAMI BEACHRICKY NRR OLA J(`� �MICHAEL CONGORA ��:: 110 _KRISTEN MUELI GONZAlE26 PROJECT LOCATION v� A MARK SAMUELIAN 01� iMICKY STE NBERG /( / •4CITY MANAGER: JIMMY L. MORALES t aLOCATION OF PROJECTCITY ATTORNEY: RAUL J. AGUILA ® �11 E �Or I' INDEx OF DRAWING PUBLIC WORKS DIRECTOR: ERIC T. CARPENTER, P.E. � � rrcrmonor+ 6 ir a1��pA Skim lBAIStl4 O x O i ACTING CITY ENGINEER: LUIS SOTO, P.E. / � G-0+ CODER SHEET a�.NOE%Di pRAMNGS b J '��� / Z P0-0 PLANTrAtCDETAILS ACnou oo ,U A 3 PD-Ot PAN LOCATION MAP .. y` ^ Work OrCer WF Shoot 1 0l 7 Drovnrp 301 9 �.n Alt U RA-N, .s minr 1.406 Mt AA 6.0004 ammo Aura awe-,1 1 - J., --1- s•-0...ARA.ma. .•1� TYPICAL SECTION MOWNS.IlNI! NEW AAKWYI d • GEOWECILEan PAWSAO . TYPES TASAVATIOI NON OP • OPNCAK aASEORCAPE fTIAEROOKIBR101 • I'ASPHALT ME$aI • 1 i I 4 I MIAMIBEACH NAVi LVS-ON STREET PARKING- cos masa.Rdews. .maww•• u .�n.0«w' ten••• SNERIDAN AVE AT AZNO STREET PRAM I401UL!OlIA11TrEYR M' sm wu.•........om.n• 1-•—^ - JILL •••.JUL- or J/A_ t TYPICAL SECTION ...rA a..0 wawa ✓+� ?w AAIAY v) t R,E0 • • . 1 I 1 I , I I j . I • C I I I i L 1EDENo � � II ream SL.our. Novo pm PROP. FOOT MN'P1'TO INTERCEPT EXIST. 12•RCP I }z' • CONI.S Ps 1_ I ,eeoAW.memWITH HS20 LOAD RATED COVER jr---- WITS OF PROP.SIOEWALIC ' R 1 A • I I I . I. •C,�L • 12'RCP ST. • I I I SLI :• I 1 I I -�a 115: .I' J.� . .c:.: LOT 24 LOT 13 I /I T [^ fi 71, - PROP.FOOT CURB INLET'TYPE P5' . I J !!... 1 i TOP EL. - 2.40 33� WITS OF RF E a .Zig y� •.&, , —__ RESURFACE E b 0 yq 1 PAVEMENT MARKINGS(TYP) -_—_ � I cI •a '•• +"' J r WHITE THERMOPLASTIC • I Ljl A` C^_ 4 I W f• (1.1•'fT- I ' r.. 1 SJ I ___—______� ` 'GONG.WLK I I'• U .. L /r -.TYPE'F CURB AND GUTTER � , s1 1 I I # 1 • I I•v.• :• `j TREE TO BE RELOCATED 1 I' A RESuTYPE �1• • ▪ 4. LOT 25, BLOCK 2 t•ASPHALT TYPE"I • I I 31 12, BLOCK 5 5-RI \J _ ORCHARD SUBDIVISION N0. 4 I 'D SUBDIVISION NO. 4 ll - `� Ir (P.8. 25-PAGE 30) B. 25-PAGE 30) I j• .' PROP.LOCATION OF TREES 7 r1.K'.'.11 TREE TO BE RELOCATED 1 !t PROP.FOOT CURB INLET'TYPE P9' :•A• r I TO INTERCEPT EXIST. 12•RCP••! •••' • q PROP_TYPE D CURB TOP EL. - 2.10 44. -h.'.- I i (MATCH EX15T.INVERT), t ••�•- T REFER TO FDO INDEX.304 MP 1 •I J5 FOR SIDEWALK CURB RAMPS 1 PROVUE PAVEMENT ' __ __�_ ----- YARKING TO MATCH EX15T. -' DETAIL �w Y— rf �f y � .a�i� __ _a� S_4DEwAl,N in.-. .�+ ExIST_8`SAN.SERER __�_ .d .I .i.IB'W41 .:::**'....-* ff N7 - -4 _X"-..-- - -t .... - ,e....." ! ,•.. sy �� C2J-p K' +..+�cj(P _ \� -ExIST 24_ .____ . 4. WITS OF RILL I ®�� ,L._..• ' ExIST.1Y SAN.SEWER ExIST.8_SAN.SEWERRESJRFACE I __.. .i._ j :- j 7 EXIST.-13.--VAI _—_-.—_—_— -,,+�I ,f,... .-4:2,,,„, •I' 8 P E_1' EmSt.8'WY ! TOD PA ,,f ae� I.wnwoamo $11•.,.••ysv•.s•oa•A.w MIAMIBEACH � INUTIIDANLUS-AVSTREET 42NO STRING• KAoryw�.• ww M.y. —‘,...•••••••• 1 SMERIOAN AVE AT 42ND STREETeatenca �- •.•AIA_ ••••AVA_ —WA- ! PUBLIC MIME IMPARTMENT ,mwa.w.w,-,•.�.••+v.,a..s ,o,o. o wn ..., ...e.,.p., Ayer ft../., e....•S-•' .,...,,-.........,--... TYPICAL SECTION ATTACHMENT C CONSULTANTS RESPONSE TO THE ( ITB) Detail by Entity Name Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS _A .i...,.. ...„. . 1 �: . .org Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation FLORIDA ENGINEERING AND DEVELOPMENT CORP. Filing Information Document Number P02000130519 FEI/EIN Number 83-0345690 Date Filed 12/10/2002 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 01/24/2005 Event Effective Date NONE Principal Address 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 Changed:04/17/2009 Mailing Address 12076 NW 98TH AVENUE HIALEAH GARDENS. FL 33018 Changed:04/17/2009 Registered Agent Name&Address VEGA,JOSE 12076 NW 98TH AVENUE HIALEAH GARDENS. FL 33018 Name Changed' 10/05/2004 Address Changed:04/17/2009 Officer/Director Detail Name&Address Title P VEGA,JOSE 12076 NW 98TH AVENUE HIALEAH GARDENS, FL 33018 http://scarch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/10/2018 Detail by Entity Name Page 2 of 2 Title VPS REYES. ELINA 12076 NW 98TH AVENUE HIALEAH GARDENS. FL 33018 Title VP MEDINA. OMAR A 12076 NW 98TH AVENUE HIALEAH GARDENS. FL 33018 Annual Reports Report Year Filed Date 2016 04/14/2016 2017 03/28/2017 2018 03/10/2018 • Document Images 03/10/2018—ANNUAL REPORT View image in PDF format 03/28/2017—ANNUAL REPORT View image in PDF format 04/14/2016—ANNUAL REPORT View image in PDF format 04/02/2015—ANNUAL REPORT View image in PDF format 04/30/2014—ANNUAL REPORT View image in PDF format 04/18/2013—ANNUAL REPQRT View image in PDF format 04/30/2012—ANNUAL REPORT View image in POE format • 04/26/2011—ANNUAL REPORT View image in PDF format 04/01/2010—ANNUAL REPORT View image in PDF format 06/05/2009—ANNUAL REPORT View image in PDF format 04/17/2009—ANNUAL REPORT View image in PDF format 04/28/2008—ANNUAL REPORT View image in PDF format 04/20/2007—ANNUAL REPORT View image in PDF format 04/25/2006—ANNUAL REPORT View image in PDF format 04/20/2005--ANNUAL REPORT View image in PDF format 01/24/2005—Amendment View image in PDF format 11/22/2004—REINSTATEMENT View image in PDF format 10/05/2004—REINSTATEMENT View image in PDF format 12/10/2002—Domestic Profit View image in PDF format rynoa Department of State.Dwwswn d CnporaDom • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/10/2018 INVITATION TO BID (ITB) 42ND STREET (FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION & ON STREET PARKING IMPROVEMENTS ITB No. 2018-142-ZD BID ISSUANCE DATE: MARCH 7, 2018 BID OPENING: APRIL 6, 2018 ISSUED BY: ZULEIKA DAVIDSON MIAMIBEACH Zulelka Davidson, Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31T' Floor, Miami Beach, FL 33139 305.673.7000 x7490 I vovw.miamibeachfLgoii zuieikarfaviidsoa@mjsmibeachfl goy BID NO:2015-142-Z0 CITYOF MIAMI BEACH '- BEACH 1 FLORIDA ENGINEERING & DEVELOPMENT CORP. ENGINEERING CONTRACTORS LICM CGC045310 CUC1224714 Florida Engineering&Development Corporation is a Corporation Federal Tax ID: 83-0345690 Email:Jose®floridaenQineering.net Jos- -ga—Pre ••-nt [41412018] 12076 NW 98 AVENUE Hialeah Gardens,FL 33018 PH.305 820 8333 FAX 305 820 9341 www.floridaengineenng.net TABLE OF CONTENTS - INVITATION TO BID - APPENDIX A - A-1 Price Form - A-2 Bid Tender Form A-3 Contractor Qualification Statement A-4 Non-Collusion Certificate A-5 Drug Free Workplace Certification A-6 Equal Benefits Ordinance A-7 Trench Safety Act - A-8 Recycled Content Information - APPENDIX C Bid Bond - INSURANCE - EQUIPMENT INVITATION TO BID SUMMARY ',A VA:BEACH� Invitation to Bid No. 2018-142-ZD Estimated Construction Budget $457,000.00 ITB Title: 42ND STREET(FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION &ON STREET PARKING IMPROVEMENTS Basic Description of the Scope of Work: The City seeks proposals from qualified firms to provide construction services for the reconfiguration and on-site parking improvements to 42nd Street (between Sheridan Avenue and Pine Tree Drive). This project entails reconfiguring traffic flow from its current one-way Westbound direction to a two-way direction as set forth herein and including Appendix F and G, Specifications and Plans. Bid Issuance: March 7, 2018 Technical Drawings and Specifications are available for free download at: www.oublicpurchase.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 March 19,2018 @ 10:00 AM EST Date, Time, &Location: Procurement Department ❑ Meeting is Mandatory(only if box is 3rd Floor; Conference Room checked) 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key 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: March 27,2018 AT 3:00 PM EST Bid Due Date&Time: April 6,2018 AT 3:00 PM EST 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 BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 2 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 0300 for detailed information. is required at the time of bid submission. ❑ is NOT required for this project. 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. ❑SHALL NOT be required for this project. Prevailing Wage Rates & Local U SHALL be applied. Workforce Program Requirements ® SHALL NOT be applied unless project cost Please reference Section 0200 for exceeds $1,000,000 for a covered project. detailed information. Project Completion Timeframe: 160 calendar days, Substantial Completion 200 calendar days, Final Completion Liquidated Damages: $1 000 00 shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Zuleika Davidson , Contracting Officer Phone: 305.673.7000 ext. 7490 E-mail: zuleikadavidson(amiamibeachfl.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://library.municode.com/index.aspx?clientl D=130978,statel D=98statename=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 rafaelg ranado(amia mibeachfl.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:2016-142.ZD CITYOF MIAMI BEACH BEACH 3 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 ITB Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 52 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 No. 2018-142-ZD PART 1:42ND STREET(FROM SHERIDAN AVE.TO PINE TREE DRIVE) RECONFIGURATION Part 1 Total: (5O// 600 PART 2: 42ND STREET AND SHERIDAN AVE. ON STREET PARKING IMPROVEMENTS Part 2 Total: / OoO• 00 LUMPS M GRAND TOTAL (.7t (g�/ 6.0 • 00 (TOTAL BASE BID): PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2—Bidders Affirmation: Company: - WiM L`�li lr jI iVaz,F/td4 6' j)erYC'7z)e icf Address Line 1: /26 76 eN/ q3 t/evUC� fI7f(,---24.4- C7/ &9.11 re..7 -33 0 /8 Address Line 2: Telephone: 30S_ SZE) -�3 Email: JO�C � era G44_ ' N .u . z'i Signature: Title/Printed Na A-7- _0,q- FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-142-ZD CITYOF MIAMI BEACH 53 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. 2018-142-ZD 42ND STREET(FROM SHERIDAN AVE. TO PINE TREE DRIVE) RECONFIGURATION & ON SITE PARKING IMPROVEMENTS 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: 2018-142-ZD CITYOF MIAMI BEACH 1.' ' BEACH 54 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 3 .1-7 is Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond CTS( ash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ o. / Bank of Q�'IAJ( 6,- 4y4t v4) for the sum of Dollars ($ )• The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Fa i24LJJf, /A &/ If7 ] .Y LO640JJ, Address Line 1: l Zi 7 6 AntiAnti 'DJ L W, n1-4- C 1 t41 ? /8 Address Line 2: Telephone Number: 36S--'2O— 8 3 5 E-mail Address: voje (o4,1 da-em, ; fie'^ Social Security Number: OR Federal I.D. Number: g..3--6567 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:2018-142-ZD CITYOF MIAMI BEACH MIAM:BEACH MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.5ov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-142-ZD 42ND SHERIDAN AVE.STREET (FROM TO PINE TREE DRIVE) RECONFIGURATION & ON STREET PARKING IMPROVEMENTS March 27, 2018 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(deletions are shown by strikethrough and additions are underlined). .__ — _ _ _ _____.._ I. REVISION(S): 1. Section 0400. Bid Submittal Requirements and Format, Tab D. Previous Experience and Key Personnel, Previous Experience of Bidder(Firm) is revised as follows: Previous Experience of Bidder (Firm): Bidder shall submit at least three (3) five (5) projects, completed or in-progress, similar in scope and volume within the last five(5)years. II. RESPONSES TO QUESTIONS RECEIVED: Q1. Would you please provide the budget for this project? Al. The estimated construction budget is $457,000.00. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado( miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson • miamibeachfl..ov 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. t7 Sincerely, Mfi,f Alex, an-is Procyfement Director 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-142-ZD 42ND STREET(FROM SHERIDAN AVE.TO PINE TREE DRIVE)RECONFIGURATION&ON STREET PARKING IMPROVEMENTS A-2 (Sign below if incorporated) ti31(4 }- f -4 ki h 2_ McA3 ATTEST: (Type or Print Name of Corporation) a- - re and i3 'ftr t1LJ j (CORPORATE SEAL) VeV- (Type or Print Name Signed Above) Incorporated under the laws of the State of:' ' '4 • BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 56 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 TWO (2) BUSINESS 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 • 6Arkt_ Call—&r� C. '0cf63/0 /(t Q -7-1654/4-f– (--Ihi + -1h COod 37G 2 ota et vAwfsb cn i T7 EJ 2. Attach a list of the y Personnel, the intended role for this Project, and resumes for each individual. 5 3. What business are you in? 6tk/14'(- (;oA-511 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. AIry (&O" IA IM fie,o vif-t , 1,/if 4 CC — et T7 5. Have you ever failed to complete any work awarded to you? If so, where and why? 0 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/ 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has mpleted work similar in size and nature as the work referenced in 6,.. solicitation. i , of,,,4 _‘t okFi wcrc It 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:2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH 57 RICK SCOTT, GOVERNOR KEN LAWSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION e ''a CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER ; IL '• 1 CGCNERAL CONTRACTOR ^ `' �� The GE . . Named below IS CERTIFIED .4,4•'..* �, Under the provisions cf Chapter 489 FS. Expiration date AUG 31, 2018 VEGA, JOSE ANTONIO $ 'pay; FLORIDA ENGINEERING AND DEVELOPMENT CORP 7950 SW 78TH ST •• 1,`7 r MIAMI FL 33143 • — 4.. En' ISSUED: 08/11/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1608110002544 .iSTATE OF FLORIDA l • �; DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ""X .t CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 .- 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 VEGA, JOSE ANTONIO FLORIDA ENGINEERING AND DEVELOPMENT CORP 12076 NW 98TH AVENUE HIALEAH GARDENS FL 33018 Congratulations' With this license you become one of the nearly one million Flondians licensed by the Department of Business and 4Professional Regulation. Our professionals and businesses range STATE OF FLORIDA from architects tc yacht broker ,from boxers to barbeque i 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 CGC045310 ISSUED: 08/11/2016 to serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more CERTIFIED GENERALCONTRACTOR information about our divisions and the regulations that impact VEGA, JOSE ANTONIO you, subscnbe to department newsletters and learn more about FLORIDA ENGINEERING AND DEVELOPMEN the Department's initiatives _ Our mission at the Department is License Efficiently,Regulate Fairly We constantly stave to serve you better so that you can �S CERTIFIED underthe provisions or Ch 489 Fs serve your customers. Thank you for doing business in Florida, IS C Expiration date AUG 71 ueoettcao S and congratulations on your new license! • KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD oke ;. - LICENSE NUMBER CUC1224714 • The UNDERGROUND UTILITY& EXCAVATION CO - •,_: Named below IS CERTIFIED Under the provisions of Chapter 489 FS. coo.R,e ` Expiration date' AUG 31, 2018 • ❑ VEGA,JOSE ANTONIO M. FLORIDA ENGINEERINGAND DEVELOPMENT CORP f 12076 NW 98TH AVENUE- • 107015 •• HIALEAH GARDENS .:. FL 33018 .•_• ISSUED: 08/11/2016 DISPLAY AS REQUIRED BY LAW SEQ a L1608110002725 STATE OF FLORIDA (I;o* DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ' CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 CltiL06+ 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 VEGA, JOSE ANTONIO FLORIDA ENGINEERING AND DEVELOPMENT CORP 12076 NW 98TH AVENUE HIALEAH GARDENS FL 33018 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and STATE OF FLORIDA Professional Regulation Our professionals and businesses range from architects to yacht brokers,from boxers to barbeque •'1 DEPARTMENT OF BUSINESS AND restaurants,and they keep Flonda's economy strong PROFESSIONAL REGULATION Every day we work to improve the way we do business in order CUC1224714 ISSUED. 08/11/2016 to serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more CERT UNDERGROUND&EXCAV CNTR information about our divisions and the regulations that impact VEGA,JOSE ANTONIO . you,subscribe to department newsletters and learn more about FLORIDA ENGINEERING AND DEVELOPMEN 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 the provisions or ch 489 FS and congratulations on your new license! E■pvuion date AUG 31,Zo:8 0608110002725 FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street RACHEL D.CONE GOVERNOR Tallahassee,FL 32399-0450 INTERIM SECRETARY May 11, 2017 FLORIDA ENGINEERING & DEVELOPMENT CORP 12C76 NW 98TH AVE HIALEAH GARDENS FL 33018 RE: CERTIFICATE OF QUALIFICATION • Dear Sir/Madam: The Department of Transportation has qualified your company for the type of work indicated below. Unless your company is notified otherwise, this Certificate of Qualification will expire 6/30/2018. However, the new application is due 4/30/2018. In accordance with S.337.14 (1) F.S. your next application must be filed within (4) months of the ending date of the applicant's audited annual financial statements. If your company's maximum capacity has been revised, you can access it by logging into the Contractor Prequalification Application System via the following link: HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT APPROVED WORK CLASSES: DRAINAGE, GRADING, GRASSING, SEEDING AND SODDING, ROADWAY SIGNING, SIDEWALK You may apply for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-22.0041(3), Florida Administrative Code (F.A.C.), by accessing your most recently approved application as shown above and choosing "Update" instead of "View." If certification in additional classes of work is desired, documentation is needed to show that your company has done such work with your own forces and equipment or that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify their work underway monthly in order to adjust maximum bidding capacity to available bidding capacity. You can find the link to this report at the website shown above. Sincerely, 4P4'jFAlan Autry, ager Contracts Administration Office AA:cj • www.fdot.gov , i ...ist.\\*.N ' ! ?.-4/ -40).4. 1)i m C i „ m N 7 N N C ril G7 aoT50 I c W A� m rn �7 o co co o�.W T • 0 F. Oi 41- K 0 9 ma c Z • QUALIFYING TRADE(S) 0001 GENERAL ENGINEERING igtall Lor 0 G..cm.P E �\' 1.sN of the eo.ra Sc.,�~:�" ...nr rmvme.a govN8.8088,1 �Mut0aaa Cad Mona. •• VAN Wein a) c C 0 �, w Cl) CL▪ . H r W cc CU J .c Z 0 2 c 3 U QOco ► CC CD QZ U@W U `~C wSo0 Z ▪ O CD Q ° 0 • O m LU `° x a) 2^ L in �I li 0 1 O I— LU > C 1 W a Ce _ 0 O Q N a� Ti) r C i c 045 Q; c C W c Z 0 aE � zaa ZCW Z H 0 w - W w � a p : w Ce 1:3 zLU 0 LU 1- iw a ° ° QCD oa E raTo ZL W Q 0 L N O c N LL H- Q) cnN 0 Goww 0 oaaa a0 a OMAR A. MEDINA 4138 SAPPHIRE TERRACE Weston FL 33331 Home (954)3840577 Cell (954)297 1148 Email omarm26@hotmail.com EDUCATION Bachelor of Science in Civil Engineering- Universidad de la Salle Colombia, 1996 Seminar fcr updates in sewage system design-Pontificia Universidad J averiana,1996 FDOT Course Maintenance of Traffic - Miramar Florida, 2003 Primavera Expedition - Schedule - Miami Florida, 2006 General Engineering License Active. SUMMARY Mr. Medina has over 22 years experience in the fields of Engineering and Project /Construction Management. His career has been focused in the construction sector and municipal design. His background includes Construction Management, inspections, design and construction of pipelines, drainage, pump stations and highways. He has excellent organizational and works well with others. Mr. Medina's project experience and technical expertise includes the following: EXPERIENCE Florida Engineering and Development Corp. March 2008 to Present Vice President managed the following Projects: • Aviation Project City of Opalocka Include: Drainage System, Water Systems, Sewer System, Force Main System, FPL Ducts, AT&T Ducts, Signalization System, concrete sidewalks, Asphalts Roadways. Work inspected by FDOT, DADE County, WASD,DERM. • Building Expansion 3505 Warehouse at city of Doral the work include: Building pad, water main, sewer main, Drainage System, Asphalts, concretes,etc. • South Side Elementary site contractors the work include: mass excavation for underground parking lot, Well Drainage, Drainage collection system, ejector pump, water system, sewer system, asphalts, concretes,etc. AM Engineering Contractors January 2007 to March 2008 Vice President managed the following projects: • Ferguson High School, Site contractors the work include: Demolition, Building Pad, water system, sewer system, Drainage system, special sidewalks for schools, etc. • Leewood Elementary School, Site contractors the work include: Demolition, Building Pad, water system, sewer system, Drainage system, special sidewalks for schools, etc. • Mary Brickell Village Project Include five (5) Lift stations, drainage systems, sewer systems, concretes and asphalt restoration. Petro Hydro Inc, Miami, FL May 1999 to September 2007 Project Manager responsible for profitably managing all administrative and field construction activities include preparing procedures and/or job progress reports monitoring job cost & work status, preparing projects safety, maintaining a working relationship with publics works, owners, architects, vendors, subcontractors, creating project schedules and change orders management. He exercises considerable independent judgment in the application of the principles and practices of planning, design, construction and administration of a variety of construction projects. As Project Manager, Mr. Medina has been responsible for managing and requisitioning over $800,000 monthly. He has been instrumental with negotiating subcontractor contracts and maintaining relationships with city, county and governmental officials. His responsibilities include the mentoring of several site project engineers and managing several construction crews with a minimum production of $500,000 monthly. He is responsible for scheduling projects from their inception to final close out. Managing work orders and staying on track with schedules and budgets as well as conduct on-site client and team meetings. Mr. Medina's project technical expertise includes the following: • Jardack Construction, Shakill Investment Center Drainage, Paving, and Water system. • City of Fort Lauderdale, Progresso Project, Sanitary sewer, water mains, drainage system. • Broward County, Broward Gardens, Sanitary Sewer, Lift Station. Improvements. • Town of Medley. Roadway Restorations, Drainage, Sidewalks. • FOOT Push Bottoms. Asphalt, Milling, Drainage, Sidewalks. • FOOT NE 6 AVE. Drainage System and Asphalt Roadway over 1.5 miles. • FOOT AJA. Asphalt Roadway over 2.0 miles, special sidewalks and stamp crosswalk city of Miami Beach. • City of Palmetto Bay. Drainage Improvements. • City of Coral Springs. Water mains improvement. • City of South Miami. • Miami Dade County, PTP People Transportation Plan. • City of Miami Road Rehabilitation Project. FEMMA SW :47 Ave and 88 Street. • City of Lauderhill Culvert Replacement Project. DERM Storm water Improvement Project. Project Estimator responsible for completing estimated for construction projects including quantity of materials, pricing, budgeting, value analysis, prepare square foot estimates, detail conceptual estimated, working drawing estimates, proposal/bid or GPM estimates, systems comparisons, historical cost reports, and value engineering alternatives. Dade County, Palm beach County, FOOT projects, Broward County, City of Miami, City of Lauderhill, City of Miami Beach, City of South Miami, City of West Palm Beach, Omar Medina (Various) - Colombia_ May 1997- February 1999 Construction Management and Resident Engineer responsible for coordination of the design consultant and construction contractor, administration of change orders, claims, clarifications, inspections, pay request, general documentation and shop drawings review. Construction projects include force main, raw water transmissions mains, pavement and sidewalk restoration. Expansion of the Water Treatment Plant including flocculation/sedimentation basins, deep bed anthracite filters, clear-well tank, water intake and pump station rehabilitation. Projects also include the construction of a Tourist Pier located at the town of Puerto las Guamos. Responsible for civil/mechanical design, construction drawings using CAD, cost estimate analysis and summary of bill of materials. Projects include force main design, drainage design, water and wastewater facilities for the city of Riohacha - Colombia, pump station design for the City of Valledupar - Colombia, Master Plan design for the City of El Banco Magdalena - Colombia. Computer Aided Design (CAD): Microstation J AutoCad Corel Draw Presentation Graphics) Other Computer Software Used: Used: Primavera Contractor Primavera Expedition Outlook. Microsoft Project (Scheduling) Primavera Contractor (Scheduling) Microsoft Excel (Spreadsheet) Microsoft Word (Word Processing) Microsoft PowerPoint (Presentation) Windows NT (Operating System @ Administrator level) : ik ,,i, .,. ii ., ! F. , • x, v ,11 co io p y b ZA m Nftl o 2 T mN 11 3 80 qM o Z W rn� Poi • • p� aj y Tsf; n 3 y p Mn ro g NI m QUALIFYING TRADE(S) 0001 GENERAL ENGINEERING • Alms D Gwen.•.E / _` • Sssnlry aWm lsud .1Ioi DNn Mins r ._„*OD herein. wrMMi�Msase�yswMsaerMenMy Raul Escamilla EIT, FE 9718 Hammocks Blvd Apt 204 Miami FL, 33196. Cell: (305) 910-4987 resca006@jiu.edu EDUCATION Florida International University. (Miami, FL) Bachelors in Civil Engineering,August, 2012- May, 2015 Miami Dade College. (Miami, FL)AA in Arts Civil Engineering, July, 2012 EXPERIENCE Florida Engineering and Development CORP.-Project Engineer Miami, FL—June,2015-Present. My experience as a project engineer includes preplanning, estimating support, manpower and equipment allocation, field operations, quantity tracking,production rates, safety management, quality control, material procurement, owner progress report, budgeting and scheduling. • Project Engineering. • Budget Preparation. • Job Cost Management. • Production Rates Tracking. Florida International University- Teacher Assistant Miami, FL—May,2013-June, 2015. Assisting in the structural, Materials and Geotechnical laboratories in research and help PhD students with their specimens for testing. • Experience Casting concrete. • Reinforcing concrete. • Checked and verified, air percent, slump and water cement ratio of concrete. • Prepared cylinders from the concrete mix to be tested in the yard and by testing subcontractor. CH Perez-Internship Senior Bridge Inspector Assistant- I-75 Express Lanes project Segment C-85,000,000 Design Build- Lump Sum Project.(June,2014-August,2014) • Inspection of the pile driving Foundation(24"24"piles). • Inspection of the footing (pile caps). • Inspection of the columns (4'8"Columns) • Daily reports • Reviewing shop drawings and plans • Sampling and testing concrete as per FDOT 346 Section. • Oversight QC Activities. Demoya group, Inc-Internship Miami, FL—May, 2014-June-2014. Responsible for inspecting the Florida I Beams (FIB) fabricated for the 826/836 project. Duties were to make sure they were within the tolerance of the Department of transportation(DOT). • Verified spacing of reinforcement. • Measured and calculated chambers. • Oversight QC Activities. RECOGNITIONS • Structure/Construction/Geotechnical Engineering certificate from Florida International University-School of Engineering. Courses taken towards certification: 1. Intro. to Pre-stressed Design 2. Foundations/retaining walls Design 3. Steel Design 4. Construction Management • Fundamental Engineering, Engineer in Training EXTRACURRICULAR • Honor Society of Civil Engineers (Chi Epsilon-Marshall board member) • American Society of Civil Engineers(ASCE-member) • Society of Hispanic Professional Engineers (SHPE-member) • Regional Concrete Canoe competition(2014) (Co-Captain) • FRC Bowling Ball for ACI National and FC&PA Regional(2014) 19th place/2nd place(Captain,) • FIU engineering EXPO (March-2014/2015) (Volunteer). Alan Novins 1367 S.W. e"street, Boca Raton, Florida 33486 561-542-6950 alannovins@comcast.net OBJECTIVE To obtain a Construction Management position for which I will be able to utilize 25 years of proven knowledge as a Superintendent in the construction industry. PERSONAL • Motivated • Flexible and versatile • Personable • Ability to transcend cultural differences • Trustworthy • Excellent motivator SKILLS & CERTIFICATIONS • Asphalt and paving experience Mastered all aspects of the underground utilities • C.D.L. class A driver license with hazmat • endorsements working operations Working knowledge of MS Office • Fire hydrant and valve repair certified • to read and perform construction take offs • Intermediate Maintenance of Traffic certified • and lay outs • Experienced in plumbing, electrical • Operate all heavy equipment-backhoe, front-end • ATTSA Advanced training in M.O.T loader, combination and bulldozer • Knowledge in shoring and trench safety • Shooting and establishing grades and • Working knowledge of various types of percentages dewatering systems • Masonry, concrete experience • O.S.H.A 30 certified EXPERIENCE Superintendent, June 2105-present Florida Engineering and Development • Supervise crews and subcontractors in various aspects of the job site • Attend contractor and subcontractor preconstruction meetings • Implement and manage site safety meeting and reports • Administer and coordinate heavy equipment during different aspects of the projects • Schedule inspections and finals with engineers and municipalities • Supervise deep excavations including various types of dewatering • Develop project plan to maximize production, labor and equipment cost • Prepare and update project performance schedules • Meet with client representatives on a daily basis to ensure all potential issues are addressed before they become an issue. • Read, interpret, drawings and construct layouts Superintendent, May 2013—June 2015 DP Development of the Treasure Coast, Pompano Beach, FL • Supervised crews and subcontractors in a variety of construction projects including drainage, water and sewer repair and replacement • Set up MOT properly and making sure MOT is compliant throughout the work operation. • Responsible for daily reports and measuring final quantities for invoicing. • Meet with client representative on a daily basis to ensure all potential issues are addressed before they become an issue. • Manage and directed all aspects of daily operations of multiple crews and job sites. • Maintained all inventory and materials • Plan, coordinate and manage job site logistics • Oversee project quality plan and implement necessary changes • Participates in pre bid and preconstruction meetings with clients and municipalities • Supervise crews and subcontractors in utility installation and various types of road repair, milling and paving projects • Supervise crews and subcontractors on various types of concrete repairs, replacement of curb and sidewalks throughout Broward and Palm Beach Counties • Prepare and update project performance schedules Superintendent, February 2011 — May 2013 Scalamandre Construction, Freeport, NY • Supervised the major utilities installation project at Delta runway at New York JFK airport • Responsible for time, production, safety, and pre task planning reports • Scheduling of all daily operations/ordering all trucks, equipment and materials • Overseeing production of Sub Contractors • Site safety: maintain and regulate a safe work place • Manage and direct the daily operations of multiple jobs sites/personal Superintendent, November 2008—February 2011 Triumph Construction, Bronx, NY • Consulted and negotiated pricing with various municipalities • Supervised Installation of oil-o-static transmission lines, high voltage(Primary), low voltage (secondary), transformer manholes and transformers, water, storm, sewer and sanitary systems • Responsible for ensuring all projects were completed in a safe, timely, cost effective manner • Negotiated, interfaced and effectively worked with Contractors, Government agencies, company user organizations and the public • Responsible for ensuring compliance with company specification and Regulations and safety procedures • Read, interpreted construct layouts and layout drawings • Enforce safety and environmental policies and procedures • Read mains and service plans in gas, water, sewer, drainage and other various utilities • Organized, scheduled, prioritized, and ordered all needed materials • Effectively managed, and directed the daily operations of multiple jobs sites /personnel • Responsible for daily time, safety, and production reports Superintendent, September 2000—October 2008 Pan American, Miami, FL • Supervise crews • Installation of water main services, lift stations, and sanitary Structures • Time sheets • Scheduling of daily operations • Enforcing all safety procedures • Ordering and maintaining inventory and materials • Shooting and establishing grades • Underwater construction • Installation of water, sewer, and drainage • Production and safety reports • Reading blue prints and locating existing utilities References upon request 9 a 8 I 2 / % 6 4:44io } \ R \ \ \ } \ \ \ \ } \C./ k2 k & k ¥ 7 ¥ P. \ \ .4:, \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ 13 o \ \ \ \ o { $ » » & } # w u / } o Z { I'm 2 . LU 2 } } U.. at- - » - $ « ; / Lre } VI % \{ z / ) In n at 7 - E J < E• c 8 \ ) 22 j / J \ { / \ \ \) \ } \ _\ \ \ \ ) E 2 it ° | ± « \ ( } 4 � �) - � krr , t0 ° 6 / q » ! ) 22 \r ) ' � e �m ' \ j { } \ 55 = to1 ' 2 �t \ § kt5 ` G° � ar £ Q \ }i / _ ( / � o ® k § } j / \� } tA « / � , lc / _ ) R : m } 227CJ ƒ / f2a / L IaeTli § co E a ,i1 C.[{ - aS/ jt � J § -/ c • . CO0 ° ° 0 $\ § 7 . 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 cafe Qf co-venture, list the information for all co-venturers): /„-k 11-4 /1/4 d 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 ar9Aoes 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: /L0,2i2- C'�la Pj ,t/E-EM Ks/7 OfD . -12rL 4 P d1 T, A'3 B. The business is a: El Sole Proprietorship ❑ Partnership oration C. The address of principal place of business is: /Z4) 7.6 NRI q y Fj 0-74*rvt, 71, 37 o i8 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 1'i T V g- r°x( pik=u, oovx- me-1144- REI/e7 e-1/ 4- �A- R /rf f Ctit---ohkr• BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 58 R 7:: § k , ■ ! J ~ k • 404 N . � ` lE77; k § f \\){k ! \fif testi « ; v . C . 2Z� E . ■ ! & £ ; � ; t1 $ : . 2 ) � £ ƒ8AIk § . � k } 0E E . lr / f2 \) � § dk § # ; ! t ! ! ! 3u , ke . � � a ! 2 a5 ; . eco g— § / r . \ ■ \''—'41 . � \ }k2\� 8 o . ; . M0 . If) 2k \\i t 3 ,2 'A . � \ \ k \ ) R ! . a � = 0u00u ) /u ! l ; 2, gg 'A " . - ƒ0 ®, ak2% 7 a ° aa # m # # @ ; '• \ k§\f! $$i § I ■ � ; � , = «� aG l2 , �. � � : - ` a G. . 9| | § ! § § « ! ! « ) U a (mq # @ - ` © § § 22 § §K \ < \}§w4 .4 0 4 0 en ) , o ƒ . \ ew 2o 0wa . / Q.f { / 2 . § 2 | ! l ; 2 � { f . & ) � f� ƒs . Z. }- ; , � & ,° ! - f - , = ate & ! | . / { % � 7 ! § t ; ; “ , . /} 5 s {Ik � � ! ! ` • 7 < , 6 % ! ! 0 . \ \ \ \ \ \ ) B / §\ k ƒk 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). N/4 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:2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH 59 A-3 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. g/Ar K. Under what conditions does the Bidder request Change Orders? — -C ,�/ai w,zigl or ( . C- t �ed . �An, (/wkr fif%(A0--ei . 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. 7-6W VW- /00-4/ 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. /VA N. 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 Govefnment or subdivision or agency thereof? EYes 10V 0. Are any indictment , debarments, disqualifications, or suspensions referenced on the previous page rent? EYes o If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO: 2018-142-ZD CITYOF MIAMI BEACH BEACH 60 A-3 P. 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 siness? EYes No Q. 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. R. 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. S. 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 applicants criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 61 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: . CONTINUED ON FOLLOWING PAGE IF CORPORATION: _� mud- elforn t-AdAft, )e✓eAearur •. - r re Print Name of Corporation Ode- vr640- /2O74 And 18' bhz. Make-64 46%ot`US 4133°)8 Print Name Address Title: nr-PiDist.tr WITNESS: /- Signature rlta galF Print ameme �,.,1� Title: e7'4f1 (CORPORATE SEAL) Attest: era Secretary BID NO:2018-142-ZD CITYOF MIAMI BEACH 1 ' BEACH 62 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. �,�/ t Submitted this 6 day of t1r r,,,l� 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. 2018-142-ZD. SI RE 17656A- PRINTED�/� ,NAAME SET rw TITLE (IF CORPORATION) BID NO:2018-142-ZO CITYOF MIAMI BEACH BEACH 63 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 offerors 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; (li) The Bidders 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) CO 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 64 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION .nature)fb• yEj�-/O,'t bofu� �y.. ?OM7?•}- 6J4tLet44.02 dJ1fV. STATE OF r� nGr:610_ (Print Vendor Name) COUNTY OF Q'ir°'A-A-a[,I` C Ther jgregoing s'mment\as acknowledged before me this _qday of ,7Nh� 20'1(S, by ,\OS's V27— as 1 prel e u I n me of perso whose signature' . Ing notarized) f -c0' + (title) of r ^� (1„.y i ne-evt.ul> Jc✓, (name of cdrporationicetimp n //gy�pp known to me to be the person described herein, or who produced J"�- 2)(___ as identification, and who did/did .. ake an oath. NOTARY PU:LI PA. . ' �' ELINAREYES Commle.bn#GG130005 (Sign . Eopin.Norxnber 29,2021 (Print Name) My commission expires: BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 65 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, RFPs, RFD'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:2018-142-ZD CITYOF MIAMI BEACH BEACH 66 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 67 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:2016-142-ZD CITYOF MIAMI BEACH BEACH 68 A-6 MIAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information `� � Name of Company: �N' ( J4,s4C`a-IJr17 pwc �t'LJ(Ir� Name of Company Contact Person: j ' re-6`y' 1/'/ ^ Phone Number:9)22k-4333 Fax Number:3 t a-q3 c{/ E-mail r/0-y< (�'w vl Dlb1/et a-d, ti Vendor Number(if known): Federal ID or Social Security Number:/53-dig)116 -1 O Approximate Number of Employees in the U.S.: i20 (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 ❑ Race ✓YesNo PSex ✓_Yes_No L.Color 'ics_No L Sexual Orientation ✓Yes No ' I Creed 'Yes_No f,Gender Identity(transgender status) ✓Yes_No C Religion _ Yes_No D Domestic partner status /Yes_No c National origin ✓Yes_No C Marital status 1/Yes_No C Ancestry Yes_No 0 Disability _Yes_No Li Age ✓ s_No CAIDS/HlV status ✓_Yes_No C Height V 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:2018-102-2D CITYOF MIAMI BEACH BEACH 69 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:2018-142-ZD CITVOF MIAMI BEACH BEACH 70 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 N,ao 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 thisaaentity contractually. jet Executed this 6 day of_7,n�" in the year 2D/8 ,at /2C7‘ AM /1 An-var- .! more Mailing Address ��®® 14-611-- rh9fA �1A /Int�euJ 1"-/) g Name of Signatory City, State,Zip Code (,tc.grit/. Title BID NO:2018-142dp CITYOF MIAMI BEACH BEACH 71 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:2018-142-ZO CITYOF MIAMI BEACH BEACH 72 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 employers 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 73 A-6 MIAMIBEACH 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 74 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 wilting by the Procurement Director, this cash equivalent payment must begin at the lime 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:2018-142-ZD CITYOF MIAMI BEACH BEACF{ 75 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:2018-142-ZD CITYOF MIAMI BEACH _ BEACH Tfi 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 8 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 $ y't u 't rshiiemu9 ;ESE`✓. Name of Bidder ' agile Aut .; -:Signature off Bidder er rrtg19114419CU1 BID NO:2018-142-ZD CITYOF MIAMI BEACH . BEACH 77 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 7Cost 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:2018-142-ZD CITYOF MIAMI BEACH BEACH 78 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. /VA BID NO:2018-142-ZD CIlYOF MIAMI BEACH -. BEACH 79 APPENDIX B List of Plans and Specifications BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 80 MIAMIBEACH B LIST OF PLANS &SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY STANTEC, DATED OCTOBER 26,2017 Page Sheet No./Spec. Title/Description No. ITB 2018-142-ZD :42ND STREET(FROM SHERIDAN AVE.TO PINE TREE DRIVE)RECONFIGURATION - DRAWINGS 1 C-0 COVERSHEET&INDEX OF DRAWINGS 2 G-1 GENERAL NOTES 3 6-2 SUMMARY OF QUANTITIES 4 T-1 TYPICAL SECTION 5 SU-1 EXISTING CONDITIONS 6 D-1 DEMOLITION PLAN 7 GP-1 GP1-GEOMETRY PLAN 8 C-1 SIGNAGE&PAVEMENT MARKING PLAN 9 C-2 GENERAL DETAILS 10 C-3 SWPPP NOTES 11 C-4 MOT NOTES 12 TS-1 SIGNALIZATION PLAN 13 TS-2 MAST ARM DATA 14 TS-3 STILL MAST ARM DETAIL 15 TS-4 SIGNALIZATION QUANTITIES CONTRACT DOCUMENTS AS DEVELOPED BY CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENT, DATED JUNE 19,2017 Page Sheet No./Spec. Title/Description No. ITS 2018-142-ZD :42ND STREET AND SHERIDAN AVE.ON STREET PARKING IMPROVEMENTS - DRAWINGS 1 G-01 COVERSHEET&INDEX OF DRAWINGS 2 TS-01 TYPICAL SECTION 3 PD-01 PLAN DETAILS BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH APPENDIX C Required Forms for Bid Submittal /Note: Attachments below only apply if the adjacent box is checked) q ,�/�� [r ATTACHMENT C-1: Bid Guaranty Forth; Unconditional Letter Of Credit 671/ "�°'�` ❑ ATTACHMENT C-2: Statement Of Compliance: Prevailing Wage Rate Ordinance ❑ ATTACHMENT C-3: Statement Of Compliance: Davis Bacon Wages BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 82 - - - - - - AIA Document A310 — 2010 Bid Bond CONTRACTOR: SURETY: Florida Engineering and Development Corp. Berkley Insurance Company 12076 NW 98th Avenue 475 Steamboat Road Hialeah Gardens,FL 33018 Greenwich,CT 06830 OWNER: City of Miami Beach 1755 Meridian Avenue Miami Beach,FL 33139 BOND AMOUNT: Five Percent of Amount Bid(5%of Amount Bid) PROJECT:42nd Street(From Sheridan Ave.To Pine Tree Drive)Reconfiguration&On Street Parking Improvements ITB No.:2018-142-ZD The Contractor and Suety are bound to One Owner in the amount sat form above,for the payment of wNdi the Contractor and Surety bind themselves,meter heirs,executors,administrators.successes and assigns,jointly and severely,as(raided herein. The conditions of Ms Bond am such that Y the Owner accepts the bid of time CotWadcr*Mtn the time specified In the bid documents,or within such Ore naiades may be agreed to by the Owner and Contractor.and the Contractor ether(Renters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be spedflced in the bidding or Contract Documents,web a surely admitted in the Jurisdiction ofthe Project and°Mewlse acceptable 10 tie Ovm&,for the faithful performance of such Contact and for the prompt payment of labor and malerW famished In the prosecution mereot or (2)buys to the Owner the difference,not to exceed the amount ofthis Bon,between the amount sped(/ed in sod bid and such • larger°m eal for which the Owner may to good Mt contract with another paty to perform the work coveted by said MQ Mantis °Nlgagan shall be nut and Veld,otherita to remain In full force and effect.The Surety hereby*dyes any notice of=agreement between the Owner and Contractor to extend the time in which the Owner may accept gra bid.Waiver dno0ceby the Suety shag not documents.tand Uw..abn er amrd�Cerbadory obting sixty(60)days ain the raggregate beyondthetine for acceptance o bids spelled In the bid Surety's consent for an extension beyond they(60)days. If this Bond is issued In connectionwih a subcontractor's bid to a Contractor.the term Contractor in this Bond shall be deemed to be Subcontractor and the bran Amer shall be deemed b be Contractor. Wien this Bond has been furnished to coney with a statutory or other legal requirement in the Radon Of the Project,any provision in this Bond confftoting with said statutory or legal requirement shall be deemed deleted=refrain and provisions conforming to such statutory or other legal requaanent shall be deemed bmporatedhenna When so finished.the Iter is that this Said shall be construed as a statutory bond and not as a common law bond. Signed and sealed this day of Apel 2018 a BMOnesal • Florida Engineering 9 rg anti Development Corp. B' (Ponape) ,� B : $( _s�� (/Tr." rF /gj e r Berkley Insure ce Company 44. (SawtY) 100,1r7,7 4,77 BIC Warren M.Alter,Attorney-in-Fact This document conforms to AIA Document A310 - 2010 BID BOND. TAB AMERICAN INSTITUTE OF ARCNITECTS, 1735 NY AVE NW, WASHINGTON, DC 200064 No.BI-7959a POWER OF ATTORNEY BERKLEY LNSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company'), a corporation duly L. organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made,constituted _▪ .and appointed, and does by these presents make, constitute and appoint: Warren Al. Alter; David T. Satire; Dawn Auspitz; or Jonathan Bursevich of Alter Surety Group, Inc. of Miami Lakes, 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,providing that no single obligation shall exceed Fifty Million and 00/100 U.S.Dollars �(U.S.S50,000,000.00), 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 Delaware, • %without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following - t resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: -• _▪ '. RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive II Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are td k c hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds,undertakings,recognizances, or other suretyship obligations on behalf of the Company,and to affix the corporate seal c of the Company to powers of attorney executed pursuant hereto;and said officers may remove any such attorney-in-fact and n. c revoke any power of attorney previously granted;and further id - RESOLVED, that such power of attorney limits the acts of those named therein to the bonds,undertakings, recognizances, or other suretyship obligations specifically named therein,and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and - ? further ', RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile 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 signature of any - c` 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 Conley has caul d these presents to be signed and attested by its appropriate officers and its 3 ° corporate seal hereunto affixed thisday . .74/./I- id• 1 Attest Berkle Insurance Compan (Seal) By .l�j - BY Ira Lede an Je el' fter 5 Executive Vice President&Secretary Se o 'i•, a esident t WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER c_ STATE OF CONNECTICUT) ) ss: • 5 COUNTY OF FAIRFIELD ) r,`q c Sworn to before me, a Notary Public in the State of Connecticut, this/7 ~day of /(4 rfI , by Ira S. Lederman and Jeffrey M. HaOer who are sworn to me to be the Executive Vice Pre 'det and Secretory, the Senior Vice President, • respectively,of Berkley Insurance CampacylARIAC.RUNDBAKEN ( Jf. - nn O NOTARY PUBLIC //�.L C` ^� /r'n� 4 • MY COMMISSION EXPIRES otary Public,State of Connecticut. APRIL30,2019 CERTIFICATE I, the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,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 — -rh Atromry-in-Fact set forth therein,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 6th day of Ap -_201; Ar_Qt . (Seal) taw Vincent '.Forte t MIAMIBEACH _1 ❑ 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 Unite,. States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, suer name) at by order of and for the account (branch address) of (contractor, applicant, cu: omer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: A signed statement from the City Man-.•er of the City of Miami Beach, or his authorized representative, that the drawing is d e to default in performance of obligations on the part of agreed upon by and (contractor, applican , customer) between City of Miami Beac Florida and (contractor, applicant, customer) pursuant to the Bid/Contr. t No. for (name of project) Drafts must be drawn and n:•otiated not later than (expiration date) Drafts must bear the • ause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Cre.' sets forth in full terms of our undertaking, and such undertaking shall not in any way be m••'ied, amended, or amplified by reference to any documents, instrument, or agreement refe, -d to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and a• such reference shall not be deemed to incorporate herein by reference any document, i .trument, or agreement. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 83 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:2018-142-ZD CITYOF MIAMI BEACH so BEACH C-2 ❑ STATEMENT OF COMPLIANCE: PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Zcy/I - )92. - Z.2) Contract No. Project Title 01',2,47) P7'er 4rt AJ- a,goae§7aiiof 0u palm-Mut,ig is-no. 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 MIC 20/® . .x4(jf} Ir 2'r.ad � ! (Contracto , By: -Sr gnat - By ja IC vrly4V/>^f'119Fain (Print Name and Title) STATE OF 'vttct_ [)) COUNTY OFfjta U/.1 los?if-- S -e The foregoing instrument wasAclknowledged before me this day of Pn , 20 by '`1j1oSe- VQ_SG - who is ersonally known to me or who as produced as identification and Who did/did not take an oath. WITNESS my hand and official seal, this 6jr+ d- . ,L#n _ , 201c/ i / - (NOTARY SEAL) `'� (Signature of'so%.. . -cknowledgment) e/ o EJ - -� yyis (Name of officer tak/ng acknowledgment) (typed, printed or stamped) 4,t�P.t�r•Z�°G„ ELINARYES W05 . /4' Com (Title orwwe,m,w.y„wy&MOW (Serial number, if any) My commission expires: BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 85 C-3 ❑ STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. 2-0/1- lel- a) Contract No. Project Title 420 Pf7tcCt(C0Ji ii6O433)o d / Oct /'Gr4GJ+� p 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 } oapplicable conditions of the Contract. Dated //#h (Tit 20 (0 ?6MTA- Ir'F�N4 ( V1 Contractor By: gnature)/ By: CI% 4C g Vital QFC NA STATE OF 'L' , ' ) (Print Name an Title) SS COUNTY OFrIAI:0"^' t TTe foregoing instFyment was a$knowledge{ftbefore me this dayof d J 'r' 20� by toS4- 2�.--- who is p rsonally known to me or who ha 11 produced as i n i kation - Two id/did not take an oath. WITNESS my hand and official seal, this to , - of 4e . / , 20 /P (NOTARY SEAL) `.41 (Signatul'- • pe n taki g acknowledgment) 116. ow ELINAREYES #'--... Commlfabn 0 GG 130005 (Name of officer taking acknowl OnOpyp No»mbrt 29.2021 (typed, printed or stampc�tl rn, sTn10+MNtl11'hix" (Title or rank) (Serial number, if any) My commission expires: BID NO:2018-142-20 CITYOF MIAMI BEACH BEACH 86 INSURANCE i .1.1 FLORENG-03 VPLUMLFY01 Au CERTIFICATE OF LIABILITY INSURANCE DAm(Mkttr vl 03/30/2015 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 ISSUINGINSURERISI,AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: R the certificate holder is an ADDITIONAL INSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy,certain pelf dee may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In Neu of such endorsement(s). PRODUCER FicT Victoria G Plumley Collinsworth,Atter,Fowier&French,LLC NO _ --- -- - - 8u0Ne Governors Square Blvd PHONE Ext __ INC.Ne1A305)5584294 Miami Lakes,FL 33016 I301 ' }1:�P�umlay�ca/Bl0.com - __ INSURERISI AFFORDING COVERAGE -— - _NPICr RERA:Liberty Mutual Fire Insurance Company 13035 INSURED F mwRe'B:Evanaton Insurance Company _ _ 35378 Florida Engineering d Development Corp. xSuRERD: 12076 NW Seth Avenue --'--" -- — - Hialeah Gardens,FL 33018 �xsuereo: -_ _ _ - INSURER E: .INSURER : ._ _ COVERAGES CERTIFICATE NUMBER: 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. NOTVATHSTANDING 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_SHOVVN MAY HAVE BEEN REDUCED BY PAID CLAIMS INR. TYPE OF x3URA NCE WL me POLICY NUMBER IMMDOIYYYYI ISAUDDITEYYYI LIMITS LA X 1 wMNERCYIOENEItLL LMpLmEACXOc[l1RRErvcE 1,000,000 I ' CLAIMS-MADE X I OCCUR TB125129194)02) DAMAGE TO RENtD I X ContraCt prat Liab . FMISE60i._�rtw.-el __ 300,000 I 04/01/2018 04/012019 .PBs s - - -- MED EXP Iapmprronl 3 5,000 • mRsowLewM ours $• 2,000,000 GEHL AGGREGATE LIMIT EM S PER :GENELAGGREGATE 3 2,000,000 PODGY1_1( I ; w L OTHER- IPNCLCi$-coyvmP--- �s- 2,000,090 A 'AUTOMO EUAeIm COMBINED SINGLE LIMIT j 1,000,000 X ARV AUTO AS2Z51291047017 104/01/2018.04/01/2019' CAMEO• UTSCHEDULED sooty IWURYIPo 1 5 OSONLY AUTOS OqSy{� BODILY I _ LP !2 d)et_, _ S ONLY __. CBTW PPROPERTYPGE A A 'X UMBRELLA UAB X OCCUR t EACH OCCURRENCE I 5,000000 EXCESS Lus cwMSMADE TN725139194I03704/0112018104/016019=LREWre _ _ s ED 5,000,000 DX ''RETENTION$ 10,000 - --. A :WORKERS COMPENSATION $ AND ROVERS'uaauIY X STATUTE EftN__ _ __ ANY PROPRIETdmARTNERMMECUnVE vex WC2Z51251947047 1213112011 130160181, OFrFIc�ryE�.HPEp EXCLUDED Ni 1 A ,EL EACH ACCUENT I t 1.900.000 IIyy9CRiescr Nbe under useevN Lp3Evsr-POEM/LJMIT i _ 1,000.000 II - 1,000,000 B Pollution Liability MKLV2ENV100626 02/22/2018 02/22/2019-Each Occurrence 1,000,000 a 1000,000 I 'DESCRIPTION Of OPERATORS I LOCATIONS I VEHICLES IAC000 tar.Adexonal Rome,Schedule,mese exceed x nen emus N mSMml CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I Proof of InsuranceTHE EXPIRATION DATE THEREOF, NOTICE LL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. r AUTHORIZED REPRESENTATIVE iYILGQ '^ E ACORD 25(3026103) ®19888--22015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD EQUIPMENT O 2 i •I 0 e an 7 in r, 03 a. W m W m m w ,.l LJ w m m m m m m W W 'l w W w m P iiJ re a co NI to .. oa , como a x o mm To m m OU $ "' „ m g v xm0ln Na e O m ma 0 oJ� 0 m 00 .Ni o „ N 0 . rii01 X X s m 2 V O O V o rA0 ti Ol 0' O O U' N Q O O 0 m O N 0 8 Q 8 2 Y X 0 O ti O 04 '� M 0 uN LL Q LL U j 0 m .a 2 a U u a a .r 0 a 0 Y , V' a C m e O 0 a e Q 0 C m Y 0 2 O 0 v N fr N oo m m o ..O. l0m 01 mrv « omo d o I .+ pry m re o N e m m N -$ e Cil N - ij f m .. ..... N _ o m _ i. e o LO Z 0000000000 0 0 0 0 0 0 0 S o 8 a 8 N NN O. M O reZ O '0' u z% LI LL I I= ¢ 0 J — a Y a o N p • O 0300 O O O O a a m° o u o O y I m NP Ln o O w m fd_ 0 y 2 O d N Ua y O in m l9 N v a a p Ese 0 IN D 410 in 0o ma` i F o 0 0 o t o 0 o x o V = o q 0 0 0 0 Z 0 c c A c c co c v .+ .. c n f ° u E E o o 0 3 o i+ y ° mo mo mo w 0 0 0 0 `o o a ✓ 5 m. C w E o E ° ° ° n 0 q > W o G f 0 0 0 0 0 0 0 0 0 0 re d x ma 0 0 G0 0 0 D o w w m m w m m w W m E 2 2 f 2 u o on o0 m m ei Z s x . . a . XXX A ,� ,� m a a a a DO o ar a T eea a000 iO `" aN '^ '^ '�' ,^v o mmoe ''' oN 0 0+NI o 0 o N N N o 0 0 0 ry N 0 01 0 0 0 0 0 W 0 . t N N 0 0 N O \ \ C \m \ \ N tO 00 N O N C a •LL N u esm ., N .m. o: m \ \ m -- .m �et; ala _ co a' mmnumimm � ,.. .N. m om ,n .. 1-,-; ill- N m N in co ii; 8 cc 3 U' D Ill cLT1a m 2 F O ' '9 b t T 4 = > X = O No CO aft .a s 2 x LL .Ni 2 Cr K O x 0 0 00°1 NW ! ; / 0" ) } ( ) at ) ! ) \ 0" § ) \ pao PI <I IN ppre 6 ( / ( ( \ } f \ \ \ \ \ \ \ \ j \ \ j \ \ \ \ \ \ \ 0 / § § / ! ! E § § [ § § \ ! § § § E / ! § E ! § § 0 Ca 0000 0000 \ \ \ \ \ 000900 S } \ } \ \Pat } \ \ \8 / ti ITD CO 0 CI OP 0000 333333333 § } ) j } ) 00 ) ) ) \ } } \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ / \ \ \ 0 000000 ni .-4 eni en nr in an In In M en co to o inn or ) \ \ ( \ \ \ \ ) \ } ( \ ) \ ( \ \ \ ( � � / \ ) \ ( ( ( , c,„ n > [ § \ § ) \ ) ) § § } / ” \ § ! ) § / EU-, ta- x a-u ; s § : ! ! 0 \ \ ) \ §F4 Q. .1 \ lx § § ! § § NEIN § § § § § § \ EE § § § - - - - H Cl ! § § ! § no x 09 00 yr oo e ox } ) § / m § 2 \ \ " ƒ \ \ \ to r5 n § ; 2 ; ; , 1/1 4.0 \ , \ - . . » „ : e > : » » » » > w » x = > 0 » J & Du 7 / 7 : ; z ; ., mJ. m .f o ,f m 4 LL m " 1- F F ~ ~ W m ;.il - - k k 5 5 m en ^ NLog r m to is, in ix is a e is xt Q N .a on e e co m m is b O P en Om W 0 ,y b b N ti a e o m N m z c 6 0 3 � z az o .rv. r i I 8 .c ° `° LL ''O" 3v w a .-i X w CC CC cQ LL i c O 0 QO LL 0 i m LL LL - N N m > .. - - -. .s. = .. r - to sr to a in in to at irk CiN v - m 08 88 Sob ° mo 0omo 0P O N ro 5 O 2 a. Z n Q V O -0- O pc O •-• Q is s O inix_ X O O x O • O a LL in u X In 'eO F of v0 .. � a oai vl a O. .. ..0 LL0 LL LL LL _ _ CO F- 5.- 8V al 43 • � x EW = LO '° > > uy a u xm -° aA `a_ .0 ra F C 2 > < a mo F It 00 iv z, c 0 LL _ s ¢ W 3 3 N = 3 >' o o W m NI[ O 8Onl Q b CO p mO 0iv O oOo O N O O o O OO N NOry 0\ NN ee \ • \N0 — rvN ▪ O -. N b\\ \ — n \ \ \ yn vn y N W CO in N .-t .- oo 0 .▪ Ny — J y ce 'c E o F a u - U F d17 S F > i 4 Y - N 0 2 u 3 I- > Local Business Tax Receipt Miami-DadeLBT N County, StateFlorida -TaIS IS CouOT A nty, IONCIT State o 5891131 BUSINESS NAME/LOCATION RECEIPT NO. FLORIDA ENGINEERING AND DEVELOPMENTCORPpENEWgE EXPIRES SEPTEMBER 30, 2018 12076 NW 98 AVE 8146988 HIALEAH GARDENS FL 33018 County Must displayed of business Pursuant to C00e Chapter BA-Art 9.ei 10 OWNER SEC.TYPE OF BUSINESS FLORIDA ENGINEERING AND t% GENERAL BUILDING CONTRACTOR PAYMENT RECEIVED Worker(s) 1Z _ CGC095110 _ _ ST rAE COLLECTOR - 15h00.108/29/2017 FPPU0Z-17-021745 This Lent Business Tax Reeelpl only Nntnu perm*NSU local Business Tat The Receipt is ems license. permit,era cntitiNin if Ne hSlei s pnliiatian,ts de liminess IINN,nm p fly with any 9annwdel erMnpemmmurplrNWwry Ian end npryemeets whc1 apply to the Yninn The RECEIPT NO.amus mut be displayed en Yl cewnci&rattles-Miw40.46G See es-rll For pen inlemalleq aisR susses d i ATTACHMENT D INSURANCE REQUIREMENTS holder's Size 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, 3'd 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: 2018-142-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.) 4 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. 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 Contractors 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. BID NO:2018-142-ZD CITYOF MIAMI BEACH BEACH 22